Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
08/04/2025
Monday, August 4, 2025 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda August 4, 2025Council Work Session Work Session Agenda 1. Call to Order 2. Economic Development and Housing Approve a Third Mortgage Modification Agreement between Palmetto Preservation, LTD. and the City of Clearwater authorizing a new property manager, HK Management LLC, and permitting administrative approval of future management changes; and authorize appropriate officials to execute the same. 2.1 Approve the adoption of the City of Clearwater’s 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan, which is the first Action Plan of the new Consolidated Plan, to implement the goals and objectives set forth in the Consolidated Plan, and authorize the appropriate officials to enter into agreements with HUD and organizations approved for funding, together with authorization to execute administrative adjustments to same as needed. 2.2 3. General Services Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of $12,713,580.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback, 2.563(1)(d) Non-competitive purchases, and 2.561(5) Small Purchases; Authorize an increase to purchase order with Enforcement One of Oldsmar, FL for the upfit of ten Ford Police Interceptors in an amount of $169,172.75 bringing the purchase order total to $444,172.75 pursuant to ITB 46-22; Declare the vehicles and equipment being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code Section 2.623(7)(c) public auction or (e) trade-in; Authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest and authorize the appropriate officials to execute the same. (Consent) 3.1 4. Parks and Recreation Approve a Sponsorship Agreement between the City of Clearwater and Floridacentral Credit Union, a Financial Institution located at 3333 Henderson Blvd, Tampa for sponsorship and other associated rights with respect to The BayCare Sound and authorize the appropriate officials to execute same. (consent) 4.1 Page 2 City of Clearwater Printed on 1/14/2026 August 4, 2025Council Work Session Work Session Agenda Authorize an Agreement with Saffire LLC. (Saffire) of Austin, TX to provide cloud-based software services that enable customer access and online ticket purchases for City of Clearwater events, for the term August 7, 2025 through August 6, 2026, with three, one-year renewal options pursuant to RFP 04-25 and authorize the appropriate officials to execute same. (consent) 4.2 Authorize an increase on purchase order to Williamson Dacar Associates dba Williamson Design Associates (WDA) of Clearwater, FL for the interior and furniture design for the Clearwater Beach Library at the Clearwater Beach Recreation Center in the amount of $19,575.00 bringing the design service total to $112,115.00 and authorize the appropriate officials to execute same. (consent) 4.3 Authorize purchase orders to Ballfer Service Group of Ruskin, FL, Cardinal Fence LLC of Clearwater, FL, and Smith Fence Company of Clearwater FL, for comprehensive fencing products and services for various projects throughout the city in the cumulative annual not-to-exceed amount of $1,000,000.00, for initial term August 1, 2025 through July 31, 2026, with three, one-year renewal options pursuant to Invitation to Bid 31-25 and authorize the appropriate officials to execute same. (consent) 4.4 Authorize an increase to purchase order with WSP USA Inc for Parks and Recreation Department Bridge Inspections in the amount of $67,575.50, bringing the total to $148,483.25, pursuant to RFQ 34-23, Engineer of Record Consulting Services, and authorize the appropriate officials to execute same. (consent) 4.5 Authorize an Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce dba AMPLIFY Clearwater to provide visitor information services at the Clearwater Beach Visitor Information Center, for the period October 1, 2025 through September 30, 2029, at a cost not to exceed $307,496.60 over the term of the Agreement and authorize the appropriate officials to execute same. (consent) 4.6 Authorize a purchase order to Meridian Rapid Defense Group, of Pasadena, California for the purchase of a Meridian Archer Trailer Kit 1000 in the total amount of $129,785.18, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) 4.7 5. Planning Page 3 City of Clearwater Printed on 1/14/2026 August 4, 2025Council Work Session Work Session Agenda Approve the Interlocal Agreement between the City of Clearwater and Forward Pinellas for the Clearwater Beach South Transportation Action Plan (TAP); authorize a one-time city payment of $50,000 to Forward Pinellas; and authorize the appropriate officials to execute same. (consent) 5.1 6. Public Works Approve a Purchase Order to Atlantic Pipe Services (APS) of Sanford, FL for stormwater conveyance pipe and structure cleaning, inspection, lining and repair services in the not-to-exceed amount of $1,000,000.00, for an initial one-year term with option for two additional one-year terms on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563.(1) (c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.1 Approve a purchase order to American Grinding Company, of Grand Rapids, MI, for sidewalk grinding and maintenance on a unit price basis in the amount of $850,000.00 through July 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback and authorize the appropriate officials to execute same. (consent) 6.2 7. Public Utilities Authorize purchase order(s) to multiple vendors as listed, for the maintenance, repairs, and related purchases, in the cumulative annual amount of $1,250,000.00, for term August 8, 2025 through August 7, 2026, with two, one-year renewal options pursuant to City Code of Ordinances Sections 2.563(1)(a), Single Source, and 2.563(1)(d), Standardization, and authorize the appropriate officials to execute same. (consent) 7.1 Authorize a purchase order and agreement to Aquatic Informatics of Vancouver, BC, for Linko software and WIMS Rio Software subscription for water and wastewater plants in the not-to-exceed amount of $84,398.44, of which $24,020.00 is a ratify and confirm, for the term January 1, 2025, through December 31, 2026, pursuant to City Code Section 2.563(1)(d) impractical to bid and authorize the appropriate officials to execute same. (consent) 7.2 Authorize a Purchase Order to Hach Company of Loveland, CO for the purchase of testing equipment, laboratory instruments, chemicals, parts, and related supplies and services in the amount of $361,864.64, of which $11,864.64 is a ratify and confirm, for the term of June 14, 2025, through August 4, 2026, with two (2), one-year renewal options pursuant to Clearwater Code of Ordinances Sections 2.563(1)(a) single source and 2.563(1)(d) non-competitive purchases - impractical. (consent) 7.3 Page 4 City of Clearwater Printed on 1/14/2026 August 4, 2025Council Work Session Work Session Agenda 8. Solid Waste Approve a Professional Services Agreement between the City of Clearwater and Thompson Consulting Services, LLC for debris monitoring services pursuant to RFP 25-25, and authorize the appropriate officials to execute same. (consent) 8.1 9. City Attorney Adopt Ordinance 9807-25 on second reading, annexing certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Florida 33759 with certain rights-of-way of Union Street, Soul Road, and County Road 193, Clearwater, Florida 33759 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 9.1 Adopt Ordinance 9808-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, together with certain rights-of-way of Union Street, Soule Road, County Road 193, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Institutional (I). 9.2 Adopt Ordinance 9809-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Clearwater, Florida 33759, together with certain rights-of-way of Union Street, Soule Road upon annexation into the City of Clearwater, as Institutional (I) 9.3 Adopt Ordinance 9828-25 on second reading, annexing certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, together with the abutting right-of-way of Seabreeze Street, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 9.4 Adopt Ordinance 9829-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1408 Seabreeze, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Residential Low (RL). 9.5 Adopt Ordinance 9830-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 9.6 Page 5 City of Clearwater Printed on 1/14/2026 August 4, 2025Council Work Session Work Session Agenda Adopt Ordinance 9831-25 on second reading, annexing certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, together with certain Ridge Avenue right-of-way, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 9.7 Adopt Ordinance 9832-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1115 Ridge Avenue, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). 9.8 Adopt Ordinance 9833-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 9.9 10. Gas System Authorize an increase and extension on purchase order to Heath Consultants, Inc. of Houston, TX for gas leak surveys, corrosion inspections and meter maintenance in the annual amount of $85,072.22 for year three, increasing the annual not-to-exceed amount from $217,360.00 to $302,432.22 and extend by 149 Calendar days, through December 31, 2025, pursuant to Invitation to Bid (ITB) 15-22 and authorize the appropriate officials to execute the same. 10.1 11. City Manager Verbal Reports 12. City Attorney Verbal Reports 13. Council Discussion Item Proclamations Process - Councilmember Mannino13.1 14. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 15. Closing Comments by Mayor 16. Adjourn 17. Presentation(s) for Council Meeting Page 6 City of Clearwater Printed on 1/14/2026 August 4, 2025Council Work Session Work Session Agenda Diversity Poster Contest Presentation - Karen Swafford, HR Division Manager 17.1 US Coast Guard Appreciation Month Proclamation17.2 Page 7 City of Clearwater Printed on 1/14/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0669 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve a Third Mortgage Modification Agreement between Palmetto Preservation, LTD. and the City of Clearwater authorizing a new property manager, HK Management LLC, and permitting administrative approval of future management changes; and authorize appropriate officials to execute the same. SUMMARY: On April 3, 2002, the City entered into a mortgage agreement with Greenwood Apartments, LLC, encumbering the property with an original loan amount of $700,000. This mortgage was subsequently amended by that certain Mortgage Modification Agreement and Receipt of Future Advance dated May 14, 2012 and that certain Mortgage, Note, and Other Loan Documents Assignment, Assumption, and Modification Agreement dated January 27, 2022 which transferred the underlying loan to Palmetto Preservation, LTD. and increased the loan amount among other changes. The underlying loan currently has a balance of $1,381,152.39. This proposed Third Mortgage Modification Agreement would authorize the replacement of the current property manager with a new entity, HK Management LLC. Additionally, it would allow the City to approve and execute future changes in property management administratively, eliminating the need for further mortgage amendments each time a new management agreement is established. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of Homelessness within Clearwater. Page 1 City of Clearwater Printed on 1/14/2026 Prepared by and return to: Matthew J. Mytych, Esq. City of Clearwater Dept. of Economic Development & Housing P.O. Box 4748 Clearwater, FL 33758 THIRD MORTGAGE MODIFICATION AGREEMENT This Third Mortgage Modification Agreement (this "Third Modification") is entered into as of this __ day of ______ ~ 2025, by and between the CITY OF CLEARWATER. FLORIDA, a Florida municipal corporation ("Mortgagee") and PALMETTO PRESERVATION, LTD., a Florida limited partnership ("Mortgagor" and collectively with Mortgagee the "Parties"). WHEREAS, the Mo11gagee and Greenwood Apartments, LLC ("Greenwood") entered into that certain mortgage dated April 3-, 2002 and recorded on _April 4, 2002 in O.R. Book 119'28, Page ; 2494 of the Public Records of Pinellas County, Florida (the "Original Mortgage") encumbering the property situated, lying and being in Pinellas County, Florida, described in Exhibit "A" aqached hereto (the "Mortgaged Premises"); and WHEREAS, Mortgagee and Greenwood entered into that certain Mortgage Modification Agreement and Receipt of Future Advance dated May 14, 2012 and recorded on May 15, 2012, in O.R. Book 17582, Page 2508 of the Public Records of Pinellas County, Florida (the "First Modification"); and WHEREAS, the Mortgagor, as successor in interest to Greenwood, and Mortgagee ei1t~red into that ce11ain M011gage, Note and Other Loan Documents Assignment, Assumption; • and Modification Agreement dated January 27,-2022 and recorded on Januar:y 28, 202-2 in OJt Book 21909, Page 2176 of the Public Records of Pinellas County, Florida (the "Second Modification'~ and collectively with the O1iginal Mortgage and the First Modification the "Mortgage"); and WHEREAS, as a part of the Second Modification, Mortgagee expressly approved a prope11y manager and property management agreement for the Prope11y; and WHEREAS, the Pm1ies now wish to amend the Mortgage to authorize a new property manager for the Prope11y and specify that future approvals of the property manager and prope11y management agreement for the Property can .be executed administratively by Mortgagee wi thout further need to amend the Mortgage. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein and in consideration of the sum of $1.00 and other valuable consideration accruing to each of the Parties, the Parties hereby agree as follows: 1. Recitals. The foregoing recitals are true and correct and are incorporated in and fonn a part of this Third Modification. 1 2. Amendment. The Mortgage is hereby amended to approve HK Management LLC as the new property manager for the Property. All future changes to the property manager or prope11y management agreement for the Property may be administratively approved by the City without further need to modify the Mo11gage. 3. Except as otherwise provided in this Third Modification, all tenns, conditions and provisions of the Mortgage, and other instruments and documents executed in connection with the subject m011gage loan, shall remain in full force and effect and shall be binding upon the Parties, their successors, and assigns. 4. All questions with respect to the construction of this Third Modification and the rights and liabilities of the Parties to this Third Modification shall be governed by the laws of the State of Florida. 5. This Third Modification shall inure to the benefit of, and shall be binding on, the assigns, successors in interest, personal representatives, estates, heirs, and legatees of each of the Parties of this Third Modification. 6. This Third Modification contains the entire agreement of the Parties and supersedes any prior written or oral agreements among them concerning the subject matter of this Third Modification. There are no representations, agreements, arrangements, or understandings, oral or written, between and among the Parties relating to the subject matter contained in this Third Modification that are not fully expressed in this Third Modification. IN WITNESS WHEREOF, this Third Modification has been duly signed by the Parties on the date and year first above written. 2 ' (MORTGAGOR SIGNATURE PAGE) PALMETTO PRESERVATION ~--- Witness name: Cfu o \\i\Q ~~ Witness Address: -~----~-A () ~+LclL\J.c\\l"C.f~ u@~ STATE or FL01t10A MApAcH vS£7TS LTD., a Florida limited partnership. Name: A&c,?, vi &1:coP ~ Title: /J'lp~~e-v1, ,.., ""-£ 6 . /! Date: o.t/£¥,;ior;i.'l" COUNTYOF ~Ck~~1 ~) _ / The foregoing instrument was acknowledged before me by means of [Yphysical presence or □ online notarization, this 2:)day of°[vl\.L... , 2025, by t\'nd£6tJ ?'B.J(l'f..\, ~ is personally known to me or □ who has produced -1--..,__-A-¼--------as identification. 3 Notary Pub Name ofNota My Commission No .: _______ _ (MORTGAGEE SIGNATURE PAGE) Approved as to form: Matthew J. Mytych, Esq. Assistant City Attorney Date: -------------- ST A TE OF FLORIDA ) COUNTY OF PINELLAS ) CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. By: Date: Jennifer Poi1Tier City Manager Attest: Rosemarie Call City Clerk Date: ------------- The foregoing instrument was acknowledged before me by means of □ physical presence or □ online notarization, this_ day of _____ 2025, by Jennifer Poirrier, as City Manager of the City of Clearwater, Florida, D who is personally known to me or □ who has produced ____________ as identification. Notary Public, State of Florida (NOTARIAL SEAL) Name of Notary: _________ _ My Commission Expires: ______ _ My Commission No., _______ _ 4 EXHIBIT "A" LEGAL DESCRIPTION PARCEL l : All that certain parcel,ofland lying and being in the County of Pinellas, State of Florida, more pru1icularly described as follows: T!1e Southwest l/4 of tire-Southeast 1/4 of the Northw~st 1/4 ·of Seetion 10, Township ~~ Sout41 Range 15 E_ast, LESS AND EXCEPT eaeh oft he follow mg: The No11h I 22 feet of the West 175 feet tl~ereof, and .the portion thereof describ~d as: J;les!n a.t ,the Soutliwest comer of said Southwest l /4 of Southe~st J/4 of Northwest l /4 for P.omt of Begmi1mg; a_tid run thence Ncn1h 0°7'4 l" East 663'.23 feet along the fractioqal section line; thence South 89°23 '29" East 13 .6' feet; thence South Q0.4'7" East 643.96 f~et; thence i;,.long a cui;ve_ to the left whps~ chord b~rs South 44~37'21" East21.45 fee,t and whose radius is 15 feet; the~ce._Soulb 89°16'7" East 633.86 feet; then9e So~th 0°6'30" Wc;si 2.9 feet; thence North 89°23'8" West 664.76 feet to Point of Begi1:ining, lying and being 'in Pinellas County, Florid~ • • • • • • AND LESS AND EXCEPT THE FOLLOWING PARCEL: A portion of the Northwest 1/4 of'$ection 10, Township 29 South, Range 15 East, Pinellas County, Florida, more particulafly described as follows: From the Southw'estcomerofthtfSoutheast 1/4 of the Northwest 1/4 of said Section 10, Town~hip 29Setith,Range 15 East;·run North 30.0 feet; thence East 30:0 feet for a·Point of Beginning; thence S ·89°23t45.3511 .East, '60.00 feet; thence.N 50°00'00.00" West, 30.0000 feet;··thence N 15°00'00.00" West, 100.00 feet;-thence N '05°00'00.00" West, 115 .7269 feet; thence S 00°15'36.94" West, 230.5325 feet to the Point of Beginning. PARCEL 2: Lots 13 and 14, BlockB, ofNO. 1 SPRINGFIELD SUBDIVISION, LESS AND EXCEPT the South 6 feet of said Lot 13, .according to the Map or Plat thereof, as recorded in Plat Book 3, Page 56, of the Public Records of Pinellas County, Florida. PARCEL 3: A portion of the North 122 feet of the West 175 feet of the Southwest 1/4 of the Southeast 1/4 of the Northwest 1/4 of Section 10, Township 29 South, Range 15 East, Pinellas County, Florida, being further described as follows: From the Northwest comer of the Southwest 1/4 of the Southeast 1/4 of the Northwest 1/4 of Section IO; Township. 49 South, Range.LS ~st, Pinellas County, Florida;··thenc~ South 89°09'3411 East along the Northerly boundary thereof a distance of 115.00 feet; thence South 00°.1.4'59" West, 11i.91 feet . tcr the J,>ointQf B_eginning;, thence continue, SouJh 00° 14'5~" West, 9 .09, feet; thence North 89°0934 '" West,.13.60 feet; thence Noi:th 56°.53'48" East, J 6.28 feet to'-the Point ofBeginning. 5 SECOND AMENDED AND RESTATED PROMISSORY NOTE U.S. $1,297,483.63 Clearwater, Florida January 27, 2022 BEING INDEBTED, FOR VALUE RECEIVED, the undersigned, Palmetto Preservation, Ltd., a Florida limited partnership, (the "Borrower"), having an address of c/o HallKeen Management Inc., 1400 Providence Highway, Suite 1000, Norwood, Massachusetts 02062, promises to pay to the order of the City of Clearwater (the "Lender"), or order, its successors or assigns, at its offices at P.O. Box 4748, Clearwater, Florida 33758-4748, the sum of One Million Two Hundred Ninety-Seven Thousand Four Hundred Eighty-Three and 63/100 Dollars ($1,297,483.63), together with interest accrued on the unpaid balance, calculated in the manner hereinafter stated, from the dates of disbursements until maturity, both principal and interest being payable in lawful money of the United States of America. This Second Amended and Restated Promissory Note is a modification and restatement of the original Promissory Note in the amount of Seven Hundred Thousand Dollars ($700,000) dated on April 1, 2002, (the “Original Note”), as modified pursuant to that certain Modified Promissory Note (“Modified Note”) dated May 27, 2005, which increased the original loan amount to One Million Dollars ($1,000,000), as modified pursuant to that certain Amended and Restated Promissory Note (the “Amended and Restated Note” and collectively with the Original Note, and the Modified Note, the “Note”) dated May 14, 2012, which increased the loan amount to $1,209,062 (the “Loan”), which is secured by that certain Mortgage and Security Agreement, dated April 3, 2002 (the “Original Mortgage”), and recorded on April 4, 2002, in Official Records Book 11928, Page 2494 of the Public Records of Pinellas County, Florida (the “Public Records”), as affected by that certain Subordination Agreement, recorded on April 4, 2002, in Official Records Book 11928, Page 2476, of the Public Records, and as modified by that certain Mortgage Modification Agreement and Receipt of Future Advance dated May 14, 2012 (the “Modified Mortgage” and, together with the Original Mortgage, collectively, the “Mortgage”), (collectively, the “Loan Documents”), and recorded on May 15, 2012, in Official Records Book 17582, Page 2508, of the Public Records. DEFINITIONS: “Cash Flow” shall mean the amount, determined for any fiscal year of the Borrower or portion thereof, equal to the excess, if any, of: (i) All gross revenue collected directly or indirectly from the operations of the Project (excluding proceeds of the sale or refinancing of the Project or any portion thereof) and the Borrower, over (ii) Project expenses and required deposits to the Borrower’s reserves, including any additional reserves established from time to time. 2 Cash Flow shall not be reduced by payments of any items described in the preceding clause (ii) made from the proceeds of any loans, from condemnation or insurance proceeds or directly from any reserve, or by depreciation and amortization taken into account for federal income tax purposes. “HFA Loan” shall mean that certain loan in the amount of $285,168.99 from the Housing Finance Authority of Pinellas County, Florida (the “HFA”) to Borrower. “HOME Loan” shall mean that certain loan in the amount of $900,000.00 from Pinellas County, Florida (the “County”) to Borrower. “Intercreditor Agreement” shall mean that certain agreement of even date herewith concerning the lien position, payment terms and other rights of the owners of the HFA Loan, HOME Loan, this Note and the Seller Loan. “Project” shall mean the land and improvements comprising a project commonly known as Palmetto Park Apartments located at 1003 Martin Luther King Jr. Avenue in Clearwater, Florida, together with such additions or improvements thereto as may hereafter be performed or acquired by the Borrower. “Project Expenses” shall mean all costs and expenses of any type incurred on an accrual basis incident to the equipping, financing, ownership and operation of the Project, including payments of fees to the members or their affiliates (other than fees the payment of which is contingent on the amount of Cash Flow), taxes, required payments of principal and interest on any loans and any other Borrower loans or obligations (including loans from members), and costs of capital improvements to the Project not funded from the Borrower replacement reserve. “Seller Loan” shall mean that certain loan in the amount of $8,726,624.00 from Greenwood Apartments, LLC (or its assign) (the “Seller”) to Borrower. “Sponsor Loan” shall mean that certain loan in the amount of $2,000,000 from HK Palmetto Lenders LLC, a Massachusetts limited liability company (the “Sponsor”), to Borrower. PAYMENT AND TAXES: 1. This Note has a maturity date of the sooner of (a) forty-five (45) years after the date hereof, and (b) the repayment of the HOME Loan. 2. Interest shall be computed at one and nine-tenths of one percent (1.90%) per annum, compounded annually. No payment of interest or principal shall be required under the Note until April 1, 2025. 3. On April 1, 2025, payments will be made from the Cash Flow generated in 2024 according to the priority set forth in Section 11.03(b) of the Borrower’s Amended and Restated Agreement of Limited Partnership dated as of January 1, 2022 (“Manner of Distribution”). Additional payments of principal and interest shall be made from Cash Flow from time to time but not less frequently than annually thereafter. Payments from Cash Flow shall be in accordance 3 with the Manner of Distribution. The interest rate, as stated above, shall remain unchanged throughout the term of the Note. 4. Borrower acknowledges that the total mortgage loan by Lender to Borrower consisting of the indebtedness evidenced by this Note is secured by the Mortgage as a second lien upon the Property, as described below, to the same extent and effect as though it were advanced the date of first recording of the Mortgage. 5. Payments due under this Note shall be contingent upon Cash Flow of the Borrower and shall be subject and subordinate in priority to certain fees and expenses of Borrower described in the Manner of Distribution. If Borrower is unable to make the annual mortgage payments to the Lender, Borrower shall provide Lender with an audited financial statement, from an independent third party substantiating that there is insufficient Cash Flow to make the annual payment due under the Note. In those years where there is sufficient Cash Flow to pay the annual loan payment, the payment shall be made according to the Manner of Distribution. PARITY/PARI-PASSU NOTES: This Note is issued along with companion promissory notes in the face amounts of (i) $900,000, payable to the County, (ii) $8,726,624, payable to the Seller, and (iii) $285,168.99, payable to the HFA, and (iv) $2,000,000, payable to the Sponsor. This Lender agrees that the rights, powers, privileges and remedies granted hereunder are on parity and pari-passu with (i) the County under its $900,000 promissory note and relative mortgage, both of which are being amended simultaneously herewith, (ii) Seller under its $8,726,624 promissory note and relative mortgage, (iii) the HFA under its $285,168.99 promissory note and relative mortgage, and (iv) the Sponsor under its $2,000,000 promissory note and relative mortgage. The Lender shall not take any action that would cause its interests in the Premises to be superior to that of the County, Seller, HFA or Sponsor. These relative rights are further detailed in the Intercreditor Agreement. EXCESS INTEREST: In no event shall the amount of interest due or payments made in the nature of interest payable hereunder exceed the maximum rate of interest allowed by applicable law, as amended from time to time, and in the event any such payment is paid by the Borrower or received by the Lender, then such excess sums shall be credited as a payment of principal, unless the Borrower shall notify the Lender, in writing, that the Borrower elects to have such excess sum returned to it forthwith. PREPAYMENT: This Note may be prepaid in whole or in part at any time without payment of premium or penalty. Any prepayments shall be applied to the last installments due hereunder. SECURED NOTE: 4 This Note is secured by the Mortgage and such other security or supporting documents as are executed in conjunction with it (the "Loan Documents") between the Borrower and Lender on real and/or personal property, improvements, furnishings, fixtures, appurtenances, and hereditaments (the "Premises"). This Note and the Lender are entitled to all of the benefits provided for in the Loan Documents or referred to within them, to which Loan Documents reference is hereby specifically made and they are hereby incorporated herein by reference for a statement of the terms and conditions under which the due date of this Note may be accelerated. TIME OF THE ESSENCE, LATE CHARGES: Time is of the essence of this obligation. If any installment or payment is not received on or before the 15th day following the installment due date, the Borrower agrees to pay a delinquency and collection charge of five cents ($.05) per dollar of the installment then due, in addition to the amount of said installment. In the event this Note is accelerated pursuant to a failure to timely pay or perform, then the entire unpaid principal shall bear interest at the maximum rate permitted by applicable law as changed from time to time from the time that payment or performance should have occurred. In the event a judgment is obtained, the judgment amount shall bear interest at the default rate recited herein or the rate of interest established by Section 55.03 Florida Statutes, whichever is the greater, until the full amount of the judgment is collected. COSTS, FEES AND NOTICE: In the event of either a failure to pay any monetary sum when due, or an occurrence of any default as defined under the Loan Documents, the principal sum above mentioned or any balance remaining unpaid shall be immediately due and payable from the Borrower to the Lender without further notice, together with all interest, all just and reasonable expenses, costs and disbursements, including a reasonable attorney's fee, whether incurred for suit enforcement, protection of the collateral or collection, whether or not suit be brought, such attorney's fees to include those incurred in appellate and Bankruptcy proceedings, if any. Notice, when required, shall be deemed to have been made upon deposit in the United States mails by the Lender to the Borrower, at the following address: Palmetto Preservation, Ltd. c/o HallKeen Asset Management LLC 1400 Providence Highway, Suite 1000 Norwood, Massachusetts 02062 Attention: Mark Hess With copies to: RSEP Holding, LLC c/o Red Stone Equity Partners, LLC 1100 Superior Avenue, Suite 1640 5 Cleveland, Ohio 44114 Attention: Executive Director/General Counsel And: Nixon Peabody LLP Exchange Place 53 State Street Boston, MA 02109 Attention: Roger Holmes REMEDIES AND WAIVER: The remedies of the Lender, as provided herein or in the Mortgage or any other Loan Documents, shall be cumulative and concurrent, and may be pursued singularly, successively or together, at the sole discretion of the Lender, and may be exercised as often as occasion therefor shall arise. No act of omission or commission of the Lender, including specifically any failure to exercise any right, remedy or recourse, shall be deemed to be a waiver or release of the same, such waiver or release to be effected only through a written document executed by the Lender and then only to the extent specifically recited therein. A waiver or release with reference to any one event shall not be construed as continuing, as a bar to, or as to a subsequent event. LIMITATION OF LIABILITY: Except as set forth in the next paragraph of this Section, but otherwise notwithstanding anything to the contrary in the Mortgage or this Note, the Lender expressly agrees that the liability of Borrower shall be strictly and absolutely limited to the property encumbered by the Mortgage, namely, the Project (including, but not limited to, the leases, rents profits and issues thereof) and any other collateral now or hereafter securing the Loan. If an event of default shall occur, the Lender shall not and may not seek any judgment for a deficiency or for the payment of principal or interest of the indebtedness secured hereby, against Borrower or any members of Borrower (in their capacity as members) in any action to foreclose, to exercise a power of sale, to confirm any foreclosure or sale under power of sale, or to exercise any other rights of power under or by reason of the Loan Documents evidencing or securing the obligations of the Borrower with respect to the Loan except to the extent required in order to proceed with judicial proceedings to foreclose the Mortgage or any other Loan Document or except for a judgment or decree of specific performance of agreements and covenants under the Loan Documents, other than Lender Loan payment covenants. In the event any suit is brought on the Loan Documents, or concerning the Loan or any amount secured by the Mortgage or other Loan Documents as part of judicial proceedings to foreclose the Mortgage and/or any other security interest granted to the Lender, or to confirm any foreclosure or sale pursuant to power of sale thereunder, any judgment obtained in such suit shall constitute a lien on and will be and can be enforced only against, the property encumbered by the Mortgage and the other Loan Documents, and the leases, rents, profits and issues thereof and not against any other asset of the Borrower or any members of the Borrower, and the terms of such judgment shall expressly so provide. 6 Notwithstanding anything herein to the contrary in this Note, the Borrower shall be personally liable for, and the Lender shall have the right to seek a judgment for, money damages (including a deficiency judgment) to enforce or collect any or all of the following: (1) the fees of the Lender, including but not limited to reasonable legal fees and out-of-pocket costs and expenses of the Lender's counsel incurred in connection with the interpretation or enforcement of the Mortgage, this Note or the Loan Documents; (2) indemnification provisions in favor of the Lender set forth in the Loan Documents (but excluding any indemnity provisions which would result in the payment of principal and interest under the Loan); (3) liability under any guaranty entered into with the Lender; (4) the leases, rents, profits and issues of the Project following any payment default (without regard to the expiration of any cure period, if any) to the extent misapplied; (5) liability for intentional waste, destruction or damage to the Project or any part thereof; (6) tenant security deposits, to the extent not properly accounted for, or prepaid rent, to the extent misapplied; (7) the cost to restore the Project as a result of a casualty if the net available insurance proceeds are allowed to be applied to restoration, to the extent that the costs of such restoration is not reimbursed by insurance; and (8) any liability, damage, cost or expense incurred by Lender as a result of any fraud, material misrepresentation or bad faith by Borrower. No provision of any Loan Document shall be deemed to waive, amend or modify the recourse obligations set forth herein unless such provision expressly references this Section. MISCELLANEOUS: Where applicable, the term Lender shall include any subsequent or successor holder of this Note and the Loan Documents. The Borrower’s limited partner or special limited partner shall have the right, but not the obligation, to cure a default on behalf of the Borrower, and the parties agree to accept such cure as if it were tendered by the Borrower itself. Notwithstanding the foregoing, so long as RSEP Holding, LLC (or an affiliate thereof) is a limited partner of the Borrower, Lender will not commence foreclosure proceedings with 7 respect to the Project under the Mortgage or this Note or exercise any other rights or remedies it may have under the Mortgage or this Note, including, but not limited to, accelerating the Loan, collecting rents, appoint (or seeking the appointment of) a receiver or exercising any other rights or remedies thereunder. Lender waives no rights or remedies it may have under the Mortgage or this Note, but merely agrees not to enforce those rights or remedies until the end of the Compliance Period (as such term is defined in the Borrower’s Amended and Restated Agreement of Limited Partnership dated as of January 1, 2022). For and in consideration of the funding of this Note by the Lender or any renewal or extension thereof, should any occur, the undersigned Borrower hereby agrees to cooperate or to re-execute any and all Loan Documents deemed necessary or desirable in the Lender's discretion, in order to correct or to adjust for any clerical errors or omissions contained in any document executed in connection with the loan. WAIVER OF JURY TRIAL. BY THE EXECUTION HEREOF, BORROWER HEREBY KNOWINGLY, VOLUNTARILY AND INTENTIONALLY AGREES THAT: (A) NEITHER THE BORROWER NOR ANY ASSIGNEE, SUCCESSOR, HEIR, OR LEGAL REPRESENTATIVE OF THE SAME SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, PROCEEDING, COUNTERCLAIM, OR ANY OTHER LITIGATION OR PROCEDURE ARISING FROM OR BASED UPON THIS PROMISSORY NOTE, ANY OTHER LOAN AGREEMENT OR ANY LOAN DOCUMENT EVIDENCING, SECURING OR RELATING TO THE OBLIGATIONS OR TO THE DEALINGS OR RELATIONSHIP BETWEEN OR AMONG THE PARTIES THERETO; (B) NEITHER THE BORROWER NOR THE LENDER WILL SEEK TO CONSOLIDATE ANY SUCH ACTION IN WHICH A JURY TRIAL HAS BEEN WAIVED, WITH ANY OTHER ACTION IN WHICH A JURY TRIAL HAS NOT BEEN OR CANNOT BE WAIVED; (C) THE PROVISIONS OF THIS PARAGRAPH HAVE BEEN FULLY NEGOTIATED BY THE PARTIES HERETO AND THESE PROVISIONS SHALL BE SUBJECT TO NO EXCEPTIONS; (D) NEITHER THE BORROWER NOR THE LENDER HAS IN ANY WAY AGREED WITH OR REPRESENTED TO ANY OTHER PARTY THAT THE PROVISIONS OF THIS PARAGRAPH WILL NOT BE FULLY ENFORCED IN ALL INSTANCES; AND (E) THIS PROVISION IS A MATERIAL INDUCEMENT FOR THE LENDER TO ENTER INTO THIS TRANSACTION. THE UNDERSIGNED ACKNOWLEDGE THAT THE LOAN EVIDENCED HEREBY IS FOR COMMERCIAL PURPOSES ONLY AND NOT FOR PERSONAL FAMILY OR HOUSEHOLD PURPOSE. (Signatures appear on the following page) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0684 Agenda Date: 8/7/2025 Status: PassedVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve the adoption of the City of Clearwater’s 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan, which is the first Action Plan of the new Consolidated Plan, to implement the goals and objectives set forth in the Consolidated Plan, and authorize the appropriate officials to enter into agreements with HUD and organizations approved for funding, together with authorization to execute administrative adjustments to same as needed. SUMMARY: On July 16, 2020, City Council approved the 2020/2021-2024/2025 Consolidated Plan (Consolidated Plan) identifying the city’s goals and objectives with respect to the city’s administration of HOME Investment Partnerships (HOME) and Community Development Block Grant (CDBG) program funds. Every five years, the city is required to update its Consolidated plan. In preparation of the new 2025/2026-2029/2030 Consolidated Plan, Staff held three community meetings and an application workshop/consultation focus group, published an online community survey, and held strategic goal setting meetings to develop the new plan. Under the Consolidated Plan, the City is required by the U.S. Department of Housing and Urban Development (HUD) to create and implement a plan each year to identify the sources and uses of these funds for housing, community programs, and economic development. This plan, referred to as the Annual Action Plan, provides HUD with the City’s Housing Division budget and proposed expenditures based on the entitlement funds and estimated program income that the City will receive in the upcoming fiscal year to meet the goals and objectives established in the Consolidated Plan. Funds will be used to develop viable communities and sustain existing ones. In addition, the funds will be used to provide safe, decent, and affordable housing to assist extremely low- to moderate-income households. This year’s Annual Action Plan allocates federal funds to provide housing opportunities to extremely low- to moderate-income households for new and existing homes, construction and/or renovation of public facilities, fund public services programs, and to provide commercial façade loans to businesses in opportunity areas. The Annual Action Plan serves as a budget for planned projects and identifies unallocated funds available for additional project(s) throughout the budget year. Staff requests authorization to make administrative adjustments during the budget year to fund additional project(s), including shifting funds between projects within budgetary segments. The 2025/2026-2029/2030 Consolidated Plan, which includes the 2025/2026 Annual Action Plan, is due to HUD on August 16, 2025. All organizations that will be receiving an allocation will have agreements prepared and executed by October 1, 2025. Staff performs compliance monitoring with funded organizations on an annual basis. On June 4, 2025, a notice of 30-day comment period and public hearings was published in the Tampa Bay Times. The notice was corrected and re-noticed on June 11, 2025, extending the comment period until July 11, 2025. On July 8, 2025, the City’s Neighborhood and Affordable Housing Advisory Board (NAHAB) hosted the first of the two required public hearings and reviewed a motion recommending City Council approval of the 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan. Grant Application Process for CDBG Program The City partners with several non-profit agencies to implement the goals and objectives established in the Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0684 Consolidated Plan. To obtain these partners, the City annually publishes in February a Notice of Funding Availability in the local newspaper and on its website. This notice informs the public of the resources the City will make available and the eligible uses of those resources. It also informs them of the 30-day application period for requesting funds. The applications were due on March 14, 2025. The city received 26 completed and qualified applications. A Technical Review Committee (TRC) comprised of a professional in the social service and grants community, a member of the NAHAB, a representative of the Homeless Leadership Alliance, and the City Clerk reviewed and ranked the applications. Applicants were provided an opportunity to present their proposed projects at the April 8, 2025, NAHAB meeting. City Housing staff also reviewed each application to ensure it met HUD’s baseline requirements. With guidance from the TRC and NAHAB and based on available funding, City staff prepared recommended funding allocations for the NAHAB’s consideration. The NAHAB met on May 13, 2025, and approved the recommended allocations. On July 8, 2025, NAHAB reviewed and approved a recommendation to City Council to approve the 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan. After the NAHAB meeting, an error was identified with the State Housing Initiatives Partnership Program (SHIP) allocation and budgeted amounts. The corrected plan has been attached to this item. Recommended CDBG Grant Allocations (Competitive) The City may allocate up to 15% ($138,882) of its CDBG entitlement funds for Public Services activities. This year, the City received 18 requests for funding subject to the 15% cap. Staff recommends allocation of funding based on TRC scoring. Staff decided to allocate funds equally among all six qualified applications with NAHAB approval. The city received eight requests for funding of Public Facilities improvements. The TRC and staff reviewed each application, and it was determined that only four would qualify for CDBG funding or were feasible. Staff is recommending funding of all eligible components of these four requests (plus project delivery costs paid by the city including inspection fees, environmental review record and other fees). The total staff-recommended allocation for the four projects is $540,874. These investments will help daily operations of each public service provider with improved facility functionality, efficiency, and safety features. Other Recommended Allocations (Non-Competitive) Staff recommends funding of the following additional activities/programs: • Small business/microenterprise, childcare, and façade improvement activities ($446,475), • New Construction, Rehabilitation, Purchase Assistance (f/k/a Down Payment Assistance), Tenant Based Rental Assistance and Community Housing Development Organization (CHDO) set aside funds ($7,042,920), including SHIP. • Homeownership Education & Counseling ($60,000) utilizing SHIP • Property Acquisition & Demolition ($68,052) • Program administration ($306,214), including SHIP BACKGROUND: Anticipated Resources In Federal Fiscal Year (FY) 2025/2026, the City will receive $925,886 in entitlement funds for the CDBG program and $383,226.12 in entitlement funds for the HOME program. The City is also reprogramming: $4,900,174.00 in prior year HOME entitlement and program income funding; $108,000 in anticipated FY2025/2026 HOME program income; $392,773 in prior year CDBG entitlement and program income funding; $27,800 in anticipated FY2025/2026 CDBG program income; $311,599 in CDBG Revolving Loan Program funds for housing infill and rehabilitation; and $226,875 in Revolving Loan Program funds for economic development activities. Funds provided through the CDBG program may be used for housing, community and economic development, public services and facilities, acquisition, relocation, and administration. Funds provided through the HOME Program are limited to housing-related activities and administration. Staff is requesting approval for the attached 2025/2026-2029/2030 Consolidated Plan, including the 2025/2026 Annual Action Plan. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0684 STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 3 City of Clearwater Printed on 1/14/2026 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 1 TABLE OF CONTENTS Executive Summary ....................................................................................................................................... 7 ES-05 Executive Summary ......................................................................................................................... 7 The Process ................................................................................................................................................. 14 PR-05 Lead & Responsible Agencies ....................................................................................................... 14 PR-10 Consultation ................................................................................................................................. 16 PR-15 Citizen Participation ...................................................................................................................... 25 Needs Assessment ...................................................................................................................................... 32 NA-05 Overview ...................................................................................................................................... 32 NA-10 Housing Needs Assessment ......................................................................................................... 36 NA-15 Disproportionately Greater Need: Housing Problems ................................................................. 50 NA-20 Disproportionately Greater Need: Severe Housing Problems ..................................................... 57 NA-25 Disproportionately Greater Need: Housing Cost Burdens ........................................................... 63 NA-30 Disproportionately Greater Need: Discussion ............................................................................. 65 NA-35 Public Housing .............................................................................................................................. 68 NA-40 Homeless Needs Assessment....................................................................................................... 76 NA-45 Non-Homeless Special Needs Assessment .................................................................................. 82 NA-50 Non-Housing Community Development Needs ........................................................................... 87 Housing Market Analysis ............................................................................................................................. 89 MA-05 Overview ..................................................................................................................................... 89 MA-10 Number of Housing Units ............................................................................................................ 91 MA-15 Housing Market Analysis: Cost of Housing ................................................................................. 95 MA-20 Housing Market Analysis: Condition of Housing ......................................................................... 99 MA-25 Public and Assisted Housing ...................................................................................................... 104 MA-30 Homeless Facilities and Services ............................................................................................... 108 MA-35 Special Needs Facilities and Services ........................................................................................ 112 MA-40 Barriers to Affordable Housing ................................................................................................. 115 MA-45 Non-Housing Community Development Assets ........................................................................ 116 MA-50 Needs and Market Analysis Discussion ..................................................................................... 126 MA-60 Broadband Needs of Housing occupied by Low- and Moderate-Income Households ............. 130 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 2 MA-65 Hazard Mitigation ..................................................................................................................... 132 Strategic Plan ............................................................................................................................................ 134 SP-05 Overview ..................................................................................................................................... 134 SP-10 Geographic Priorities .................................................................................................................. 138 SP-25 Priority Needs ............................................................................................................................. 144 SP-30 Influence of Market Conditions .................................................................................................. 147 SP-35 Anticipated Resources ................................................................................................................ 148 SP-40 Institutional Delivery Structure ................................................................................................... 152 SP-45 Goals Summary ........................................................................................................................... 157 SP-50 Public Housing Accessibility and Involvement ............................................................................ 161 SP-55 Barriers to Affordable Housing ................................................................................................... 163 SP-60 Homelessness Strategy ............................................................................................................... 165 SP-65 Lead Based Paint Hazards ........................................................................................................... 168 SP-70 Anti-Poverty Strategy .................................................................................................................. 171 SP-80 Monitoring .................................................................................................................................. 173 Annual Action Plan .................................................................................................................................... 175 AP-15 Expected Resources .................................................................................................................... 175 AP-20 Annual Goals and Objectives ...................................................................................................... 179 AP-35 Projects ....................................................................................................................................... 181 AP-38 Project Summary ........................................................................................................................ 184 AP-50 Geographic Distribution ............................................................................................................. 189 AP-55 Affordable Housing ..................................................................................................................... 191 AP-60 Public Housing ............................................................................................................................ 193 AP-65 Homeless and Other Special Needs Activities ............................................................................ 195 AP-75 Barriers to Affordable Housing ................................................................................................... 200 AP-85 Other Actions .............................................................................................................................. 202 AP-90 Program Specific Requirements ................................................................................................. 207 Citizen Participation Plan .......................................................................................................................... 212 Citizen Participation Plan ...................................................................................................................... 212 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 3 Appendix ................................................................................................................................................... 229 Maps Public Participation SF 424 Certifications July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 4 TABLES & MAPS Table 1 – Responsible Agencies .................................................................................................................. 14 Table 2 – Agencies, groups, organizations who participated ..................................................................... 23 Table 3 – Other local/regional/state/federal planning efforts ................................................................... 24 Table 4 – Citizen Participation Outreach .................................................................................................... 29 Table 5 – 2020 HUD Income Limits (Supplemental Table 1)....................................................................... 33 MAP 1 – Low- and Moderate-Income Areas ............................................................................................... 35 Table 6 – Housing Needs Assessment Demographics................................................................................. 37 Table 7 – Total Households Table ............................................................................................................... 38 Table 8 – Housing Problems Table .............................................................................................................. 41 Table 9 – Housing Problems 2 ..................................................................................................................... 42 Table 10 – Cost Burden > 30% .................................................................................................................... 44 Table 11 – Cost Burden > 50% .................................................................................................................... 45 Table 12 – Crowding Information 1/2 ......................................................................................................... 46 Table 13 – Crowding Information 2/2 ......................................................................................................... 46 Table 14 – Disproportionally Greater Need 0 - 30% AMI ........................................................................... 52 Table 15 – Disproportionally Greater Need 30 - 50% AMI ......................................................................... 53 Table 16 – Disproportionally Greater Need 50 - 80% AMI ......................................................................... 54 Table 17 – Disproportionally Greater Need 80 - 100% AMI ....................................................................... 55 Table 18 – Severe Housing Problems 0 - 30% AMI ..................................................................................... 58 Table 19 – Severe Housing Problems 30 - 50% AMI ................................................................................... 59 Table 20 – Severe Housing Problems 50 - 80% AMI ................................................................................... 60 Table 21 – Severe Housing Problems 80 - 100% AMI ................................................................................. 61 Table 22 – Greater Need: Housing Cost Burdens AMI ................................................................................ 64 Table 23 – Public Housing by Program Type ............................................................................................... 69 Table 24 – Characteristics of Public Housing Residents by Program Type ................................................. 71 Table 25 – Race of Public Housing Residents by Program Type ................................................................. 72 Table 26 – Ethnicity of Public Housing Residents by Program Type ........................................................... 73 Table 27 – Homeless Needs Assessment .................................................................................................... 78 Table 28 – Residential Properties by Unit Number .................................................................................... 91 Table 29 – Unit Size by Tenure .................................................................................................................... 92 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 5 Table 30 – Cost of Housing ......................................................................................................................... 95 Table 31 – Rent Paid ................................................................................................................................... 95 Table 32 – Housing Affordability ................................................................................................................. 96 Table 33 – Monthly Rent ............................................................................................................................. 97 Table 34 – Condition of Units ................................................................................................................... 100 Table 35 – Year Unit Built.......................................................................................................................... 101 Table 36 – Risk of Lead-Based Paint ......................................................................................................... 101 Table 37 – Vacant Units ............................................................................................................................ 102 Table 38 – Total Number of Units by Program Type................................................................................. 104 Table 39 – Public Housing Condition ........................................................................................................ 105 Table 40 – Facilities and Housing Targeted to Homeless Households ...................................................... 109 Table 41 – Business Activity ...................................................................................................................... 117 Table 42 – Labor Force .............................................................................................................................. 118 Table 43 – Occupations by Sector ............................................................................................................. 119 Table 44 – Travel Time .............................................................................................................................. 119 Table 45 – Educational Attainment by Employment Status ..................................................................... 120 Table 46 – Educational Attainment by Age ............................................................................................... 121 Table 47 – Median Earnings in the Past 12 Months ................................................................................. 121 Table 48 – Concentrations of Multiple Housing Problems (Supplemental Table 2) ................................. 127 MAP 2 – Neighborhood Revitalization Strategy Areas Map ..................................................................... 139 Table 49 – Geographic Priority Areas ....................................................................................................... 143 Table 50 – Priority Needs Summary .......................................................................................................... 146 Table 51 – Influence of Market Conditions ............................................................................................... 147 Table 52 – Anticipated Resources ............................................................................................................. 150 Table 53 – Institutional Delivery Structure ............................................................................................... 153 Table 54 – Homeless Prevention Services Summary ................................................................................ 154 Table 55 – Goals Summary ........................................................................................................................ 158 Table 56 – Anticipated Resources [Expected Resources] ......................................................................... 177 Table 57 – Goals Summary Information ................................................................................................... 179 Table 58 – Project Information ................................................................................................................. 182 Table 59 – Geographic Distribution .......................................................................................................... 189 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 6 Table 60 – One Year Goals for Affordable Housing by Support Requirement .......................................... 191 Table 61 – One Year Goals for Affordable Housing by Support Type ....................................................... 191 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 7 EXECUTIVE SUMMARY ES-05 Executive Summary INTRODUCTION The City of Clearwater, Florida, has completed the planning process for the 2025/2026-2029-2030 Consolidated Plan (Consolidated Plan) as required by the U.S. Department of Housing and Urban Development (HUD). The purpose of the Consolidated Plan is to identify goals, objectives, and strategies for addressing housing and community development needs, including those of the homeless and other special needs populations. This Consolidated Plan guides the use of City resources to address housing and community development needs over a five-year period. The Consolidated Plan is developed in a manner specified by HUD, and the City has followed the prescribed format in completing the plan. The Consolidated Plan was developed using HUD and U.S. Census data for demographics and housing, input from public meetings and hearings, community surveys, and past program performance. During the planning process, the City conducted three community meetings with residents of low- and moderate-income neighborhoods. Additionally, the City conducted a subrecipient grant application workshop that specifically consulted housing and public service providers for these neighborhoods. The City also held two public hearings with the Neighborhood and Affordable Housing Advisory Board (NAHAB), and one public hearing with the City Council. The purpose of this process was to receive citizen input on the current housing and community development needs of the City. Concurrent with this plan, the City jointly conducted an Analysis of Impediments to Fair Housing Choice with Pinellas County; the citizen participation process for which was led and facilitated by Pinellas County. There are four major areas of focus in the Consolidated Plan: Housing, Homelessness, Non-Housing Community Development and Non- Homeless Special Needs. The Consolidated Plan process requires the City of Clearwater to identify priority needs for each area and prepare an Annual Action Plan to address July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 8 the priorities. For every priority, there are goals, objectives, and strategies established to measure progress. The citizen input was critical in developing the goals, objectives, and strategies of this Consolidated Plan. This Consolidated Plan not only identifies goals to address the priority needs of the City, but also to address the statutory goals established by Federal law, such as providing decent housing and a suitable living environment, and expanding economic opportunities, principally for low- and moderate-income persons. SUMMARY OF THE OBJECTIVES AND OUTCOMES IDENTIFIED IN THE PLAN / NEEDS ASSESSMENT OVERVIEW The City of Clearwater Consolidated Plan is structured around seven (7) goals in administering the City’s housing and community development programs. Each goal is accompanied by corresponding objectives toward meeting that goal. These goals and objectives are as follows: GOAL: PROGRAM ADMINISTRATION ADMINISTER THE CITY OF CLEARWATER’S FEDERALLY FUNDED GRANT PROGRAMS TO IMPLEMENT THE GOALS OF THE FIVE-YEAR CONSOLIDATED PLAN. GOAL: HOUSING PROVIDE AVAILABILITY OF, AND ACCESSIBILITY TO, DECENT AFFORDABLE HOUSING FOR THE RESIDENTS OF THE CITY OF CLEARWATER. Objective 1: Preserve the existing housing stock. Objective 2: Increase the availability of affordable housing units. Objective 3: Assist qualified low- and moderate-income households to become homeowners through supporting agencies that provide housing counseling. Objective 4: Provide mortgage assistance for low- and moderate-income homebuyers. Objective 5: Provide rental and utility assistance for low- and moderate-income persons. GOAL: HOMELESSNESS HELP TO PREVENT AND REDUCE HOMELESSNESS WITHIN THE CITY OF CLEARWATER. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 9 Objective 1: Support programs that offer shelter facilities and beds for the homeless. Objective 2: Assist agencies that engage in homeless prevention and service programs. GOAL: NON-HOMELESS SPECIAL NEEDS PROVIDE ACCESSIBILITY AND COORDINATION OF SOCIAL SERVICES TO CITY OF CLEARWATER SPECIAL NEEDS POPULATIONS. Objective 1: Support construction, expansion, and improvement of facilities that assist the elderly, frail elderly, disabled, veterans, and other populations with special needs. Objective 2: Support programs to assist the elderly, frail elderly, disabled, veterans, and other populations with special needs. GOAL: COMMUNITY DEVELOPMENT & PUBLIC SERVICES ENHANCE THE LIVING ENVIRONMENT FOR PERSONS IN LOW- AND MODERATE-INCOME AREAS THROUGH COMMUNITY DEVELOPMENT ACTIVITIES, PUBLIC SERVICE PROGRAMS, AND ELIMINATION OF BLIGHT. Objective 1: Support the construction, expansion, and improvement of public facilities in low- and moderate-income areas. Objective 2: Encourage and support programs that promote neighborhood safety and security, youth accountability and mentoring, and community outreach to underserved populations in low- and moderate-income areas. Objective 3: Support agencies that offer meal and/or food bank services for persons and families of low- and moderate-income. Objective 4: Support the construction, expansion, and improvement of public parks, infrastructure, and utilities in low- and moderate-income areas. Objective 5: Eliminate blighted conditions through code enforcement and demolition in low- and moderate-income areas. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 10 GOAL: ECONOMIC DEVELOPMENT SUPPORT PROGRAMS THAT CREATE ECONOMIC OPPORTUNITIES IN THE CITY OF CLEARWATER, PARTICULARLY FOR PERSONS OF LOW- AND MODERATE-INCOME AND IN NEIGHBORHOOD REVITALIZATION STRATEGY AREAS. Objective 1: Support building façade programs in Neighborhood Revitalization Strategy Areas and low- and moderate-income areas. Objective 2: Support non-profit organizations in developing facilities that support the local economy. Objective 3: Support programs that create economic opportunity for low- to moderate-income persons, such as job training and entrepreneurship, small-business start-ups and incubators, and other economic development activities. GOAL: EMERGENCY/DISASTER RESPONSE PROVIDE ASSISTANCE PRIOR TO, DURING AND AFTER A COMMUNITY EMERGENCY AND/OR DISASTER EVENT TO PREPARE FOR AND/OR MITIGATE LOSS, PROTECT DURING AN EVENT, AND AID WITH RECOVERY. Objective 1: Provide assistance for activities that meet a particular urgent need or to prepare for, respond to, and recover from an event triggering a local, state, or national emergency declaration. EVALUATION OF PAST PERFORMANCE The Economic Development and Housing Department oversees implementation of the CDBG and HOME programs. The past five years have shown significant progress in the City’s efforts to implement HUD entitlement programs. The City is compliant with HUD regulations and continues to deliver housing and community development services in an efficient manner. Over the past five-year period, the City received an average annual allocation of approximately $902,256 in Community Development Block Grant (CDBG) funds and $465,219 in HOME Investment Partnerships (HOME). This amount totaled approximately $4.5 million in CDBG funds and $2.3 million in HOME funds over the past five years. As reported in the City’s Consolidated Annual Performance and Evaluation Reports (CAPERs), between October 1, 2020, and September 30, 2024, the City assisted 58,627 persons, 264 households, and 138 businesses, and demolished one (1) building. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 11 With these funds, the Economic Development and Housing Department offered an array of housing programs and services providing the foundation needed to aid in promoting homeownership and/or sustainable neighborhoods: • Homeowner rehabilitation, including emergency repairs and accessibility retrofitting for persons with disabilities • Purchase price assistance for homebuyers • Acquisition/new construction for affordable housing • Fair housing activities • Funding to grant subrecipients for public services, including activities that serve the homeless, persons with special needs, or persons of low and moderate income • Funding for public facilities and infrastructure projects benefitting low- and moderate-income neighborhoods • Economic development activities The City has been successful in implementing these programs in the past and anticipates the continuation of such programs in the future. The City will use CDBG and HOME funds to meet the goals and objectives identified in the Consolidated Plan. SUMMARY OF CITIZEN PARTICIPATION PROCESS AND CONSULTATION PROCESS Comments and concerns raised during the citizen participation process were taken into consideration when developing the Consolidated Plan's goals, objectives, and strategies. The Consolidated Plan is a collaborative process that involves meetings and surveys with residents and service providers to collect input and ideas. As part of this process, the City sought to identify the priority needs and strategies to address those needs. Priority needs were identified based on past program performance, available housing and demographic data, public input, housing and service provider consultation, and community meetings and surveys. In addition, the City consulted with the Clearwater Housing Authority, Homeless Leadership Alliance of Pinellas, City Departments, Neighborhood and Affordable Housing Advisory Board, and the City Council to identify priority needs and develop corresponding strategies. SUMMARY OF PUBLIC COMMENTS Although there are many issues that residents of Clearwater felt are important, there are a few items that were stressed throughout the citizen participation process as being of the highest priority: July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 12 • Housing assistance, such as homeowner counseling and coordination of funding options, alternative affordable housing types, rehabilitation loans and grants, and disaster assistance (e.g., post-storm repairs and home hardening). • Homeless facilities and services, such as overnight shelter facilities, rapid re-housing, permanent supportive housing, self-sufficiency and job/employment training, homeless prevention activities, and street outreach (e.g., mental health, etc.). • Public services, such as mental/behavioral health resources and programs, self-sufficiency and job/employment training, affordable childcare/daycare, elderly transit/transportation services, food assistance, community policing and social work programs, salary support for program delivery, and improved communications and messaging with the community. • Public facilities and infrastructure improvements, including post-storm repairs to public properties, street and sidewalk improvements for public safety and accessibility, programs for neighborhood cleanup and beautification, and park renovations for usability (e.g., dog parks, fitness stations, flexible green spaces). • Economic development activities, such as microenterprise and small business assistance, and commercial façade improvements. SUMMARY OF COMMENTS OR VIEWS NOT ACCEPTED AND THE REASONS FOR NOT ACCEPTING THEM All comments received by the City of Clearwater were considered and are, generally or specifically, addressed by the Strategic Plan and/or Annual Action Plan. Documentation of all comments received is included as an attachment (PDF format) to the Consolidated Plan submittal. SUMMARY The Consolidated Plan for years 2025/2026-2029/2030 identifies goals, objectives and strategies to address the City’s housing and community development needs. These needs were identified through an extensive citizen participation process that involved neighborhood residents, local housing and service providers, and regional partners. The Consolidated Plan guides the City’s use of CDBG resources through seven (7) goals. These goals are summarized as Housing, Homelessness, Non-Homeless Special Needs, Community Development and Public Services, Economic Development, and Emergency/Disaster Response. Over the next five years, the City will continue to deliver housing and community development activities that support housing rehabilitation and assistance, public facility and July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 13 infrastructure improvements, economic development initiatives, and partnerships with an array of housing and public service providers. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 14 THE PROCESS PR-05 Lead & Responsible Agencies AGENCY/ENTITY RESPONSIBLE FOR PREPARING/ADMINISTERING THE CONSOLIDATED PLAN The following are the agencies/entities responsible for preparing the Consolidated Plan and those responsible for administration of each grant program and funding source. TABLE 1: RESPONSIBLE AGENCIES Agency Role Name Department/Agency Lead Agency City of Clearwater Economic Development and Housing Department/Housing Division Table 1 – Responsible Agencies NARRATIVE The City of Clearwater, Florida, is the lead agency responsible for overseeing the development of the Consolidated Plan and Annual Action Plan (see Table 1). The Economic Development and Housing Department is the internal department that is responsible for the day-to-day administration of CDBG and HOME funding. However, the Economic Development and Housing Department worked closely with both the City Council and the Neighborhood and Affordable Housing Advisory Board (NAHAB) in addition to residents and subrecipients to develop a meaningful document. The development of the Consolidated Plan and Annual Action Plan was based on the previous Consolidated Plan and other studies, plans and reports that have been prepared in recent years. Some of the primary documents included the City’s Neighborhood Revitalization Strategy Area documents, Local Housing Incentives Strategy and Local Housing Assistance Plan, and Economic Development Strategic Plan, and the Homeless Leadership Alliance of Pinellas’ Point-in-Time (PIT) Homeless Report and Annual Homeless Assessment reports, among others. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 15 To maximize citizen participation, staff along with a consultant (Wade Trim, Inc.) conducted outreach through a series of public notices, hearings, and meetings. As part of these efforts, low- and moderate- income residents, as well as service providers, were encouraged to provide input on the Consolidated Plan and Annual Action Plan. CONSOLIDATED PLAN PUBLIC CONTACT INFORMATION Inquiries, comments or complaints concerning the Plan, any amendments, or performance reports, can be conveyed by contacting City staff at: City of Clearwater Economic Development and Housing Department 509 S. East Ave, Suite 227 Clearwater, FL 33756 Telephone: (727) 444-7168 Fax: (727) 562-4037 Email: Dylan.Mayeux@myclearwater.com Business hours: 8:00 a.m. to 5:00 p.m., Monday through Friday Written complaints may also be made to the Jacksonville Field Office of the U.S. Department of Housing and Urban Development (HUD) at the following address: U.S. Department of Housing and Urban Development Community Planning and Development Division 400 West Bay St., Ste. 1015 Jacksonville, FL 32202 Phone: (904) 232-2627 Fax: (904) 232-3759 Business hours: 8:00 a.m. to 4:30 p.m., Monday through Friday July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 16 PR-10 Consultation INTRODUCTION Partnering with other local, public and private entities is vital to addressing the identified priority needs related to affordable housing, homeless, special needs and community development. Clearwater's Citizen Participation Plan incorporates the goals, policies, and implementation strategies that the City will undertake to encourage and ensure adequate citizen participation in the development of the Consolidated Plan, the Annual Action Plan, any substantial amendments to the Plans, and the Consolidated Annual Performance and Evaluation Report (CAPER). Citizen participation provides a means of involving the citizens of Clearwater in an advisory capacity in all phases of HUD programs. Citizen participation in such efforts is essential if the activities to be undertaken are to be truly successful and responsive to the needs and concerns of the community. The Citizen Participation Plan provides for and encourages residents to explain their needs and voice their concerns. Emphasis is placed on persons of low- and moderate-income who are residents of low- and moderate-income areas in which funds are proposed to be used. However, at the same time, residents are reminded that their input is advisory and that final authority for decision-making rests with the City Council, who is responsible to both the citizens of Clearwater and the Federal government. Three (3) community meetings, one (1) subrecipient application/consultation workshop, and an online (and hard copy) survey were conducted to determine the needs and priorities of the community. The community meetings, workshop, and survey provided an opportunity for citizens and interested parties to become knowledgeable about Clearwater’s housing and community development programs and eligibility requirements. Participants were asked to provide input on how funds should be allocated to programs and projects related to housing, homelessness, special needs, and community development. SUMMARY OF THE JURISDICTION’S ACTIVITIES TO ENHANCE COORDINATION BETWEEN PUBLIC AND ASSISTED HOUSING PROVIDERS AND PRIVATE AND GOVERNMENTAL HEALTH, MENTAL HEALTH AND SERVICE AGENCIES Institutional coordination of the Consolidated Plan establishes a unified vision for community development. The City uses a collaborative process to shape various programs into effective, coordinated strategies. This process also facilitates the opportunity for planning and citizen participation to take place in a comprehensive context, attempting to reduce duplication of effort at the local level. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 17 The City will implement this Consolidated Plan in coordination with public, private, and nonprofit agencies. Nonprofit agencies may include, but are not limited to, service providers and community housing development organizations. Private sector partners may include, but are not limited to, local financial institutions, developers and local businesses. The City works closely with its partners to design programs that address identified needs. Table 2 outlines the types of agencies and organizations consulted throughout the program year and during the development of the City of Clearwater Consolidated Plan and Annual Action Plan. Organizations consulted included various service providers, Community Housing Development Organizations (CHDOs), Clearwater Housing Authority (CHA), Homeless Leadership Alliance of Pinellas (HLA), City Departments, NAHAB, and the City Council, among others. DESCRIBE COORDINATION WITH THE CONTINUUM OF CARE AND EFFORTS TO ADDRESS THE NEEDS OF HOMELESS PERSONS (PARTICULARLY CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS, AND UNACCOMPANIED YOUTH) AND PERSONS AT RISK OF HOMELESSNESS The City coordinated with the Homeless Leadership Alliance of Pinellas (HLA) through its most recent PIT and Homeless Assessment reports and with residents through community meetings. This consultation was pivotal in preparing the Needs Assessment and Strategic Plan components of the Consolidated Plan. In addition, through consultation and review of the most recent Public Housing Authority Plan and other HUD reports, the Clearwater Housing Authority (CHA) also provided pivotal input in preparing the Consolidated Plan. DESCRIBE CONSULTATION WITH THE CONTINUUM(S) OF CARE THAT SERVES THE JURISDICTION'S AREA IN DETERMINING HOW TO ALLOCATE ESG FUNDS, DEVELOP PERFORMANCE STANDARDS AND EVALUATE OUTCOMES, AND DEVELOP FUNDING, POLICIES AND PROCEDURES FOR THE ADMINISTRATION OF HMIS The City of Clearwater does not receive or administer an Emergency Shelter Grant (ESG). Consultation with the Continuum of Care (CoC) included research of the Homeless Leadership Alliance of Pinellas (HLA) annual reports and plans, community meetings, public hearings, and notices. The Homeless Leadership Alliance of Pinellas, as the lead agency for the area’s CoC, utilizes the following system performance measures and procedural documents: HUD System Performance Measures, HUD CoC Project Priority Application Ranking System, NAEH Rapid Rehousing Performance Benchmarks and July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 18 Program Standards, Annual Homeless Assessment Report (AHAR) and Homeless Management Information System (HMIS) data, Annual Point-in-Time (PIT) Count Report, Housing Inventory Count, and other documents including the Federal Strategic Plan to Prevent and End Homelessness. The Homeless Leadership Alliance of Pinellas is comprised of approximately 40 members, a Board of Directors and Executive Committee, and supporting staff. The Board consists of two councils, the Providers Council and Funders Council, that work together to identify concerns and make policies and recommendations on homeless issues. The mission of the Homeless Leadership Alliance of Pinellas (HLA) is to coordinate all community partners, systems and resources available with the goal of helping individuals and families to prevent, divert, and end homelessness in Pinellas County. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 19 TABLE 2: AGENCIES, GROUPS, ORGANIZATIONS WHO PARTICIPATED Agency / Group / Organization Agency / Group / Organization Type What section of the Plan was addressed by Consultation? How was the Agency / Group / Organization consulted and what are the anticipated outcomes of the consultation or areas for improved coordination? City of Clearwater City Council Other government-Local; Civic Leaders Housing Needs Assessment; Public Housing Needs; Homeless Needs (All); Homelessness Strategy; Non- Homeless Special Needs; Market Analysis; Economic Development; Lead-Based Paint Strategy; Anti-Poverty Strategy; Other (Non-Housing Community Development Strategy) Government/Local Officials, Approval of Advisory Board Recommendations and Consolidated Plan City of Clearwater Economic Development and Housing Department Other (City Departments); Grantee Department Housing Needs Assessment; Public Housing Needs; Homeless Needs (All); Homelessness Strategy; Non- Homeless Special Needs; Market Analysis; Economic Development; Lead-Based Paint Strategy; Anti-Poverty Strategy; Other (Non-Housing Community Development Strategy) Internal Meetings with Economic Development and Housing Department Staff (Technical Review Committee Facilitation) City of Clearwater Neighborhood and Housing Advisory Board (NAHAB) Other (Advisory Board) Housing Needs Assessment; Public Housing Needs; Homeless Needs (All); Homelessness Strategy; Non- Homeless Special Needs; Market Analysis; Economic Development; Lead-Based Paint Strategy; Anti-Poverty Strategy; Other (Non-Housing Community Development Strategy) Advisory Board, Recommendations regarding project selection and funding allocations Arts 4 Life Academy, Inc. Services-Children; Services-Education Other (Non-Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Bright Community Trust, Inc. Housing Housing Needs Assessment; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 20 Agency / Group / Organization Agency / Group / Organization Type What section of the Plan was addressed by Consultation? How was the Agency / Group / Organization consulted and what are the anticipated outcomes of the consultation or areas for improved coordination? Clearwater Housing Authority (CHA) PHA Public Housing Needs; Market Analysis Direct consultation; Research of Annual and 5-Year PHA Plans (Technical Review Committee Member) Clearwater Urban Leadership Coalition Services-Health; Services- Education; Services- Employment; Civic Leaders Anti-Poverty Strategy; Other (Non-Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for small business assistance/ training/incubators Crossroads Music Institute Services- Education; Other (Music Lessons) Other (Non-Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Directions for Living Services-Housing; Services-Homeless; Other (Services- Mental Health) Non-Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for homeless prevention, emergency shelter and financial assistance, and rapid rehousing Gulfcoast Legal Services, Inc. Other (Legal) Housing Needs Assessment; Homelessness Strategy; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Habitat for Humanity Tampa Bay Gulfside Housing Housing Needs Assessment; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Homeless Emergency Project/ Homeless Empowerment Program (HEP) Services-Homeless Homeless Needs (All); Homelessness Strategy; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified barriers to affordable housing, specifically insurance premiums (e.g., flood insurance) July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 21 Agency / Group / Organization Agency / Group / Organization Type What section of the Plan was addressed by Consultation? How was the Agency / Group / Organization consulted and what are the anticipated outcomes of the consultation or areas for improved coordination? Homeless Leadership Alliance of Pinellas, Inc. (HLA) Services-Homeless; Other (Continuum of Care) Homeless Needs (All); Homelessness Strategy; Market Analysis Direct consultation; Research of reports and plans; email outreach; (Technical Review Committee Member) Hope Villages of America, Inc. Housing; Other (Food Bank) Homeless Needs (All); Homelessness Strategy; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment InterCultural Advocacy Institute (ICAI)/Hispanic Outreach Center Services-Children; Services- Education; Other (Legal) Market Analysis; Other (Non- Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment LiFT, FL Services-Persons with Disabilities Non-Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for playground for neurodivergent children, self-sufficiency/ employment training, and long-term residential facilities for persons with special needs. Metropolitan Ministries Services-Homeless; Other (Food Bank) Homeless Needs (All); Homelessness Strategy; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for homeless prevention, particularly for seniors and the elderly, and affordable options for aging- in-place. Miracles Outreach Community Development Center, Inc. Housing; Services- Children Housing Needs Assessment; Homeless Needs- Unaccompanied Youth; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Pinellas Opportunity Council, Inc. Services-Elderly Persons Non-Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 22 Agency / Group / Organization Agency / Group / Organization Type What section of the Plan was addressed by Consultation? How was the Agency / Group / Organization consulted and what are the anticipated outcomes of the consultation or areas for improved coordination? Hispanic Business Initiative Fund of Florida, Inc. dba Prospera Other (Economic Development) Market Analysis; Anti-Poverty Strategy; Other (Non-Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for small business assistance/ training/incubators. Recovery Epicenter Foundation Services-Health; Other (Services- Mental Health; Services-Substance Abuse Treatment) Homeless Needs (All); Homelessness Strategy; Non- Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment St. Vincent de Paul Services-Homeless; Other (Soup Kitchen) Homeless Needs (All); Homelessness Strategy Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for administrative funding for program delivery (i.e., non- client facing positions for programs to function) Suncoast Housing Connections Housing; Services- Fair Housing Housing Needs Assessment; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment [fka Tampa Bay Community Development Corporation (CDC)] Tampa Bay Neighborhood Housing Services Housing; Services- Fair Housing Housing Needs Assessment; Public Housing Needs; Market Analysis Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for subsidized affordable housing (homeowner and rental), sale/purchase assistance, particularly to address heirs properties, and small business assistance/training/ incubators (Technical Review Committee Member) July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 23 Agency / Group / Organization Agency / Group / Organization Type What section of the Plan was addressed by Consultation? How was the Agency / Group / Organization consulted and what are the anticipated outcomes of the consultation or areas for improved coordination? The ARC Tampa Bay Services-Persons with Disabilities Non-Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Identified need for assisted living facilities/nursing homes for persons with physical, intellectual, or developmental disabilities, and hurricane evacuation shelter for persons with special needs. WestCare GulfCoast- Florida, Inc. Services-Persons with HIV/AIDS; Services-Health; Other (Services- Mental Health) Non-Homeless Special Needs Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Willa Carson Health and Wellness Center, Inc. Services-Health Other (Non-Housing Community Development Strategy) Email Outreach for NOFA; Subrecipient Application/Consultation Workshop (Attended); Opportunity to Apply or Comment Table 2 – Agencies, groups, organizations who participated IDENTIFY ANY AGENCY TYPES NOT CONSULTED AND PROVIDE RATIONALE FOR NOT CONSULTING The City of Clearwater consulted with the lead agency for the CoC, local and county public housing authorities (PHAs), affordable housing providers, various social service providers, City departments, and civic leaders. Additionally, the general public, including but not limited to low- and moderate-income residents and other entities impacted by housing and community development activities, were noticed about the community meetings, workshop, and survey by email, City website, and flyers/posters, and about public hearings by newspaper advertisements. Other agencies and organizations not directly consulted were consulted indirectly by research of published plans and reports. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 24 DESCRIBE COOPERATION AND COORDINATION WITH OTHER PUBLIC ENTITIES, INCLUDING THE STATE AND ANY ADJACENT UNITS OF GENERAL LOCAL GOVERNMENT, IN THE IMPLEMENTATION OF THE CONSOLIDATED PLAN (91.215(L)) Many of the programs and activities that will be carried out by the City during the program years will involve coordination with multiple agencies and organizations. The City actively works with Pinellas County and local developers to support the City’s goals of affordable housing, reduced homelessness, accessible social services, enhanced living environment, and economic opportunity for low- and moderate-income persons. At a minimum, implicit in these goals is the City’s commitment to providing coordinated community, housing and supportive services to its lower income residents. These services are provided through partnerships with government and quasi-government agencies, as well as respective planning efforts shown in Table 3. Clearwater will continue to encourage building partnerships between governments, lenders, builders, developers, real estate professionals, and advocates for low-income persons. Clearwater will continue to work with the building industry, banking industry, real estate industry, social service providers and other community groups to promote the development of affordable housing and related housing services. TABLE 3: OTHER LOCAL/REGIONAL/STATE/FEDERAL PLANNING EFFORTS Name of Plan Lead Organization How do the goals of this Strategic Plan overlap with the goals of each plan? Continuum of Care (CoC) Homeless Leadership Alliance of Pinellas Homelessness/Help to prevent and reduce homelessness within the City of Clearwater. State Housing Initiatives Partnership (SHIP) Local Housing Incentives Strategy (2024) and Local Housing Assistance Plan (2025) City of Clearwater/State of Florida Housing/Provide availability of and accessibility to decent affordable housing for the residents of the City of Clearwater (e.g. identification of barriers and incentives strategies). Recommended Projections of Sea Level Rise in the Tampa Bay Region (2019) National Oceanic and Atmospheric Administration (NOAA)/Tampa Bay Climate Science Advisory Panel (CSAP)/Tampa Bay Regional Planning Council Community Development and Public Services/Support the construction, expansion, and improvement of public facilities, parks, infrastructure, and utilities in low- and moderate- income areas. Economic Development Strategic Plan (2011) City of Clearwater Economic Development/Support programs that create economic opportunities in the City of Clearwater, particularly for persons low- and moderate-income and in Neighborhood Revitalization Strategy Areas. Tampa Bay Comprehensive Economic Development Strategy (CEDS) (2023-2027) Tampa Bay Regional Planning Council Economic Development/Support programs that create economic opportunities in the City of Clearwater, particularly for persons low- and moderate-income and in Neighborhood Revitalization Strategy Areas. Table 3 – Other local/regional/state/federal planning efforts July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 25 PR-15 Citizen Participation SUMMARY OF CITIZEN PARTICIPATION PROCESS/EFFORTS MADE TO BROADEN CITIZEN PARTICIPATION The development of the Consolidated Plan requires extensive citizen participation. For the 2025/2026- 2029/2030 Consolidated Plan, Clearwater underwent an in-depth citizen participation process. HUD requires local jurisdictions to provide for citizen participation which encourages the development of the Consolidated Plan in cooperation with residents from every walk of life. In particular, HUD believes it is important to obtain the views of residents who live in CDBG Eligible Areas, as well as service providers who deliver services to low-income and special needs residents. The following section describes the public participation process that was completed for the City of Clearwater in preparation of the 2025/2026-2029/2030 Consolidated Plan. A summary of the public participation process is shown in Table 4. As part of the Citizen Participation process, Clearwater conducted a Five-Year Consolidated Plan “Community Survey” from January 22, 2025, through February 28, 2025. The survey process was overseen by the City and implemented through the internet. Hard copies of the surveys were also made available at the three (3) community meetings and one (1) subrecipient application/consultation workshop. These hard-copy surveys were then entered into the online system for inclusion in the results. Participating cities, partner agencies, and community organizations were encouraged to engage and collect feedback from individuals receiving services during the Five-Year Consolidated Plan “Community Survey” campaign. The results of the Five-Year Consolidated Plan “Community Survey,” compiled with input received during the community meetings held February 10-12, 2025, and subrecipient application/consultation workshop held on February 26, 2025, identified the priority housing and community development needs for the next five years. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 26 TABLE 4: CITIZEN PARTICIPATION OUTREACH Mode of Outreach Target of Outreach Summary of response/ attendance Summary of comments received Summary of comments not accepted and reasons URL if applicable Internet Outreach (Notices) Non- Targeted/ Community January- February 2025 Notice of [public] community meetings and survey posted to City’s website; flyers posted in community centers; email notices sent out to agency/subrecipient contact lists regarding opportunities to participate N/A www.myclear water.com/h ousing Newspaper Ad #1 Non- Targeted/ Community January 22, 2025 Notice of [public] community meetings published in Tampa Bay Times N/A N/A Public Meeting #1 Non- Targeted/ Community February 10, 2025; North Greenwood Recreation Center; (12) Attendees North Greenwood Neighborhood: housing assistance and rehabilitation, including home hardening; homeless overnight shelter facilities; public services, such as mental/behavioral health resources and programs, job training, daycare, elderly transit/transportation services, food assistance, and improved communications and messaging with the community; public facilities and infrastructure improvements, such as street and sidewalk improvements for public safety and accessibility, and additional recreation options for usability (see Appendix). All comments noted; see Appendix N/A July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 27 Mode of Outreach Target of Outreach Summary of response/ attendance Summary of comments received Summary of comments not accepted and reasons URL if applicable Public Meeting #2 Non- Targeted/ Community February 11, 2025; Ross Norton Recreation Center; (8) Attendees Lake Bellevue Neighborhood and Downtown Gateway District: housing assistance and rehabilitation, including homeowner counseling and coordination of funding options, rehabilitation loans and grants, disaster assistance, and ADUs as affordable housing; homeless overnight shelter facilities, rapid re- housing, self-sufficiency and job/employment training, and street outreach (e.g., mental health unit); public services, mental health services, salary support for community policing and social work programs, and economic development (e.g., microenterprise and small business assistance); public facilities and infrastructure improvements, such as dog parks and public greenspaces, and programs for neighborhood cleanup and beautification (see Appendix). All comments noted; see Appendix N/A July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 28 Mode of Outreach Target of Outreach Summary of response/ attendance Summary of comments received Summary of comments not accepted and reasons URL if applicable Public Meeting #3 Non- Targeted/ Community February 12, 2025; The Long Center; (6) Attendees The Long Center/Citywide: housing assistance and rehabilitation, such as post- storm repairs, and slum/blight removal in eligible neighborhoods; homeless overnight shelter, homeless prevention activities, and permanent supportive housing; public services, such as self- sufficiency programs, job skills/employment training, affordable daycare, transportation services, and salary-support for program delivery; public facilities and infrastructure improvements, such as park renovations and post-storm repairs to public facilities/infrastructure, and façade improvements (see Appendix). All comments noted; see Appendix N/A Internet Outreach (Community Survey) Non- Targeted/ Community January 22, thru February 28, 2025; (67) Responses Community Survey Results: Housing: housing rehabilitation and new construction, homeowner assistance; Homeless Services: employment training, homeless services for youth, substance abuse services; Public/Social Services: senior services, health services, youth services; Community and Economic Development: public utility improvements (water, sewer, stormwater), road repair/reconstruction, sidewalk improvements (see Appendix). All comments noted; see Appendix www.myclear water.com/h ousing July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 29 Mode of Outreach Target of Outreach Summary of response/ attendance Summary of comments received Summary of comments not accepted and reasons URL if applicable Other (Workshop) Other (Subrecipie nts) February 26, 2025; (37) Attendees Subrecipient Application/Consultation Workshop: special needs housing (long-term) and emergency shelter (short- term), programs for neurodivergent children, affordable housing (homeowner and rental), availability of administrative funding for program delivery, homeless prevention particularly for senior population, small business incubators/technical assistance for startups, mitigate increasing costs of insurance (e.g., flood insurance). All comments noted; see Appendix N/A Internet Outreach (NAHAB Public Hearing) Non- Targeted/ Community May 2025 Notice of NAHAB public hearing published online to City’s website and Legistar calendar N/A https://clear water.legistar .com/Calenda r.aspx Public Hearing #1 Non- Targeted/ Community May 13, 2025; NAHAB Meeting Board input on plans/budget allocation All comments recorded; see Appendix for meeting minutes N/A Newspaper Ad #2 Non- Targeted/ Community June 4, 2025 Plan summary and notice of 30-day public comment period published in Tampa Bay Times N/A N/A Other (30- Day Public Comment Period) Non- Targeted/ Community June 8, thru July 7, 2025 TBD TBD www.myclear water.com Public Hearing #2 Non- Targeted/ Community July 8, 2025; NAHAB Meeting NAHAB input on plans/ recommendation to City Council All comments recorded; see Appendix for meeting minutes N/A Public Hearing #3 Non- Targeted/ Community August 7, 2025; City Council Meeting Council input on plans/ approval for submittal to HUD All comments recorded; see Appendix for meeting minutes N/A Table 4 – Citizen Participation Outreach July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 30 SUMMARIZE CITIZEN PARTICIPATION PROCESS AND HOW IT IMPACTED GOAL-SETTING Comments and concerns raised during the citizen participation process were taken into consideration when developing the Consolidated Plan’s goals, objectives, and strategies. The Consolidated Plan is a collaborative process that involves interviews with stakeholders and meetings with the public to determine areas of need. As part of this process, the City sought to identify the priority needs and strategies to address those needs. Priority needs were identified based on available housing data, public input, service provider meetings, community surveys, and past program performance. In addition, Housing Division staff consulted with various City Departments to identify priority needs and develop corresponding strategies. Complete summaries and minutes of the meetings are included in the Appendix to this document. Housing Strategy Housing strategies were determined by using housing data provided by HUD and the U.S. Census Bureau. Customized HUD data is available to help communities evaluate housing and homeless needs. Complete summaries of this data are available in the Needs Assessment and Market Analysis section, as the Appendix to this document. In addition, the City has a long and successful history of administering numerous housing programs and meeting housing needs. Several housing programs, particularly housing rehabilitation activities, have been underway for many years and provide good value to the community. In general, Clearwater emphasizes housing programs due to the large, ongoing need for housing services. Homeless Strategy Homeless strategies were developed in several ways. First, the City consulted the Homeless Leadership Alliance of Pinellas (HLA) annual PIT and homeless assessment reports to obtain the latest counts of the homeless population. The Homeless Leadership Alliance of Pinellas (HLA) is the lead agency for homeless services and represents agencies that implement homeless services. The City also utilized data from HUD that details homelessness and homeless service providers, including St. Petersburg, Clearwater, Largo/Pinellas County CoC housing inventories. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 31 Community Development Strategy Community Development strategies were determined through community meetings, community surveys, a subrecipient application/consultation workshop, meetings with Housing Division staff, and review of current planning activities. The City is working to leverage other planning efforts with funding opportunities where possible. Non-Housing Special Needs Non-Housing Special Needs were determined through community meetings, community surveys, and consultation with service providers during the subrecipient application workshop. As with the homeless and housing topics, HUD and the U.S. Census provide data on Special Needs populations. In addition, there are service providers that are knowledgeable about Special Needs populations and were able to provide valuable information through the participation process. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 32 NEEDS ASSESSMENT NA-05 Overview NEEDS ASSESSMENT OVERVIEW The Needs Assessment section of the Consolidated Plan identifies Clearwater’s communitywide housing and community development needs. Data from the Comprehensive Housing Affordability Strategy (CHAS) database and the U.S. Census Bureau’s American Community Survey (ACS) database are referenced in this section. Additionally, this section is supported by data from the local Public Housing Authority and other documentation from Clearwater and its partners. The Needs Assessment section evaluates the demand for housing and community development assistance by the following income groups based on Area Median Income (AMI): Extremely Low Income (< 30% AMI or 60% of the Section 8 Very Low-Income Limits) Very Low Income (30%-50% AMI) Low Income (50%-80% AMI) AMI is based on the 2020 HUD Income Limits Documentation System, which is outlined in Table 5 (Supplemental Table 1). The City of Clearwater is located within the Tampa-St. Petersburg-Clearwater, FL MSA where the AMI is $92,000. For a family of four (4) people, an extremely low income is $31,200, very low income is $47,750, and a low income is $76,400. For Emergency Solutions Grants (ESG), extremely low income is $28,650. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 33 TABLE 5: 2024 HUD INCOME LIMITS Income Limit Category 1 Person 2 Persons 3 Persons 4 Persons 5 Persons 6 Persons 7 Persons 8 Persons ESG/CoC Extremely Low (30%) $20,100 $22,950 $25,800 $28,650 $30,950 $33,250 $35,550 $37,850 Section 8 Extremely Low* $20,100 $22,950 $25,820 $31,200 $36,580 $41,960 $47,340 $52,720 Very Low (50%) $33,450 $38,200 $43,000 $47,750 $51,600 $55,400 $59,250 $63,050 Low (80%) $53,500 $61,150 $68,800 $76,400 $82,550 $88,650 $94,750 $100,850 Data Source: HUD Income Limits Documentation System (2024); *Calculated as 30/50ths (60%) of the Section 8 Very Low-Income Limits Table 5 – 2024 HUD Income Limits (Supplemental Table 1) For the City of Clearwater, the threshold for a block group to be considered low- or moderate-income is 51%. Map 1 shows the Census Block Groups where 51% or more of the population falls within the low- or moderate- income limit categories. These 50 Block Groups correspond to the following Census Tracts: • 254.01, 12, 13, 20, 21 • 255.01, 05, 07 • 258 • 259.01, 02 • 261.01 • 262 • 263 • 264.01, 02 • 265.01, 02 • 266.01 • 267.01, 03, 05 • 268.04,13, 18, 19, 20 • 269.11, 12 • 271.06 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 34 According to HUD FY 2024 Low- and Moderate-Income Summary Data (LMISD), there are approximately 54,000 persons of low- or moderate income within the jurisdiction as whole, which represents 48% of the population upon which HUD calculates the threshold, and nearly half (46%) of Clearwater’s total population according to the 2019-2023 ACS. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 35 MAP 1 – Low- and Moderate-Income Areas July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 36 NA-10 Housing Needs Assessment SUMMARY OF HOUSING NEEDS The data in the Housing Needs Assessment subsection provides the estimated number and type of households in need of housing assistance by income level, tenure type (owner or renter), household type, and housing problem (cost burdened, severely cost burdened, substandard housing, overcrowding, or geographic concentration of racial/ethnic groups). This section also integrates the needs identified during consultation and public outreach and describes the characteristics of the Clearwater’s households and housing stock. The Housing Needs Assessment includes the following sections: 1. Summary of Housing Needs 2. Demographics 3. Number of Households 4. Housing Problems 1 5. Housing Problems 2 6. Cost Burden > 30% 7. Cost Burden > 50% 8. Crowding Table (More than One Person Per Room) 9. Additional Housing Needs Narrative Demographics Table 6 displays the population, number of households, and median income for the base year and most recent year, and the percentage of change over time using 2009-2013 ACS and 2019-2023 ACS 5-Year Estimates. ACS estimates show an estimated 8% increase in population from 108,551 in 2013 to 117,075 in 2023. Comparatively, the number of households increased 5% from 47,511 in 2013 to 49,909 in 2023. Conversely, median income increased 53% from $42,158 in 2013 to $64,440 in 2023. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 37 TABLE 6: HOUSING NEEDS ASSESSMENT DEMOGRAPHICS Base Year: 2009-2013 ACS Most Recent Year: 2019-2023 ACS Percent Change Population 108,551 117,075 8% Households 47,511 49,909 5% Median Income $42,158 $64,440 53% Table 6 – Housing Needs Assessment Demographics NUMBER OF HOUSEHOLDS AND TYPES Table 7 shows the number and type of households by HUD Adjusted Median Family Income (HAMFI). The default data source is the 2016-2020 CHAS database, developed by HUD. The largest number of households is in the greater than 100% HAMFI group with 20,080 households. The second largest is the >50-80% HAMFI group (9,790). Nearly 7,500 households (7,565) or approximately 16% of all households in Clearwater earn below 30% of HAMFI. Small family households are households that have a family with two to four members. The largest number of small family households is within the >100% HAMFI group (9,170). The second largest number of small family households is within the >50-80% HAMFI group (2,935). Just over 1,700 households (1,730) or approximately 10% of small family households in Clearwater earn below 30% of HAMFI. Large family households are households that have a family of five or more members. Again, the largest number of large family households is within the >100% HAMFI group (960). The second largest number of large family households is within the >50-80% HAMFI group (655). Approximately 200 households (230) or approximately 10% of large family households in Clearwater earn below 30% of HAMFI. Table 7 also provides data on households that contain at least one person considered to be elderly. The data suggests that among income groups, the largest number of households with a person 62-74 years of age is within the >100% HAMFI income group (5,755). The largest number of households with a person 75 years or older is also within the >100% HAMFI income group (2,265). Nearly 3,500 households (3,560) contain at least one person 62 years or older and earn below 30% of HAMFI. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 38 Finally, the data provided Table 7 shows the number of households with one or more children 6 years old or younger. Among the household income groups identified, the largest number of households with children 6 years or younger is within the >50-80% HAMFI income category (1,160). The second largest number of households with children 6 years old or younger is within the 0-300% HAMFI group (890). Approximately 900 households (890) have at least one child 6 years old or younger and earn below 30% of HAMFI. TABLE 7: TOTAL HOUSEHOLDS TABLE 0-30% HAMFI >30-50% HAMFI >50-80% HAMFI >80-100% HAMFI >100% HAMFI Total Households * 7,565 5,960 9,790 4,810 20,080 Small Family Households * 1,730 1,405 2,935 1,615 9,170 Large Family Households * 230 195 655 240 960 Household contains at least one person 62-74 years of age 1,850 1,580 2,305 1,150 5,755 Household contains at least one person age 75 or older 1,710 1,455 2,020 935 2,265 Households with one or more children 6 years old or younger * 890 530 1,160 340 875 * The highest income category for these family types is >80% HAMFI Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 7 – Total Households Table HOUSING NEEDS SUMMARY TABLES FOR SEVERAL TYPES OF HOUSING PROBLEMS Housing Problems 1 Table 8 displays the number of households with housing problems by tenure and HUD Adjusted Median Family Income (HAMFI) according to the 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. As defined by HUD, housing problems include: • Substandard housing lacking complete plumbing facilities • Substandard housing lacking complete kitchen facilities • Overcrowded households with 1.01 to 1.5 people per room, excluding bathrooms, porches, foyers, halls, or half‐rooms • Households with housing cost burden greater than 30% of income July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 39 As shown in Table 8, among the “housing problem” categories, households within Clearwater are most commonly impacted by severe housing cost burden (greater than 50% of income) and housing cost burden (greater than 30% of income). The first housing problem, substandard housing, is defined as a household without hot and cold piped water, a flush toilet and a bathtub or shower, and kitchen facilities that lack a sink with piped water, a range or stove, or a refrigerator. There are 530 renter households and 35 owner households that live in substandard housing. The second housing problem identified is households living in overcrowded conditions. There are two forms of overcrowding defined by HUD and identified in Table 8: 1. Severely overcrowded is defined as a household having complete kitchens and bathrooms but housing more than 1.51 persons per room excluding bathrooms, porches, foyers, halls, or half- rooms. 2. Overcrowded is defined as a household having complete kitchens and bathrooms but housing more than 1.01 to 1.5 persons per room excluding bathrooms, porches, foyers, halls, or half- rooms As shown in Table 8, 1,020 renter households are experiencing some form of overcrowding while 129 owner occupied households are experiencing some form of overcrowding. The final housing problem identified is cost burden. Cost burden is a fraction of a household’s total gross income spent on housing costs. For renters, housing costs include rent paid by the tenant plus utilities. For owners, housing costs include mortgage payment, taxes, insurance, and utilities. Cost burden is broken into two categories based on severity: • Severe housing cost burden greater than 50% of income • Housing cost burden greater than 30% of income As shown in Table 8, approximately 2,995 renter households within the 0‐30% AMI group are experiencing severe cost burden (>50% of income). Among all income groups, 4,825 renters have a cost burden greater than 30% of income and 4,940 renters have a cost burden greater than 50% of income. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 40 Over 3,000 owner households (3,515) have a cost burden greater than 30% of income and nearly 3,000 owner households (2,895) have a cost burden greater than 50% of income. Overall, 8,340 households in Clearwater are experiencing a cost burden greater than 30% of income and 7,835 households are experiencing a cost burden greater than 50% of income. While both renters and owners appear to be affected by the cost of housing within Clearwater, renters bear a heavier burden. Of the 16,175 households experiencing a cost burden of some kind, 9,765 (60%) are renters and 6,410 (40%) are owners. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 41 TABLE 8: HOUSING PROBLEMS TABLE (HOUSEHOLDS WITH ONE OF THE LISTED NEEDS) Number of Households Renter, 0-30% AMI Renter, >30-50% AMI Renter, >50-80% AMI Renter, >80- 100% AMI Renter, Total Owner, 0-30% AMI Owner, >30-50% AMI Owner, >50-80% AMI Owner, >80- 100% AMI Owner, Total Substandard Housing - Lacking complete plumbing or kitchen facilities 30 35 355 110 530 10 10 15 0 35 Severely Overcrowded - With >1.51 people per room (and complete kitchen and plumbing) 85 0 315 65 465 0 10 15 15 40 Overcrowded - With 1.01-1.5 people per room (and none of the above problems) 115 135 195 110 555 50 0 35 4 89 Housing cost burden greater than 50% of income (and none of the above problems) 2,995 1,515 410 20 4,940 1,515 710 455 215 2,895 Housing cost burden greater than 30% of income (and none of the above problems) 350 1,205 2,685 585 4,825 860 930 1,210 515 3,515 Zero/negative Income (and none of the above problems) 575 0 0 0 575 345 0 0 0 345 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 8 – Housing Problems Table July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 42 Housing Problems 2 Table 9 displays the number of households with no housing problems, one or more housing problems, and negative income by tenure and HUD Area Median Income (AMI). The default data source is the 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. As the data reveals in Table 9, renters in the 0‐30% AMI group experience the highest occurrence of one or more of the four housing problems when compared to other income groups. A total of 3,230 renter households below 30% AMI experience some form of housing problem. In contrast, approximately 1,575 owner households in the 0-30% AMI group have one or more of the four housing problems. Additionally, 1,340 renter households and 1,420 owner households within the 0‐30% AMI group have negative income but none of the other four identified housing problems. TABLE 9: HOUSING PROBLEMS 2 (HOUSEHOLDS WITH ONE OR MORE SEVERE HOUSING PROBLEMS: LACKS KITCHEN OR COMPLETE PLUMBING, SEVERE OVERCROWDING, SEVERE COST BURDEN) Number of Households Renter, 0-30% AMI Renter, >30-50% AMI Renter, >50-80% AMI Renter, >80- 100% AMI Renter, Total Owner, 0-30% AMI Owner, >30-50% AMI Owner, >50-80% AMI Owner, >80- 100% AMI Owner, Total Having 1 or more of four housing problems 3,230 1,685 1,275 305 6,495 1,575 730 520 235 3,060 Having none of four housing problems 1,340 1,535 3,780 1,430 8,085 1,420 2,010 4,215 2,840 10,485 Household has negative income, but none of the other housing problems 0 0 0 0 0 0 0 0 0 0 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 9 – Housing Problems 2 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 43 Cost Burden > 30% and > 50% Tables 10 and 11 display the number of households with housing cost burdens greater than 30% of income and greater than 50% of income, respectively, by household type, tenure, and household income (expressed as a percentage of Area Median Income (AMI)). The Default Data Source is the 2016- 2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. Households are broken into four categories: • Small related – Family households with two to four related members • Large related – Family households with five or more related members • Elderly – A household whose head, spouse, or sole member is a person who is at least 62 years of age • Other – All other households As shown in Table 10, “Elderly” households are experiencing the highest degree of housing cost burden greater than 30% of income. Approximately 6,200 “Elderly” households have a cost burden greater than 30% of income. Most of these are owners (3,715). Additionally, 4,385 “Small Related” households and 4,460 “Other” households have a cost burden greater than 30% of income. Comparatively, “Large Related” households have the lowest degree of cost burden (654). For renter households, the >50-80% AMI Income group has the most households (3,590) with a cost burden greater than 30% of income. Among owner households, the 0-30% AMI group has the most households (2,385) with a cost burden greater than 30% of income. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 44 TABLE 10: COST BURDEN > 30% Number of Households Renter, 0-30% AMI Renter, >30-50% AMI Renter, >50-80% AMI Renter, Total Owner, 0-30% AMI Owner, >30-50% AMI Owner, >50-80% AMI Owner, Total Small Related 1,155 980 1,305 3,440 220 275 450 945 Large Related 140 170 210 520 25 10 99 134 Elderly 815 740 930 2,485 1,730 1,100 885 3,715 Other 1,380 1,005 1,145 3,530 410 270 250 930 Total need by income 3,490 2,895 3,590 9,975 2,385 1,655 1,684 5,724 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 10 – Cost Burden > 30% As shown in Table 11, when compared to other types of households, more “Elderly” households are experiencing severe cost burden greater than 50% of income. Approximately 2,975 “Elderly” households experience a cost burden greater than 50% of income. Most of these are owners (1,545). Additionally, 1,100 “Small Related” households and 1,940 “Other” households have a cost burden greater than 50% of income. Comparatively, “Large Related” households have the lowest degree of cost burden (84). For renter households, the >30-50% AMI income group has the most households (1,7505) with a cost burden greater than 50% of income. Among owner households, the 0-30% AMI group has the most households (1,515) with a cost burden greater than 50% of income. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 45 TABLE 11: COST BURDEN > 50% Number of Households Renter, 0-30% AMI Renter, >30-50% AMI Renter, >50-80% AMI Renter, Total Owner, 0-30% AMI Owner, >30-50% AMI Owner, >50-80% AMI Owner, Total Small Related 0 0 650 650 210 240 0 450 Large Related 0 0 55 55 25 0 4 29 Elderly 720 505 205 1,430 905 390 250 1,545 Other 0 1,200 365 1,565 375 0 0 375 Total need by income 720 1,705 1,275 3,700 1,515 630 254 2,399 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 11 – Cost Burden > 50% Crowding Table 12 displays the number of households that are overcrowded, defined as households with more than one person per room, excluding bathrooms, porches, foyers, halls, or half‐rooms. The data is displayed by household type, tenure, and household income (expressed as a percentage of Area Median Income (AMI)). The Default Data Source is 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. As shown in Table 12, overcrowding is most prevalent in single family, renter households. Approximately 825 single family renter households experience overcrowding compared to only 114 single family owner households. When accounting for income, low income (50-80% AMI) renter households experience the highest number of crowded households, with 510 households. Renter households in the extremely low income (0-30% AMI) and very low income (30-50% AMI) also display large numbers of households experiencing crowding at 210 and 135 households respectively. Among owner‐occupied households, the highest number of households with crowding issues is within the 0-30% and >50-80% income groups (50 households). In terms of households with children present, crowding is most prevalent in renter households overall, and specifically renter households earning >50-80% AMI (see Table 13). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 46 TABLE 12: CROWDING INFORMATION (MORE THAN ONE PERSON PER ROOM) Number of Households Renter, 0-30% AMI Renter, >30- 50% AMI Renter, >50- 80% AMI Renter, >80- 100% AMI Renter, Total Owner, 0-30% AMI Owner, >30- 50% AMI Owner, >50- 80% AMI Owner, >80- 100% AMI Owner, Total Single family households 155 135 420 115 825 50 10 50 4 114 Multiple, unrelated family households 30 0 90 50 170 0 0 0 0 0 Other, non- family households 25 0 0 25 50 0 0 0 15 15 Total need by income 210 135 510 190 1,045 50 10 50 19 129 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 12 – Crowding Information 1/2 TABLE 13: CROWDING INFORMATION (CHILDREN PRESENT) Renter, 0-30% AMI Renter, >30-50% AMI Renter, >50-80% AMI Renter, Total Owner, 0-30% AMI Owner, >30-50% AMI Owner, >50-80% AMI Owner, Total Households with Children Present 50 32 122 205 9 2 9 20 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS (Crowding Information 1/2), 2019-2023 ACS; estimates are based on the percentage of occupied housing units with children under 18 years for renters (24%) and owners (18%) applied to the Crowding Information 1/2 table. Table 13 – Crowding Information 2/2 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 47 DESCRIBE THE NUMBER AND TYPE OF SINGLE PERSON HOUSEHOLDS IN NEED OF HOUSING ASSISTANCE A significant housing cost burden is associated with an increased risk of homelessness. Non-homeless elderly owner and small-related renter households have a significant cost burden when compared to other household types. Additionally, there are a number of “Other” households which may be comprised of single persons in Clearwater. According to the 2016-2020 CHAS, 4,460 “Other” households have a cost burden greater than 30% of income and 1,940 “Other” households have a cost burden greater than 50% of income. According to the most recent Point-in-Time (PIT) count conducted on January 24, 2024, for the St. Petersburg, Clearwater, Largo/Pinellas County Continuum of Care (CoC), 1,572 homeless households without children (non-family households) were identified as needing housing assistance. Of these, 958 resided in emergency shelters or transitional housing, while 614 remained unsheltered. These non- family households are considered to be in need of support to achieve stable, permanent housing. ESTIMATE THE NUMBER AND TYPE OF FAMILIES IN NEED OF HOUSING ASSISTANCE WHO ARE DISABLED OR VICTIMS OF DOMESTIC VIOLENCE, DATING VIOLENCE, SEXUAL ASSAULT AND STALKING According to the 2019-2023 ACS 5‐Year Estimates (the most recent dataset for which disability status is available), approximately 17,151people or 14.9% of the population in Clearwater is estimated to have a disability. A large number (7,598 or 44%) of disabled persons are between 18 and 64 years of age and nearly half (8,236 or 48%) of disabled persons are 65 years and over. People with disabilities may face housing challenges related to accessibility or Fair Housing. Elderly populations are also likely to live on a reduced income and experience housing cost burden. In 2020, according to the Florida Department of Law Enforcement (FDLE), 447 domestic violence arrests and 801 domestic violence offenses were reported by the Clearwater Police Department. Based on the FDLE data, there was a 11% decrease in the amount of reported domestic violence offenses between 2010 and 2020 (895 and 801, respectively), and a 0% decrease in the number of domestic violence arrests between 2010 and 2020 (447 and 447, respectively). Although the incidence of domestic violence has decreased some in Clearwater, there are likely several thousand victims annually that may need emergency or transitional housing assistance due to domestic violence. Based on the latest PIT data, 231 homeless people reported being victims of domestic violence. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 48 WHAT ARE THE MOST COMMON HOUSING PROBLEMS? By far, the most common housing problem in Clearwater is cost burden, for both renter and owner households. In Clearwater, substandard housing (lacking complete plumbing or kitchen facilities) is a larger problem for renter households, as is overcrowded housing (1.01‐1.5 people per room). Severely overcrowded housing (more than 1.5 people per room) is also more of a problem for renter households, but none as significant as the prevalence of cost burden. ARE ANY POPULATIONS/HOUSEHOLD TYPES MORE AFFECTED THAN OTHERS BY THESE PROBLEMS? Households earning less than 80% AMI are experiencing higher rates of housing problems than households with higher incomes. More renters are experiencing cost burden and have 1 or more of four housing problems than owners. Among owner and renter households, those with an income less than 50% AMI experience greater housing problems. Among households earning less than 30% AMI, renters experience cost burden at a rate nearly double that of owners. Comparisons of cost burden by type of household show that while large related renter and owner households are less affected by cost burden, small related, elderly and other household types are more affected. Substandard and overcrowded housing is more common among renters and owners earning between 30% AMI and 80% AMI. Single family households are more affected by crowding than households with multiple, unrelated members or other non‐family households; however, renter households are more significantly affected by crowding than owner households. DESCRIBE THE CHARACTERISTICS AND NEEDS OF LOW-INCOME INDIVIDUALS AND FAMILIES WITH CHILDREN (ESPECIALLY EXTREMELY LOW-INCOME) WHO ARE CURRENTLY HOUSED BUT ARE AT IMMINENT RISK OF EITHER RESIDING IN SHELTERS OR BECOMING UNSHELTERED 91.205(C)/91.305(C)). ALSO DISCUSS THE NEEDS OF FORMERLY HOMELESS FAMILIES AND INDIVIDUALS WHO ARE RECEIVING RAPID RE-HOUSING ASSISTANCE AND ARE NEARING THE TERMINATION OF THAT ASSISTANCE Those at imminent risk of homelessness or nearing termination of assistance are in need of additional resources similar to those of already homeless individuals, including other housing assistance and references from non-profits and housing providers, self-sufficiency training and case management, access to healthcare and mental health counseling, job training, and legal guidance. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 49 IF A JURISDICTION PROVIDES ESTIMATES OF THE AT-RISK POPULATION(S), IT SHOULD ALSO INCLUDE A DESCRIPTION OF THE OPERATIONAL DEFINITION OF THE AT-RISK GROUP AND THE METHODOLOGY USED TO GENERATE THE ESTIMATES Not applicable. SPECIFY PARTICULAR HOUSING CHARACTERISTICS THAT HAVE BEEN LINKED WITH INSTABILITY AND AN INCREASED RISK OF HOMELESSNESS The most recent homeless census for Pinellas County, or annual point-in-time (PIT) survey, was conducted on January 24, 2024. The total number of homeless people officially reported during the annual PIT survey was 2,110. Of these, 147 were individuals in households with adults and children, 1,572 were individuals in households with only adults, and 11 were individuals in households with only children. The count also revealed that 547 of the 2,110 individuals were chronically homeless, having been homeless at least four times in the past 3 years. Additionally, 231 homeless veterans and 25 individuals with HIV were reported as needing assistance. Due to the transient nature of homelessness, locating individuals and providing follow-up services and support can be challenging. In the 2024 PIT survey, approximately 26% (547) of respondents were chronically homeless, having experienced homelessness at least four times in the past three years. Another 11% (231) were survivors of domestic violence, while 36% (576) were dealing with mental health issues or substance abuse. These findings highlight the critical need for mental and behavioral health services as well as homeless prevention and outreach efforts. DISCUSSION Over the last decade, the median income in Clearwater has increased 53% while the population and number of households living in Clearwater have increased only 8% and 5%, respectively. Nearly half (48%) of the City’s households earn less than 80% HAMFI and approximately (16%) of the City’s households earn less than 30% HAMFI. Low‐ and moderate‐ income populations continue to experience higher rates of housing problems, such as housing cost burden and overcrowding. As a result, these populations have an increased risk of homelessness. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 50 NA-15 Disproportionately Greater Need: Housing Problems INTRODUCTION A disproportionately greater need exists when the members of racial or ethnic group at an income level experience housing problems at a greater rate (10 percentage points higher or more) than the income level as a whole. For example, assume that 60% of all low‐income households within a jurisdiction have a housing problem and 70% of Hispanic low‐income households have a housing problem. In this example, Hispanic low-income households would have a disproportionately greater need. Per the regulations at 91.205(b)(2), 91.305(b)(2), and 91.405, a grantee must provide an assessment for each disproportionately greater need identified. Although the purpose of these tables is to analyze the relative level of need for each race and ethnic category, the data also provide information for the jurisdiction as a whole that can be useful in describing overall need. Again, as defined by HUD, housing problems include: • Substandard housing lacking complete plumbing facilities • Substandard housing lacking complete kitchen facilities • Overcrowded households with 1.01 to 1.5 people per room, excluding bathrooms, porches, foyers, halls, or half‐rooms • Households with housing cost burden greater than 30% of income The Disproportionately Greater Needs: Housing Problems section covers the following: • Introduction • Disproportionately Greater Need—Housing Problems 0‐30% Area Median Income (AMI) • Disproportionately Greater Need—Housing Problems 30‐50% AMI • Disproportionately Greater Need—Housing Problems 50‐80% AMI • Disproportionately Greater Need—Housing Problems 80‐100% AMI • Discussion This section has four tables that capture the number of housing problems by income, race, and ethnicity. Each table provides data for a different income level (0–30%, 30–50%, 50–80%, and 80–100% July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 51 AMI). The default data source is the 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. 0% - 30% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 0‐30% AMI category have the highest percentage of households with one or more of four housing problems. Approximately 80% of households in this income category have housing problems. As shown in Table 14, when considering race, 100% of American Indian, Alaska Native households and 82% of Black/African American households in the 0‐30% AMI income group have one or more of four housing problems. Additionally, 79% of White and Asian households in the 0‐30% AMI income category have one or more of four housing problems. When considering ethnicity and this income category, 84% of Hispanic households have one or more of four housing problems. The data show that American Indian, Alaska Native households earning 0‐30% AMI have a disproportionate need for assistance. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 52 TABLE 14: DISPROPORTIONALLY GREATER NEED 0 - 30% AMI Housing Problems* Has one or more of four housing problems, # Has one or more of four housing problems, % Has none of the four housing problems, # Has none of the four housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 6,015 80% 1,550 20% 0 0% 7,565 White 3,635 79% 950 21% 0 0% 4,585 Black / African American 1,270 82% 285 18% 0 0% 1,555 Asian 75 79% 20 21% 0 0% 95 American Indian, Alaska Native 40 100% 0 0% 0 0% 40 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 870 84% 165 16% 0 0% 1,035 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than one person per room, 4. Cost Burden greater than 30% Table 14 – Disproportionally Greater Need 0 - 30% AMI 30% - 50% OF AREA MEDIAN INCOME Of all the income levels within the Clearwater, households within the 30-50% AMI category have the second-highest percentage of households with one or more of four housing problems. Approximately 76% of households in this income category have housing problems. As shown in Table 15, when considering race, 88% of Black/African American households and 85% of Asian households in the 30-50% AMI income group have one or more of four housing problems. Additionally, 72% of White households in the 30-50% AMI income group have one or more of four housing problems. When considering ethnicity and this income category, 80% of Hispanic households have one or more of four housing problems. The data show Black/African American households earning 30-50% AMI have a disproportionate need for assistance. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 53 TABLE 15: DISPROPORTIONALLY GREATER NEED 30 - 50% AMI Housing Problems* Has one or more of four housing problems, # Has one or more of four housing problems, % Has none of the four housing problems, # Has none of the four housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 4,550 76% 1,410 24% 0 0% 5,960 White 2,960 72% 1,130 28% 0 0% 4,090 Black / African American 575 88% 75 12% 0 0% 650 Asian 145 85% 25 15% 0 0% 170 American Indian, Alaska Native 0 0% 0 0% 0 0% 0 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 755 80% 185 20% 0 0% 940 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than one person per room, 4. Cost Burden greater than 30% Table 15 – Disproportionally Greater Need 30 - 50% AMI 50% - 80% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 50-80% AMI category have the third- highest percentage of households with one or more of four housing problems. Approximately 58% of households in this income category have housing problems. As shown in Table 16, when considering race, 100% of Pacific Islander households and 60% of Black/African American households in the 50-80% AMI income group have one or more of four housing problems. Additionally, 57% of White Households and 26% of Asian households in the 80-100% AMI income group have one or more of four housing problems. When considering ethnicity and this income category, 64% of Hispanic households have one or more of four housing problems. The data show Pacific Islander households earning 50-80% AMI have a disproportionate need for assistance. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 54 TABLE 16: DISPROPORTIONALLY GREATER NEED 50 - 80% AMI Housing Problems* Has one or more of four housing problems, # Has one or more of four housing problems, % Has none of the four housing problems, # Has none of the four housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 5,690 58% 4,100 42% 0 0% 9,790 White 3,815 57% 2,880 43% 0 0% 6,695 Black / African American 565 60% 380 40% 0 0% 945 Asian 50 26% 140 74% 0 0% 190 American Indian, Alaska Native 0 0% 20 100% 0 0% 20 Pacific Islander 10 100% 0 0% 0 0% 10 Hispanic 1,090 64% 615 36% 0 0% 1,705 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than one person per room, 4. Cost Burden greater than 30% Table 16 – Disproportionally Greater Need 50 - 80% AMI 80% - 100% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 80%‐100% AMI category have the lowest percentage of households with one or more of four housing problems. Approximately 34% of households in this income category have housing problems. As shown in Table 17, when considering race, 50% of American Indian, Alaska Native households and 34% of White households in the 80-100% AMI income group have one or more of four housing problems. Additionally, 32% of Black/African American Households and 17% of Asian households in the 80-100% AMI income group have one or more of four housing problems. When considering ethnicity and this income category, 41% of Hispanic households have one or more of four housing problems. The data show American Indian, Alaska Native households earning 80-100% AMI have a disproportionate need for assistance. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 55 TABLE 17: DISPROPORTIONALLY GREATER NEED 80 - 100% AMI Housing Problems* Has one or more of four housing problems, # Has one or more of four housing problems, % Has none of the four housing problems, # Has none of the four housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 1,640 34% 3,175 66% 0 0% 4,815 White 1,290 34% 2,510 66% 0 0% 3,800 Black / African American 110 32% 235 68% 0 0% 345 Asian 19 17% 90 83% 0 0% 109 American Indian, Alaska Native 10 50% 10 50% 0 0% 20 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 205 41% 290 59% 0 0% 495 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than one person per room, 4. Cost Burden greater than 30% Table 17 – Disproportionally Greater Need 80 - 100% AMI DISCUSSION Of all households in the 0‐30% AMI group, 80% have one or more of four housing problems. In terms of disproportionate need, the data show that American Indian, Alaska Native households earning 0-30% AMI have a disproportionate need for assistance (100% have one or more of four housing problems). Of all households in the 30‐50% AMI group, 76% have one or more of four housing problems. In terms of disproportionate need, the data show that Black / African American households earning 30-50% AMI have a disproportionate need for assistance (88% have one or more of four housing problems). Of all households in the 50‐80% AMI group, 58% have one or more of four housing problems. In terms of disproportionate need, the data show that Pacific Islander households earning 50-80% AMI have a disproportionate need for assistance (100% have one or more of four housing problems). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 56 Of all households in the 80‐100% AMI group, 34% have one or more of four housing problems. In terms of disproportionate need, the data show that American Indian, Alaska Native households earning 80- 100% AMI have a disproportionate need for assistance (50% have one or more of four housing problems). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 57 NA-20 Disproportionately Greater Need: Severe Housing Problems INTRODUCTION As noted in the previous section, a disproportionately greater need exists when the members of racial or ethnic group at an income level experience housing problems at a greater rate (10 percentage points higher or more) than the income level as a whole. Per the regulations at 91.205(b)(2), 91.305(b)(2), and 91.405, a grantee must provide an assessment for each disproportionately greater need identified. Severe housing problems include: • Severely overcrowded households with more than 1.5 persons per room, not including bathrooms, porches, foyers, halls, or half‐rooms • Households with severe cost burden of more than 50 percent of income This section includes: 1. Introduction 2. Disproportionately Greater Need—Severe Housing Problems 0‐30% AMI 3. Disproportionately Greater Need—Severe Housing Problems 30‐50% AMI 4. Disproportionately Greater Need—Severe Housing Problems 50‐80% AMI 5. Disproportionately Greater Need—Severe Housing Problems 80‐100% AMI 6. Discussion This section has four tables that capture the number of severe housing problems by income, race, and ethnicity. Each table provides data for a different income level (0–30%, 30–50%, 50–80%, and 80–100% AMI). The Default Data Source is the 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. 0% - 30% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 0‐30% AMI category have the highest percentage of households with severe housing problems. Approximately 74% of households in this income category have severe housing problems. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 58 As shown in Table 18, when considering race, 100% of American Indian, Alaska Native households and 79% of Asian households in the 0-30% AMI income group have severe housing problems. Additionally, 63% of White households and 57% of Black/African American households in the 0-30% AMI income group have severe housing problems. When considering ethnicity and this income category, 76% of Hispanic households have severe housing problems. The data show that American Indian, Alaska Native households, Asian households, and Hispanic households earning 0-30% AMI have a disproportionate need for assistance. TABLE 18: SEVERE HOUSING PROBLEMS 0 - 30% AMI Severe Housing Problems* Has one or more of four severe housing problems, # Has one or more of four severe housing problems, % Has none of the four severe housing problems, # Has none of the four severe housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 4,805 64% 2,760 36% 0 0% 7,565 White 2,885 63% 1,705 37% 0 0% 4,590 Black / African American 895 57% 665 43% 0 0% 1,560 Asian 75 79% 20 21% 0 0% 95 American Indian, Alaska Native 40 100% 0 0% 0 0% 40 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 790 76% 250 24% 0 0% 1,040 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four severe housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than 1.5 persons per room, 4. Cost Burden over 50% Table 18 – Severe Housing Problems 0 - 30% AMI 30% - 50% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 30‐50% AMI category have the second-highest percentage of households with severe housing problems. Approximately 41% of households in this income category have severe housing problems. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 59 As shown in Table 19, when considering race, 60% of Black/African American households and 59% of Asian households in the 30-50% AMI income group have severe housing problems. Additionally, 37% of White Households in the 30-50% AMI income group have severe housing problems. When considering ethnicity and this income category, 43% of Hispanic households have severe housing problems. The data show that Black/African American and Asian households earning 30-50% AMI have a disproportionate need for assistance. TABLE 19: SEVERE HOUSING PROBLEMS 30 - 50% AMI Severe Housing Problems* Has one or more of four severe housing problems, # Has one or more of four severe housing problems, % Has none of the four severe housing problems, # Has none of the four severe housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 2,415 41% 3,545 59% 0 0% 5,960 White 1,495 37% 2,595 63% 0 0% 4,090 Black / African American 390 60% 260 40% 0 0% 650 Asian 100 59% 70 41% 0 0% 170 American Indian, Alaska Native 0 0% 0 0% 0 0% 0 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 405 43% 535 57% 0 0% 940 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four severe housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than 1.5 persons per room, 4. Cost Burden over 50% Table 19 – Severe Housing Problems 30 - 50% AMI 50% - 80% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 50%‐80% AMI category have the third- highest percentage of households with severe housing problems. Approximately 18% of households in this income category have severe housing problems. As shown in Table 20, when considering race, 20% of Black/African American households and 18% of White households in the 50-80% AMI income group have severe housing problems. Additionally, 13% of July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 60 Asian Households in the 50-80% AMI income group have severe housing problems. When considering ethnicity and this income category, 22% of Hispanic households have severe housing problems. The data show that no racial or ethnic household groups earning 50-80% AMI have a disproportionate need for assistance. TABLE 20: SEVERE HOUSING PROBLEMS 50 - 80% AMI Severe Housing Problems* Has one or more of four severe housing problems, # Has one or more of four severe housing problems, % Has none of the four severe housing problems, # Has none of the four severe housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 1,795 18% 7,995 82% 0 0% 9,790 White 1,205 18% 5,490 82% 0 0% 6,695 Black / African American 185 20% 755 80% 0 0% 940 Asian 24 13% 160 87% 0 0% 184 American Indian, Alaska Native 0 0% 20 100% 0 0% 20 Pacific Islander 0 0% 10 100% 0 0% 10 Hispanic 375 22% 1,330 78% 0 0% 1,705 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four severe housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than 1.5 persons per room, 4. Cost Burden over 50% Table 20 – Severe Housing Problems 50 - 80% AMI 80% - 100% OF AREA MEDIAN INCOME Of all the income levels within Clearwater, households within the 80%‐100% AMI category have the lowest percentage of households with severe housing problems. Approximately 11% of households in this income category have severe housing problems. As shown in Table 21, when considering race, 50% of American Indian, Alaska Native households and 26% of Black/African American households in the 80-100% AMI income group have severe housing problems. Additionally, 14% of Asian households and 9% of White households have severe housing July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 61 problems. When considering ethnicity and this income category, 15% of Hispanic households have severe housing problems. The data show that American Indian, Alaska Native households and Black/African American households earning 80-100% AMI have a disproportionate need for assistance. TABLE 21: SEVERE HOUSING PROBLEMS 80 - 100% AMI Severe Housing Problems* Has one or more of four severe housing problems, # Has one or more of four severe housing problems, % Has none of the four severe housing problems, # Has none of the four severe housing problems, % Household has no/neg. income, but none of the other housing problems, # Household has no/neg. income, but none of the other housing problems, % Total Jurisdiction as a whole 540 11% 4,270 89% 0 0% 4,810 White 350 9% 3,450 91% 0 0% 3,800 Black / African American 90 26% 255 74% 0 0% 345 Asian 15 14% 94 86% 0 0% 109 American Indian, Alaska Native 10 50% 10 50% 0 0% 20 Pacific Islander 0 0% 0 0% 0 0% 0 Hispanic 75 15% 420 85% 0 0% 495 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS *The four severe housing problems are: 1. Lacks complete kitchen facilities, 2. Lacks complete plumbing facilities, 3. More than 1.5 persons per room, 4. Cost Burden over 50% Table 21 – Severe Housing Problems 80 - 100% AMI July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 62 DISCUSSION Of all households in the 0‐30% AMI group, 64% have severe housing problems. In terms of disproportionate need, the data show that the data show that American Indian, Alaska Native households, Asian households, and Hispanic households earning 0-30% AMI have a disproportionate need for assistance. (100%, 79%, and 76%, respectively, have one or more severe housing problems). Of all households in the 30‐50% AMI group, 41% have severe housing problems. In terms of disproportionate need, the data show that Black/African American households and Asian households earning 30-50% AMI have a disproportionate need for assistance (60% and 59%, respectively, have one or more severe housing problems). Of all households in the 50‐80% AMI group, 18% have severe housing problems. In terms of disproportionate need, the data show that no racial or ethnic household groups earning 50-80% AMI have a disproportionate need for assistance. Of all households in the 80‐100% AMI group, 11% have severe housing problems. In terms of disproportionate need, the data show that American Indian, Alaska Native households and Black/African American households earning 80-100% AMI have a disproportionate need for assistance (50% and 26% have one or more severe housing problems). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 63 NA-25 Disproportionately Greater Need: Housing Cost Burdens INTRODUCTION Again, a disproportionately greater need exists when the members of racial or ethnic groups at an income level experience housing problems at a greater rate (10 percentage points higher or more) than the income level as a whole. Per the regulations at 91.205(b)(2), 91.305(b)(2), and 91.405, a grantee must provide an assessment for each disproportionately greater need identified. This section includes: 1. Introduction 2. Disproportionately Greater Need—Housing Cost Burden 3. Discussion Table 22 displays cost burden information for Clearwater by each racial and ethnic group, including no cost burden (less than 30%), cost burden (30‐50%), severe cost burden (more than 50%), and no/negative income. The default data source for this data is the 2016-2020 Comprehensive Housing Affordability Strategy (CHAS) data developed by HUD. As the data in Table 22 suggests, a large number of households (18,445) are cost burdened within their current housing situation. White households have the highest number of cost burdened households (12,595). Hispanic households have the second-highest number of cost burdened households (2,675) and Black/African American households have the third-highest number of cost burdened households (2,345). A small number of Asian households (295), American Indian, Alaska Native households (50), and Pacific Islander households (10) are also cost burdened. Of the households that are cost burdened, nearly half (45%) are severely cost burdened. There are 8,300 households that are considered severely cost burdened within Clearwater. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 64 TABLE 22: GREATER NEED: HOUSING COST BURDENS AMI Housing Cost Burden No Cost Burden (<=30%), # No Cost Burden (<=30%), % Cost Burden (30- 50%), # Cost Burden (30- 50%), % Severe Cost Burden (>50%), # Severe Cost Burden (>50%), % No / Neg. Income, # No / Neg. Income, % Total Jurisdiction as a whole 28,740 60% 10,145 21% 8,300 17% 1,030 2% 48,215 White 22,655 63% 7,210 20% 5,385 15% 585 2% 35,835 Black / African American 1,970 44% 1,075 24% 1,270 28% 175 4% 4,490 Asian 760 71% 95 9% 200 19% 20 2% 1,075 American Indian, Alaska Native 75 60% 0 0% 50 40% 0 0% 125 Pacific Islander 0 0% 10 100% 0 0% 0 0% 10 Hispanic 2,930 51% 1,440 25% 1,235 21% 165 3% 5,770 Source: HUD IDIS Output, April 2025: 2016-2020 CHAS Table 22 – Greater Need: Housing Cost Burdens AMI DISCUSSION Within the City of Clearwater, 60% of households do not presently experience cost burden, while 21% experience cost burden, 17% experience severe cost burden and 2% have no/negative income. Overall, 38% of households are either cost burdened or severely cost burdened (>30%). Of all households within the city, 21% are cost burdened (30-50%). An estimated 100% of Pacific Islander households experience cost burden, indicating a disproportionate need for assistance within this group. Of all households within the city, 21% experience severe cost burden (>50%). An estimated 40% of American Indian, Alaska Native households and 28% of Black/African American households experience severe cost burden, indicating a disproportionate need for assistance within these groups. Approximately 2% of households have no/negative income. An estimated 4% of Pacific Islander households experiences no/negative income, indicating a disproportionate need for assistance within this group. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 65 NA-30 Disproportionately Greater Need: Discussion INCOME CATEGORIES IN WHICH A RACIAL OR ETHNIC GROUP HAS DISPROPORTIONATELY GREATER NEED As indicated in the previous sections, several racial or ethnic groups were identified as having a disproportionately greater housing need in comparison to income group as a whole. As detailed below, these include the Black/African American, Asian, American Indian/Alaska Native, Pacific Islander, and Hispanic groups. The Black/African American group experiences a disproportionately greater need in terms of the following: • Housing problems in the 30-50% AMI group (88% versus 76% as a whole) • Severe housing problems in the 30-50% AMI group (60% versus 41% as a whole) • Severe housing problems in the 80-100% AMI group (26% versus 11% as a whole) • Severe cost burden >50% of household income (28% versus 17% as a whole) The Asian group experiences a disproportionately greater need in terms of the following: • Severe housing problems in the 0-30% AMI group (79% versus 64% as a whole) • Severe housing problems in the 30-50% AMI group (59% versus 41% as a whole) The American Indian/Alaska Native group experiences a disproportionately greater need in terms of the following: • Housing problems in the 0-30% AMI group (100% versus 80% as a whole) • Housing problems in the 80-100% AMI group (50% versus 34% as a whole) • Severe housing problems in the 0-30% AMI group (100% versus 64% as a whole) • Severe housing problems in the 80-100% AMI group (50% versus 11% as a whole) • Severe cost burden >50% of household income (40% versus 17% as a whole) The Pacific Islander group experiences a disproportionately greater need in terms of the following: • Housing problems in the 50-80% AMI group (100% versus 58% as a whole) • Cost burden >30% of household income (100% versus 21% as a whole) The Hispanic group experiences a disproportionately greater need in terms of the following: July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 66 • Severe housing problems in the 0-30% AMI group (76% versus 64% as a whole) NEEDS NOT PREVIOUSLY IDENTIFIED Based on input and data received through the citizen participation process, the greatest housing needs are: • Housing assistance (including housing counseling and coordination of funding options) • Housing rehabilitation loans and grants • New affordable housing (e.g., alternative options, diverse unit types) • Disaster assistance (e.g., post-storm repairs and home hardening) ARE ANY OF THOSE RACIAL OR ETHNIC GROUPS LOCATED IN SPECIFIC AREAS OR NEIGHBORHOODS IN YOUR COMMUNITY? The lowest income areas of Clearwater are most affected by housing problems and in need of community investment. Unfortunately, these areas are widespread. Fifty (50) of the City’s 116 Block Groups have a low- and moderate-income population of 51% or greater. These block groups are distributed throughout the city. An area of concentration is defined herein as an area where a certain group (racial, ethnic, or income) comprises a percentage of the population that is 10 percentage points higher than the jurisdiction as a whole. Several Census Tracts meet this definition for race. The City of Clearwater as a whole has a Black/African American population of 10%. Six (6) Census Tracts, 255.05, 258, 261.01, 262, 263, and 264.02, have Black/African American population greater than 20% according to the 2019-2023 ACS. These Census Tracts are located in the City’s Neighborhood Revitalization Strategy Areas (NRSAs) of North Greenwood, Lake Bellevue, and Downtown Gateway, and in neighborhoods immediately adjacent to those NRSAs. If all minority races are considered, the City of Clearwater as a whole has a racial minority population of 30%. Eight (8) Census Tracts, 255.05, 258, 261.01, 262, 263, 264.02, 267.04, and 268.18, have a minority population greater than 40%. These Census Tracts are located in the City’s NRSAs of North Greenwood, Lake Bellevue, and Downtown Gateway, in neighborhoods immediately adjacent to those NRSAs, and in East Clearwater north of Drew Street between Belcher Road and McMullen Booth Road. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 67 Additionally, several Census Tracts meet this definition for ethnicity. The City of Clearwater as a whole has a Hispanic or Latino population of 21%. Two (2) Census Tracts, 264.02, and 268.18 are greater than 31% Hispanic according to 2019-2023 ACS. Census Tract 264.02 corresponds to the Downtown Gateway District (formerly known as East Gateway District), whereas Census Tract 268.18 is located in East Clearwater, north of Drew Street between US Highway 19 and McMullen Booth Road. Many of the areas identified as having high concentrations of minority racial or ethnic groups also have a high percentage of low- and moderate-income households and generally align with the City’s Neighborhood Revitalization Strategy Areas. Although these concentrations exist, the data provided in the Market Analysis show that all residents of low- and moderate-income, regardless of race or ethnicity, may have significant housing needs. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 68 NA-35 Public Housing INTRODUCTION The Consolidated Plan must provide a concise summary of the needs of public housing residents. Information is collected through consultations with the public housing agency or agencies located within the jurisdiction’s boundaries. The Public Housing Needs Assessment contains the following subsections: • Introduction • Totals in Use • Characteristics of Residents • Race of Residents • Ethnicity of Residents • Additional Narrative The Clearwater Housing Authority (CHA) is responsible for administering public housing and other publicly assisted housing programs within the City of Clearwater. The CHA’s public housing inventory includes approximately 200 units in two existing high-rise towers, one apartment complex, and scattered home sites throughout the city. Among other assistance, the CHA also administers the Section 8 rental assistance program that provides rental assistance to qualified persons based on income. The amount paid by qualified persons for rent and utilities does not exceed 30% of income, and income must be within HUD's guidelines for household size. Housing units must pass the Housing Quality Standards Inspection per guidelines established by HUD. This program has a waiting list, which is currently closed. Data in this section covers several types of housing programs and vouchers that are defined as follows: • Certificate: The total number of Section 8 certificates administered by the Public Housing Authority (PHA). • Mod‐Rehab: The total number of units in developments that were funded under the moderate rehabilitation program administered locally by PHAs. • Public Housing: The total number of units in developments operated by the PHAs within the jurisdiction. • Total: The total number of Section 8 vouchers administered by the PHA (project based plus tenant based) • Project Based: The total number of project‐based Section 8 vouchers administered by the PHA July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 69 • Tenant Based: The total number of tenant‐based Section 8 vouchers administered by the PHA. • Special Purpose Veterans Affairs Supportive Housing: The HUD–Veterans Affairs Supportive Housing program combines Housing Choice Voucher rental assistance for homeless veterans with case management and clinical services provided by the U.S. Department of Veterans Affairs (VA). • Special Purpose Family Unification Program: Family Unification Program funding is allocated through a competitive process; therefore, not all PHAs administer the program. • Special Purpose Disabled: In this context, disabled includes non‐elderly disabled, mainstream 1‐ year, mainstream 5‐year, and nursing home transition. TOTALS IN USE Table 23 displays the number of vouchers and units “in use” by public housing program type. According to the PIH Information Center (PIC), there are 201 public housing units, administered by the CHA. Tenant‐based vouchers are by far the most used program, with 1,084 vouchers currently in use. According to PIC, there are no project-based vouchers and no special purpose vouchers in use. TABLE 23: PUBLIC HOUSING BY PROGRAM TYPE Program Type / Units Certificate Mod- Rehab Public Housing Vouchers, Total Vouchers, Project - based Vouchers, Tenant - based Special Purpose Vouchers, Veterans Affairs Supportive Housing Special Purpose Vouchers, Family Unification Program Special Purpose Vouchers, Disabled* # of units vouchers in use 0 0 201 1,084 0 1,084 0 0 0 Source: HUD IDIS Output, April 2025: Public Information Center (PIC) Office of Public and Indian Housing (PIH) *Includes Non-Elderly Disabled, Mainstream One-Year, Mainstream Five-year, and Nursing Home Transition Table 23 – Public Housing by Program Type CHARACTERISTICS OF RESIDENTS Table 24 displays the characteristics of public housing residents by public housing program type. In the City of Clearwater, publicly assisted residents with higher incomes tend to utilize tenant-based vouchers, whereas residents with lower incomes tend to live in public housing. As expected, the average annual income for all assisted residents is very low with the lowest average annual income at $10,296 for July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 70 residents in public housing and the highest being $11,856 for residents utilizing tenant-based vouchers. The average household size is also very low (not more than two people per household). Elderly program participants comprise 26% of publicly assisted residents and a large number of publicly assisted families are disabled (27%). All families assisted are requesting accessibility features, as the number of families requesting accessibility features is equivalent to the total number of public housing units and vouchers in use. These data show that most families in need of housing assistance/vouchers are also disabled or in need of housing accessibility features. No HIV/AIDS participants or victims of domestic violence were counted. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 71 TABLE 24: CHARACTERISTICS OF PUBLIC HOUSING RESIDENTS BY PROGRAM TYPE Program Type / Characteristics Certificate Mod- Rehab Public Housing Vouchers, Total Vouchers, Project - based Vouchers, Tenant - based Special Purpose Vouchers, Veterans Affairs Supportive Housing Special Purpose Vouchers, Family Unification Program Special Purpose Vouchers, Disabled* Average Annual Income 0 0 10,296 11,856 0 11,856 0 0 0 Average length of stay 0 0 5 4 0 4 0 0 0 Average Household size 0 0 1 2 0 2 0 0 0 # Homeless at admission 0 0 6 8 0 8 0 0 0 # of Elderly Program Participants (>62) 0 0 122 208 0 208 0 0 0 # of Disabled Families 0 0 61 282 0 282 0 0 0 # of Families requesting accessibility features 0 0 201 1,084 0 1,084 0 0 0 # of HIV/AIDS program participants 0 0 0 0 0 0 0 0 0 # of DV victims 0 0 0 0 0 0 0 0 0 Source: HUD IDIS Output, April 2025: Public Information Center (PIC) Office of Public and Indian Housing (PIH) *Includes Non-Elderly Disabled, Mainstream One-Year, Mainstream Five-year, and Nursing Home Transition Table 24 – Characteristics of Public Housing Residents by Program Type July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 72 RACE OF RESIDENTS Table 25 displays the racial composition of residents for each public housing program. The data in Table 25 show that most public housing residents in the City of Clearwater are White (74%). In contrast, tenant-based vouchers are well-utilized by both White (48%) and Black/African American (50%) residents. Only 1% of public housing and tenant-based vouchers are utilized by residents of another race. TABLE 25: RACE OF PUBLIC HOUSING RESIDENTS BY PROGRAM TYPE Race Certificate Mod- Rehab Public Housing Vouchers, Total Vouchers, Project - based Vouchers, Tenant - based Special Purpose Vouchers, Veterans Affairs Supportive Housing Special Purpose Vouchers, Family Unification Program Special Purpose Vouchers, Disabled* White 0 0 148 522 0 522 0 0 0 Black/African American 0 0 49 547 0 547 0 0 0 Asian 0 0 2 8 0 8 0 0 0 American Indian/Alaska Native 0 0 1 5 0 5 0 0 0 Pacific Islander 0 0 1 2 0 2 0 0 0 Other 0 0 0 0 0 0 0 0 0 Source: HUD IDIS Output, April 2025: Public Information Center (PIC) Office of Public and Indian Housing (PIH) *includes Non-Elderly Disabled, Mainstream One-Year, Mainstream Five-year, and Nursing Home Transition Table 25 – Race of Public Housing Residents by Program Type July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 73 ETHNICITY OF RESIDENTS Table 26 displays the ethnic composition of residents for each assisted housing program. The ethnic groups defined as “Hispanic” utilize 14% of public housing units and 18% of tenant-based vouchers. The majority of publicly assisted residents are “Not Hispanic”. TABLE 26: ETHNICITY OF PUBLIC HOUSING RESIDENTS BY PROGRAM TYPE Race Certificate Mod- Rehab Public Housing Vouchers, Total Vouchers, Project - based Vouchers, Tenant - based Special Purpose Vouchers, Veterans Affairs Supportive Housing Special Purpose Vouchers, Family Unification Program Special Purpose Vouchers, Disabled* Hispanic 0 0 28 194 0 194 0 0 0 Not Hispanic 0 0 173 890 0 890 0 0 0 Source: HUD IDIS Output, April 2025: Public Information Center (PIC) Office of Public and Indian Housing (PIH) *includes Non-Elderly Disabled, Mainstream One-Year, Mainstream Five-year, and Nursing Home Transition Table 26 – Ethnicity of Public Housing Residents by Program Type July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 74 SECTION 504 NEEDS ASSESSMENT: NEEDS OF PUBLIC HOUSING TENANTS AND APPLICANTS ON THE WAITING LIST FOR ACCESSIBLE UNITS The average wait time for residents seeking senior public housing is 1,095 days; for residents seeking family public housing, the average wait time is 2,190 days. Housing choice voucher applicants wait an average of 730 days on the waiting list before receiving aid. Combined, there are 1,891 applicants on the waiting list for senior public housing (755), family public housing at Fairway Gardens and Paradise Trail (153 and 183, respectively), and for housing choice vouchers (800). The CHA does not determine the need of applicants until an applicant is pulled off the waiting list. In addition to administering its public housing properties to applicants, the CHA works to identify local landlords that supply accessible housing and make appropriate referrals; however, accessible housing is in limited supply. In doing so, the CHA seeks to minimize waiting time for people and families in need of affordable housing. In Clearwater, the majority of affordable units suitable for disabled residents are small (1 bedrooms). MOST IMMEDIATE NEEDS OF RESIDENTS OF PUBLIC HOUSING AND HOUSING CHOICE VOUCHER HOLDERS All publicly assisted residents need affordable, accessible units. Approximately 26% of residents are elderly and nearly 27% are disabled. Families identified as “Families with Disabilities” have an immediate need for public housing and tenant-based housing with improved accessibility. In terms of needs, residents typically request financial assistance with rent/utilities, affordable cleaning services for seniors, transportation and food assistance. HOW DO THESE NEEDS COMPARE TO THE HOUSING NEEDS OF THE POPULATION AT LARGE For Clearwater, a resident’s income level is a strong indicator for needing housing assistance through these various public housing programs. The average income for all public housing programs is very low (less than $12,000). Tenants and voucher holders, as well as applicants on waiting lists, are typically cost burdened and many are elderly and/or disabled. Due to their limited income, their housing needs include affordability, availability of assistance, accessibility improvements for the elderly and/or disabled, and Fair Housing options. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 75 DISCUSSION The Clearwater Housing Authority (CHA) is responsible for administering public housing and other publicly assisted housing programs within the City of Clearwater. In total, the CHA has 201 public housing units and 1,084 tenant-based vouchers in use. The CHA waiting list is currently closed. Both White and Black/African American residents have a high demand for the identified program types. Only 1% of public housing and tenant-based vouchers are utilized by residents of another race. The majority of publicly assisted residents are “Not Hispanic”. The average income and household size of those receiving assistance is very low (less than $12,000 and not more than two people per household). Although the data show there continues to be significant competition for affordable housing in Clearwater. Many families in need of housing assistance are elderly or disabled, or otherwise in need of housing accessibility features and security/utility deposit payment assistance. The CHA works to identify local landlords that supply accessible housing and make appropriate referrals. Additional resources for the public are available on the CHA’s website: www.clearwaterhousingauth.org. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 76 NA-40 Homeless Needs Assessment INTRODUCTION There are four federally defined categories under which individuals and families may qualify as homeless: 1. Literally homeless; 2. Imminent risk of homelessness; 3. Homeless under other Federal statues; and 4. Fleeing/attempting to flee domestic violence. Meeting homelessness challenges in Clearwater is a collaborative effort comprising numerous individuals, agencies and organizations. Clearwater is within the St. Petersburg, Clearwater, Largo/Pinellas County CoC. The lead agency for collecting homeless data, conducting homeless needs assessments and developing community supported homelessness strategies is the Homeless Leadership Alliance of Pinellas. The Homeless Leadership Alliance supports the communities of Pinellas County, including Clearwater, and is the lead agency for the Continuum of Care (CoC). Most of the data utilized in this section of the Plan was gathered from the Homeless Leadership Alliance. As a part of the Consolidated Plan process, the city coordinated with the Homeless Leadership Alliance to obtain data related to the homeless population in Clearwater. The Homeless Leadership Alliance regularly conducts a homeless census where volunteers reach out to identify the homeless and have them complete a short survey to gather information about the number of homeless as well as the characteristics of this population. It should be noted that any homeless census is an undercount because it is impossible to count locate every homeless person within geography as broad as Pinellas County. HOMELESS NEEDS ASSESSMENT The most recent homeless census, or annual Point-in-Time (PIT) count, was conducted on January 24, 2024. The results of this survey are summarized in Table 27. The methodology used by the Homeless Leadership Alliance included actual numbers of homeless people living on the streets and in shelters in Pinellas County, Florida. The total number of homeless people officially counted during the survey was 2,110. Of these, 1,389 were sheltered and 721 were unsheltered. Of the sheltered homeless population, 76% were in emergency shelter and 24% were in transitional housing. The majority of homeless people July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 77 (either sheltered or unsheltered) were in households with only adults (i.e., no children). Of the 2,110 homeless people counted, 1,577 were in households with only adults, 515 were in households with adults and children and 18 were unaccompanied children. Of the 2,110 homeless people officially counted, 576 were chronically homeless individuals, having been homeless at least four times in the past 3 years. Of subpopulations of homeless, 769 were mentally ill or struggled with substance abuse, 231 were veterans, 231 were fleeing domestic violence, and 25 were persons with HIV/AIDS. It is important to note that just over a third of homeless persons counted were mentally ill or struggled with substance abuse. Because of the transient nature of homelessness, it is often difficult to locate homeless people or to follow‐up with much needed services and support. Based on Pinellas County Point-in-Time (PIT) Data from 2020-2024, the total number of homeless persons counted during the annual PIT has continued to decline since 2020, with one spike in 2023. However, persons “couch surfing” or homeless individuals living with other non-homeless households are likely undercounted, particularly among unaccompanied youth. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 78 TABLE 27: HOMELESS NEEDS ASSESSMENT Population Estimate the # of persons experiencing homelessness on a given night, Sheltered Estimate the # of persons experiencing homelessness on a given night, Unsheltered Estimate the # experiencing homelessness each year Estimate the # becoming homeless each year Estimate the # exiting homelessness each year Estimate the # of days persons experience homelessness Persons in Households with Adult(s) and Child(ren) 115 32 2,975 1,000 900 180 Persons in Households with Only Children 9 2 65 40 25 120 Persons in Households with Only Adults 958 614 8,250 3,500 975 150 Chronically Homeless Individuals 217 330 850 400 195 300 Chronically Homeless Families 3 6 2 1 1 300 Veterans 179 52 2,000 310 240 210 Unaccompanied Child 3 2 65 40 25 120 Persons with HIV 16 9 N/A N/A N/A N/A Source: HUD Continuum of Care Homeless Assistance Programs Homeless Populations and Subpopulations, FL-502, St. Petersburg, Clearwater, Largo/Pinellas CoC, Point-in-Time Count Date: 1/24/2024; Homeless Leadership Alliance HMIS Reporting (2025) Table 27 – Homeless Needs Assessment HOMELESS POPULATION TYPES INCLUDING CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS AND THEIR FAMILIES, AND UNACCOMPANIED YOUTH) Chronically Homeless According to HUD, a person is considered chronically homeless if they have been continuously homeless for at least 12 months, or on at least four (4) separate occasions (at least 15 days each) in the last three (3) years. In Pinellas County, chronically homeless persons comprise nearly a third (576 or 27%) of the overall homeless population counted. Of the chronically homeless population, 232 (40%) were sheltered and 344 (60%) were unsheltered. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 79 Families Of the homeless population counted, 515 (24%) were in families with children. In total there were 147 households with children experiencing homelessness. Veterans There are an estimated 231 homeless veterans in Pinellas County, comprising 11% of the counted homeless population. Homeless veterans in Clearwater were most likely to have served in the Army, among other military branches. Of those, 179 (77%) were sheltered and 52 (23%) were unsheltered. Unaccompanied Youth Unaccompanied youth accounted for approximately 3% or 53 of the 2,110 homeless people that agreed to be surveyed. Approximately 9% of unaccompanied youth are children, while the majority of unaccompanied youth (91%) are young adults ages 18 to 24. FAMILIES IN NEED OF HOUSING ASSISTANCE People in families comprised a large segment of the overall homeless population counted by the Homeless Leadership Alliance of Pinellas. Of the homeless counted, 515 people were in families with children, comprising 127 adult/child households. There were 1,577 people in families with only adults, and 18 people were in families with only children. In 2024, there were 29 chronically homeless people in the household with at least one adult and one child. According to the Pinellas Continuum of Care, Ending Homelessness Together, 2024 Point in Time Count Report, it is estimated that approximately 18% of the County’s unsheltered homeless live in Clearwater; therefore, there may be as many as 6 unsheltered households with children locally in need of housing assistance. NATURE AND EXTENT OF HOMELESSNESS BY RACIAL AND ETHNIC GROUP Homelessness is not unique to a particular gender, race or ethnicity. The table below provides demographic data regarding the homeless population in Pinellas County. The majority of homeless persons (63%) surveyed were adult males and approximately 36% of homeless persons surveyed were women. According to the 2042 data collected by the Homeless Leadership Alliance, the most commonly reported races were White at 49% of the homeless surveyed, and Black/African American at 38% of the homeless surveyed. Around 8% reported as another race or more than one race. The majority (93%) of homeless surveyed reported as “Not Hispanic”. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 80 OPTIONAL: HOMELESSNESS BY RACIAL AND ETHNIC GROUP Race or Ethnicity Sheltered Unsheltered White 635 408 Black or African American 574 227 Asian 9 2 American Indian or Alaska Native 7 15 Pacific Islander 3 5 Multi-Racial 117 13 Hispanic 11 27 Not Hispanic 1,261 694 Source: HUD Continuum of Care Homeless Assistance Programs Homeless Populations and Subpopulations, FL-502, St. Petersburg, Clearwater, Largo/Pinellas CoC, Point-in-Time Count Date: 1/24/2024 NATURE AND EXTENT OF UNSHELTERED AND SHELTERED HOMELESSNESS The total number of homeless people counted during the annual PIT survey was 2,110. Of the 2,110 homeless people officially counted, approximately 721 were unsheltered, while 1,389 were sheltered. There were 576 chronically homeless individuals, 53 were unaccompanied children, 231 were homeless veterans, and 25 were people with HIV/AIDS. Because of the transient nature of homelessness, it is often difficult to locate homeless people or to follow‐up with much needed services and support. Of those surveyed, 27% were chronically homeless, having been homeless at least four times in the past 3 years, and 435 of individuals were severely mentally ill. DISCUSSION Based on the January 2024 PIT survey conducted by the Homeless Leadership Alliance of Pinellas, the homeless population of Pinellas County is approximately 2,110 individuals. This number is approximately 5% lower than the number from 2020 (2,226). According to the Pinellas Continuum of Care, Ending Homelessness Together, 2024 Point in Time Count Report, approximately 18% of unsheltered homeless people surveyed were within the City of Clearwater. According to this report approximately 150 homeless people surveyed report financial reasons as their primary cause of homelessness, and a significant number report family issues (72) or a medical condition/disability (42). A number of organizations in Clearwater provide temporary, transitional, and permanent supportive July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 81 housing for Clearwater area families in need of assistance. These include, but are not limited to, Homeless Empowerment Program (HEP), Hope Villages of America, Kimberly Home, Society of St. Vincent de Paul, and the Salvation Army. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 82 NA-45 Non-Homeless Special Needs Assessment INTRODUCTION A broad category that applies to any population that is presumed to be low to moderate income and in need of public services, non‐homeless special needs include those of the mentally ill, developmentally disabled, at‐risk youth, elderly, and other groups such as persons with HIV/AIDS. These special needs are often addressed by non‐profit agencies, usually in coordination with the City of Clearwater or Pinellas County. Understanding the characteristics of its special needs populations will help the city to better evaluate public facilities and services directed toward such needs. CHARACTERISTICS OF SPECIAL NEEDS POPULATIONS Understanding the characteristics of its special needs populations will help the city to better evaluate public facilities and services directed toward such needs. Elderly & Frail Elderly According to HUD’s Comprehensive Housing Affordability Strategy (CHAS), HUD defines “elderly” as individuals over the age of 62 and “frail elderly” as individuals over the age of 75. According to the 2019- 2023 ACS 5‐Year Estimates, there are approximately 32,150 individuals over the age of 62 and 12,196 individuals over the age of 75 living in Clearwater. Due to age, the frail elderly may be unable to care for themselves adequately and may have one or more disabilities or need assistance to perform the routine activities of daily life. According to 2019-2023 ACS 5‐Year Estimates, 22% of individuals between 65 and 74 years of age are disabled (3,299); whereas 43% of individuals over the age of 75 are disabled (4,937). Youth and Young Adults Approximately 19,807 children live in Clearwater. According to the 2019-2023 ACS 5‐Year Estimates, 17% of Clearwater’s population is less than 18 years of age. Of the population less than 18 years of age for whom poverty status is determined, approximately 21% or 4,107 children are living in poverty. An estimated 10,278 or 21% of families within the city are households with children. According to the 2019- 2023 ACS 5‐Year Estimates, female-headed households comprise 19% of families living within the city and 18% of female‐headed households with children are below poverty level. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 83 Physically & Developmentally Disabled According to the 2019-2023 ACS 5‐Year Estimates, disabilities are categorized into six types: hearing difficulty, vision difficulty, cognitive ability, ambulatory difficulty, self‐care difficulty, and independent living difficulty. According to the 2019-2023 ACS 5‐Year Estimates, approximately 17,151 or 15% of people in Clearwater are estimated to have a disability. While the majority of disabled persons (48%) are 65 years and over, a high percentage (44%) of disabled persons are between 18 and 64 years of age. Mental Illness & Substance Abuse The U.S. Department of Housing and Urban Development, in the Comprehensive Housing Affordability Strategy (CHAS) manual, defines severe mental illness as a persistent mental or emotional impairment that significantly limits a person’s ability to live independently. According to SAMHSA (Substance Abuse and Mental Health Services Administration) (2023), approximately 5.7% of the adult population meets the definition of seriously mentally ill. According to the 2019-2023 ACS, Clearwater has an estimated adult population (over 18 years of age) of approximately 97,268 persons, or 83% of the total population. Since Clearwater is estimated to have an adult population (age 18 or older) of 97,268 persons, an estimated 5,544 individuals in Clearwater may meet the definition of severe mental illness. According to the Substance Abuse and Mental Health Services Administration (SAMHSA) 2017 National Survey of Substance Abuse Treatment Services, in Florida, 274 people per 100,000 of the adult population are in treatment for either an alcohol or drug abuse problem. Since Clearwater is estimated to have an adult population (age 18 or older) of 97,268 persons, an estimated 267 individuals in Clearwater may have a substance abuse problem. Victims of Domestic Violence, Dating Violence, Sexual Assault and Stalking In 2020, according to the Florida Department of Law Enforcement (FDLE), 447 domestic violence arrests and 801 domestic violence offenses were reported by the Clearwater Police Department. During the most recent homeless census, or annual Point-in-Time (PIT) count, 231 homeless individuals reported being victims of domestic violence. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 84 HOUSING AND SUPPORTIVE SERVICE NEEDS AND DETERMINATION Elderly & Frail Elderly Within Clearwater there is some overlap between the elderly population and low- and moderate- income neighborhoods, particularly where mobile home parks are concentrated. These neighborhoods are near Downtown Clearwater, Eagle Lake Park, Bayview/Clearwater Mall (south of Gulf-to-Bay Blvd.), and Countryside in northern Clearwater. The elderly and frail elderly typically need assistance with housing rehabilitation and home maintenance. Additionally, the elderly may need facilities and programming, such as those provided at senior centers and through initiatives like the City of Clearwater’s Office on Aging/Aging Well Center. The elderly are also susceptible to financial difficulties as well as to health problems, including those caused by poor nutrition. Organizations such as Meals-on-Wheels and Pinellas Opportunity Council’s CHORE Services support the elderly in Clearwater. These types of organizations are critical in determining and meeting elderly and frail elderly service needs. Youth and Young Adults The City of Clearwater offers a number of programs for youth and young adults, including those held at the Ross Norton Recreation & Aquatic Complex/Extreme Sports Park and at the North Greenwood Recreation & Aquatic Complex, as well as various public parks and libraries. Currently, there are several agencies within Pinellas County that provide programing for low‐ and moderate‐income children, specifically. Supportive service needs for youth and young adults are determined by such providers. Physically and Developmentally Disabled Accessibility improvements and other supportive services, such as employment assistance, are typical needs of this population, and were noted as a community need. Currently, there are several agencies within Pinellas County that provide services for people with disabilities, including but not limited to Lighthouse of Pinellas, PARC, Abilities, Inc., and The Arc of Tampa Bay, among others. Supportive service needs for the disabled are determined by such providers. Mental Illness & Substance Abuse Healthcare and mental health counseling are the typical needs of this population. Currently there are several agencies in Pinellas County that offer services to the mentally ill and substance abusers, July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 85 including but not limited to Operation PAR, Directions for Living, and Suncoast Center for Mental Health, among others. Supportive service needs for the mentally ill and substance abusers are determined by such providers. Victims of Domestic Violence, Dating Violence, Sexual Assault and Stalking Family safety, advocacy, and housing for both adults and children are typical needs of this population. Currently there are several organizations in Pinellas County that offer services to victims of domestic violence, dating violence, sexual assault and stalking, including but not limited to Family Service Centers of Pinellas, Inc., The Haven, and Hope Villages of America, among others. Supportive service needs for victims of domestic violence are determined by such providers. PUBLIC SIZE AND CHARACTERISTICS OF POPULATION WITH HIV / AIDS The U.S. Center for Disease Control and Prevention (CDC) estimates that over one million adults and adolescents are living with HIV in the U.S., including those not yet diagnosed and those who have already progressed to AIDS. According to the Florida Department of Health FLHealthCHARTS, Pinellas County is one of seven counties in Florida with significant populations of people living with HIV/AIDS. According to the Florida Department of Health FLHealthCHARTS, in 2023 Pinellas County had approximately 5,270 people living with HIV, which represents a rate of 537.8 persons per 100,000 residents; therefore, there may be an estimated 630 persons living with HIV within Clearwater. This population continues to need medical services and ongoing care related to HIV/AIDS People who are HIV positive do not, simply by virtue of having the HIV antibody, require special housing. The State of Florida Housing Opportunities for Persons with AIDS (HOPWA) does not offer any direct services in the City of Clearwater for people living with the HIV/AIDS virus; however, some services are available through the City of Tampa’s HOPWA program. Equal access to housing is a priority for the City of Clearwater. Currently, there are several programs and housing providers for people living with HIV/AIDS in Pinellas County, including Pinellas Cares Clinic, Metropolitan Charities, Christopher House, AIDS Community Project of Tampa Bay (AIDS Coalition), and Tampa Bay AIDS Network (TBAN) of Gulf Coast Community Care, among others. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 86 DISCUSSION Non‐Homeless Special Needs is a broad category that applies to any population that is presumed to be low to moderate income and in need of public services. The category covers a large population, including the mentally ill, developmentally disabled, elderly, and other groups. Services to address these needs are often provided by non‐profit agencies, usually in coordination with the City of Clearwater or Pinellas County; however, many of these agencies are overburdened and continue to need funding assistance for service delivery. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 87 NA-50 Non-Housing Community Development Needs PUBLIC FACILITIES NEEDS The community has identified the following public facility needs: Park and recreation Improvements to include renovation of existing parks, providing additional public spaces such as dog parks and greenspaces. Safety enhancements to include Installation of solar-powered crosswalks, streetlights, and lighted intersections with push-button flashing lights, addition of security lighting for public safety, and providing safe bus stops and elementary school safety improvements. Accessibility and connectivity improvements to include ADA-compliant sidewalk improvements and connectivity upgrades, bicycle and skate parks for youth, and improvements to help mitigate traffic congestion. Infrastructure maintenance and upgrades to include street resurfacing, pothole repairs, and drainage/flooding improvements. Public utility improvements to include water, sewer, and stormwater. PUBLIC FACILITIES NEED DETERMINATION These needs were identified based on citizen feedback and discussion of community needs during the community meetings held in February 2025, and a survey conducted from January 22, 2025, to February 28, 2025. PUBLIC IMPROVEMENTS NEEDS The community has identified the following public improvement needs: public infrastructure, particularly accessibility, crosswalk/sidewalk and street improvements as well as bicycle and pedestrian safety/connectivity. City beautification projects such as roadway and streetscape maintenance, community art projects, roadway and sidewalk improvements, neighborhood cleanups to address slum and blight, and business façade improvements were all mentioned. Additionally, the community needs security measures (e.g., lighting at night) and code enforcement (i.e., blight elimination). PUBLIC IMPROVEMENTS NEED DETERMINATION These needs were identified based on citizen feedback and discussion of community needs during the community meetings held in February 2025, and a survey conducted from January 22, 2025, to February 28, 2025. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 88 PUBLIC SERVICES NEEDS The community has identified the follow public service needs: Increased availability of mental and behavioral health services and programs, affordable daycare and afterschool programs, food assistance programs (e.g., Meals on Wheels), elderly transportation services, programs focusing on job training and self-sufficiency, including skills development and interpersonal training, installation of community messaging systems, such as digital information boards or marquees in public spaces, and funding for community policing, social work, and other public service staff. PUBLIC SERVICES NEED DETERMINATION These needs were identified based on citizen feedback and discussion of community needs during the community meetings held in February 2025, and a survey conducted from January 22, 2025, to February 28, 2025. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 89 HOUSING MARKET ANALYSIS MA-05 Overview HOUSING MARKET ANALYSIS OVERVIEW The purpose of the Market Analysis is to provide a clear picture of the environment in which Clearwater must administer its programs over the course of the Consolidated Plan. In conjunction with the Needs Assessment, the Market Analysis provides the basis for the Strategic Plan and the programs and projects to be administered. Most of the data tables in this section are populated with default data or the most recent data available. Additional data has been obtained from various sources, including more current American Community Survey (ACS) estimates and local data from Clearwater and Pinellas County. This section covers the following broad topics: • General Characteristics of the Housing Market: The general characteristics of the City’s housing market, including supply, demand, and condition/cost of housing, are described in the following sections: Number of Housing Units (MA-10); Cost of Housing (MA-15); and, Condition of Housing (MA-20). • Lead-based Paint Hazards: The Condition of Housing (MA-10) section provides an estimate of the number of housing units within Clearwater that are occupied by low- or moderate- income families that contain lead-based paint hazards. • Public and Assisted Housing: A description of the public housing units in Clearwater is provided in the Public and Assisted Housing (MA-25) section. These narrative details the physical condition of such units, the restoration and revitalization needs, Section 504 needs, and the public housing agency’s strategy for improving the management and operation of public housing and the living conditions of low- and moderate-income families in public housing. • Assisted Housing: The information collected in the Number of Housing Units (MA-10) section describes the number and targeting (income level and type of family served) of units currently assisted by local, state, or Federally funded programs and an assessment of July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 90 whether any units are expected to be lost from the assisted housing inventory for any reason, such as expiration of Section 8 contracts. • Facilities, Housing, and Services for Homeless Persons: A brief inventory of facilities, housing, and services that meet the needs of homeless people within the city is provided in the Homeless Facilities and Services (MA-30) section. Emphasis is given to chronically homeless individuals and families, families with children, veterans and their families, and unaccompanied youth. The inventory includes services directly targeted to homeless people, as well as mainstream services, such as health, mental health, and employment services to the extent those services are used to complement services targeted to homeless people. • Special Need Facilities and Services: The Special Needs Facilities and Services (MA-35) section describes the housing stock available to people with disabilities and other low-income people with special needs, including people with HIV/AIDS and their families. The section further describes the facilities and services that assist people who are not homeless, but who require supportive housing and programs for ensuring that people returning from mental and physical heath institutions receive appropriate supportive housing. • Barriers to Affordable Housing: This section (MA-40) provides an assessment of the regulatory barriers to affordable housing that exist within Clearwater. These regulatory barriers may include tax policies affecting land and other property, land use controls, zoning ordinances, building codes, fees and charges, growth limits, and policies that affect the return on residential investment. • Broadband Needs and Hazard Mitigation: These sections (MA-60 and MA-65) describe the need for broadband access, as well as the natural hazard risks associated with climate change. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 91 MA-10 Number of Housing Units INTRODUCTION The total number of housing units in Clearwater increased slightly over the past five (5) years. The city had a total of 58,103 housing units at the time of the 2014-2018 American Community Survey. According to data provided in the 2019-2023 ACS, an estimated total of 61,091 housing units are located within Clearwater presently, which is larger than the number counted in the 2014-2018 ACS. Between 2018 and 2023, the total number of housing units in the city increased by just over 5%. TABLE 28: RESIDENTIAL PROPERTIES BY NUMBER OF UNITS Property Type Number % 1-unit detached structure 23,688 39% 1-unit, attached structure 3,765 6% 2-4 units 4,129 7% 5-19 units 9,434 15% 20 or more units 16,827 28% Mobile Home, boat, RV, van, etc. 3,248 5% Total 61,091 100% Data Source: 2019-2023 ACS Table 28 – Residential Properties by Unit Number As shown in Table 28, data from the 2019-2023 ACS show that nearly half of all residential properties are single units (a total of 27,453 or 45%). Single-unit properties are either detached structures (23,688 or 39%) or attached structures (3,765 or 6%). Residential properties are further categorized into properties within 2–4-unit structures (4,129 or 7%), properties within 5–19-unit structures (9,434 or 15%), and properties within 20 or more-unit structures (16,827 or 28%). These categories comprise 95% of the City’s housing stock. The remainder of residential properties in the City is classified as mobile home, boat, RV, van, etc. (3,248 or 5%). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 92 TABLE 29: UNIT SIZE BY TENURE Owner, Number Owner, % Renter, Number Renter, % No bedroom 281 1% 1,641 8% 1 bedroom 1,839 6% 6,185 30% 2 or 3 bedrooms 22,353 76% 12,119 59% 4 or more bedrooms 5,003 10% 488 2% Total 29,476 100% 20,433 100% Data Source: 2019-2023 ACS Table 29 – Unit Size by Tenure As shown in Table 29, there are an estimated 49,909 occupied housing units within the city. Of this total, 29,476 or 59% are owner-occupied and 20,433 or 41% are renter-occupied. Of all owner-occupied units, most contain 2 or more bedrooms (27,356 or 93%). Only a small number of owner-occupied units have 1 bedroom (1,839 or 6%) or are without bedrooms (281 or 1%). Of all renter-occupied units, most contain 1 to 3 bedrooms (18,304 or 90%). In contrast to owner-occupied units, a significant percentage of renter-occupied units have 1 bedroom (6,185 or 30%) and a small percentage of renter-occupied units are without bedrooms (1,641or 6%). DESCRIBE THE NUMBER AND TARGETING (INCOME LEVEL/TYPE OF FAMILY SERVED) OF UNITS ASSISTED WITH FEDERAL, STATE, AND LOCAL PROGRAMS As was noted earlier in Section NA-35, the Clearwater Housing Authority (CHA) has been charged with the responsibility of the administration of housing programs for low-income people. The operations of the CHA are funded through annual appropriations provided by the U.S. Department of Housing and Urban Development (HUD). According to the Office of Public and Indian Housing (PIH) Public Information Center (PIC), the following number and type of voucher units are available within Clearwater (see also Table 38): • 205 total public housing units available • 1,265 total Housing Choice Vouchers (HCVs) available July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 93 PROVIDE AN ASSESSMENT OF UNITS EXPECTED TO BE LOST FROM THE AFFORDABLE HOUSING INVENTORY FOR ANY REASON, SUCH AS EXPIRATION OF SECTION 8 CONTRACTS Some units assisted with Federal, state or local programs may be lost from the inventory during the planning period as the Clearwater Housing Authority (CHA) undergoes voluntary conversion of its public housing units. The CHA monitors contract expirations and/or unit losses and has a plan for voluntary conversion to ensure that residents in publicly assisted housing continue to have housing either through HCV or other housing authorities or nonprofit housing providers. Because the City of Clearwater does not directly administer public housing or HCV vouchers, the city is unaware of any expiring contracts. DOES THE AVAILABILITY OF HOUSING UNITS MEET THE NEEDS OF THE POPULATION? A shortage of affordable housing may exist for very low- and low-income households in Clearwater. While affordability is a concern for any tenure, more owner-occupied units are considered affordable than renter-occupied units. This may be due, in part, to the lack of housing-type diversity within Clearwater. This affordable housing deficiency is more fully documented in the next section (MA-15). DESCRIBE THE NEED FOR SPECIFIC TYPES OF HOUSING Generally, the city lacks a diverse distribution of housing types. Most housing units in the City are within detached single-unit structures (39%) or within 5 or more-unit structures (43%). This indicates a predominance of single-family homes and multi-family apartment or condominium types. In contrast, only 13% of all housing units are within attached single-unit structures or 2–4-unit structures, indicating a lack of townhome, duplex, and triplex types (i.e., “missing middle” housing types). This distribution does not provide a diverse selection of housing for low- and moderate-income residents who may not be able to afford a single-family home but require multiple bedrooms. In terms of housing unit size, the predominant unit size is 2 or 3 bedrooms (69% of all units), with few smaller units available (see Table 28 and Table 29). It is important to note that in Clearwater, according to the 2019-2023 ACS, larger units (3 or more bedrooms) tend to be occupied by owners while smaller units (one or no bedrooms) tend to be occupied by renters. These trends may indicate a lack of larger units available for rental or point to affordability concerns as unit size increases. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 94 DISCUSSION The number of housing units in the city has slightly increased over the past 5 years. A shortage of affordable housing may exist for very low- and low-income households in Clearwater; and given the City’s housing stock profile, there is a lack of diversity of housing types within the city. Most housing units are within either single-unit detached structures or multi-unit apartment/condominium structures. Few units are within other attached housing types (e.g. townhome, duplex, etc.). This data points to the need for “missing middle” housing types in the City of Clearwater. Moreover, there are few smaller (1 bedroom or studio) units available. The CHA, among other housing providers, administers public housing and HCV programs within the City, has a plan for voluntary conversion of its public housing units that will ensure residents continue to be housed, and monitor contract expirations and/or unit losses. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 95 MA-15 Housing Market Analysis: Cost of Housing INTRODUCTION This section provides an overall picture of housing costs within Clearwater. Specifically, the section describes housing cost trends, rent trends, fair market rents, and affordability. TABLE 30: COST OF HOUSING Base Year: 2018 Most Recent Year: 2023 % Change Median Home Value $191,600 $326,100 70% Median Contract Rent $869 $1,344 55% Data Source: 2014-2018 ACS (Base Year), 2019-2023 ACS (Most Recent Year) Table 30 – Cost of Housing TABLE 31: RENT PAID Rent Paid Number % Less than $500 649 3% $500-999 2,017 10% $1,000-1,499 6,746 34% $1,500-1,999 5,530 28% $2,000 or more 4,737 24% Total 19,679 100% Data Source: 2019-2023 ACS Table 31 – Rent Paid The costs of housing trends for Clearwater are displayed in Table 30. According to the 2019-2023 ACS, the current median home value for Clearwater is estimated to be $326,100. This figure represents a 70% increase from the 2014-2018 ACS median home value of $191,600. Between the 2014-2018 ACS and the 2019-2023 ACS, the median contract rent within the City increased by 55%, from $869 to $1,344. The distribution of estimated rents paid within Clearwater is detailed in Table 31, according to 2019- 2023 ACS data. Of all 19,679 rental units within the city, only a tenth (2,017 or 10%) have a rent between $500 and $999. Few rental units have a rent of less than $500 (649 or 3%). Approximately 34% of rental units have rent between $1,000 and 1,499. An estimated 52% of the City’s rental units have a rent that exceeds $1,500. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 96 TABLE 32: HOUSING AFFORDABILITY % Units affordable to Households earning Renter Owner 30% HAMFI 1,070 No Data 50% HAMFI 2,700 2,070 80% HAMFI 10,750 6,860 100% HAMFI No Data 10,565 Total 14,520 19,495 Data Source: 2016-2020 CHAS Table 32 – Housing Affordability The overall housing affordability within Clearwater is detailed in Table 32. According to HUD, a unit is considered affordable if gross rent, including utilities, is no more than 30% of the household income. The table, based on 2016-2020 CHAS data, first divides households into four income ranges: less than or equal to 30% HUD Adjusted Median Family Income (HAMFI), less than or equal to 50% HAMFI, less than or equal to 80% HAMFI, and less than or equal to 100% HAMFI. The table also separates housing units into either rental units or owner units. For households with incomes less than or equal to 30% HAMFI, a total of 1,070 available rental units are considered affordable, while no data is available for owner units. For households with incomes less than or equal to 50% HAMFI, a total of 2,700 affordable rental units are available, while 2,070 affordable owner units are available. For households with incomes less than or equal to 80% HAMFI, a total of 10,750 affordable rental units are available, while 6,860 affordable owner units are available. Finally, for households with incomes less than or equal to 100% HAMFI, a total of 10,565 affordable owner units are available, while no data is provided for affordable rental units. As noted previously in Table 29, an estimated 20,433 renter-occupied housing units are located within Clearwater (2019-2023 ACS). Of this total, only 5% of renter-occupied housing units are affordable to the lowest income households (less or equal to 30% AMFI) and 13% are affordable to households earning less than or equal to 50% AMFI. A much larger percentage (53%) of renter-occupied housing units are affordable for households earning less than or equal to 80% AMFI. In general, 71% of renter-occupied units are affordable. An estimated 29,476 owner-occupied housing units are located within Clearwater (see Table 29). Of this total, 7% are affordable to households earning less than or equal to 50% HAMFI, 23% are affordable to July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 97 households earning less than or equal to 80% HAMFI, and 36% are affordable to households earning less than or equal to 100% HAMFI. In general, only 66% of owner-occupied housing units are affordable. TABLE 33: MONTHLY RENT Monthly Rent ($) Efficiency (no bedroom) 1 Bedroom 2 Bedroom 3 Bedroom 4 Bedroom Fair Market Rent 1,449 1,562 1,851 2,367 2,888 High HOME Rent 1,068 1,145 1,376 1,581 1,744 Low HOME Rent 836 895 1,075 1,241 1,385 Data Source: FY 2024 HUD Fair Market Rent; FY 2024 HUD HOME Rent Limits; Tampa-St. Petersburg-Clearwater, FL MSA Table 33 – Monthly Rent Table 33 shows HUD Fair Market Rents and HUD HOME Rents within Pinellas County. Fair Market Rents (FMRs) are gross rent estimates that include rent plus the cost of all tenant-paid utilities. FMRs are set to the dollar amount at which 40% of the standard-quality rental housing units are rented, excluding non- market rental housing (e.g. public housing). High HOME Rents are equal to the FMR or 30% of the adjusted income of a family whose income equals 65% AMI, whichever is lower. Low HOME Rents are equal to 30% of the adjusted income of a family whose income equals 50% AMI. IS THERE SUFFICIENT HOUSING FOR HOUSEHOLDS AT ALL INCOME LEVELS? A comparison of the total number of households at the various income levels (see Table 7) and the total number of affordable housing units available for the various income levels (see Table 32) can reveal surpluses or shortages of affordable housing. There are 7,565 very low-income households earning 0-30% HAMFI in Clearwater. Because only 1,070 affordable rental units are identified in the CHAS database, and an undetermined number of owner units are available, a significant shortage of affordable units likely exists within the city for very low- income households. Similarly, there appears to be a shortage of affordable housing for low-income households. A total of 5,960 households in the city earn 30-50% HAMFI. According to the CHAS database, 2,700 rental-units and 2,070 owner-units (a total of 4,770 units) are available and affordable to low-income households. In contrast, there does not appear to be a shortage of affordable housing for moderate income households. A total of 9,790 households in the city earn 50-80% HAMFI. There are approximately 10,750 affordable rental units and 6,860 affordable owner-units (a total of 17,610 units) available and affordable to moderate income households, according to the CHAS database. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 98 HOW IS AFFORDABILITY OF HOUSING LIKELY TO CHANGE CONSIDERING CHANGES TO HOME VALUES AND/OR RENTS? The estimated median home value within Clearwater increased from $191,600 to $326,100 according to the 2014-2018 ACS and 2019-2023 ACS, a 70% positive change. Over this same period, the City’s contract rent increased by 55% from $869 to $1,344. The City’s median household income increased by 37% between the 2014-2018 and 2019-2023 ACS, from $47,070 to $64,440; however, median home values increased more dramatically (70%), and contract rent increased similarly (55%) over that same period. As home values outpace incomes, more housing becomes unaffordable. This, combined with the City’s lack of smaller (<2 bedroom) housing units and diverse housing types, could undermine affordability. HOW DO HOME RENTS / FAIR MARKET RENT COMPARE TO AREA MEDIAN RENT? HOW MIGHT THIS IMPACT YOUR STRATEGY TO PRODUCE OR PRESERVE AFFORDABLE HOUSING? The City’s current median contract rent is estimated to be $1,344 (according to the 2019-2023 ACS). This median contract rent is lower than the Fair Market Rents for 2-bedroom, 3-bedroom, and 4-bedroom units, but is higher than the Fair Market Rents for efficiency units and 1-bedroom units. In terms of High HOME Rent, the City’s current median contract rent is lower for 3-bedroom and 4-bedroom units but is higher than the High HOME Rent for efficiency, 1-bedroom and 2-bedroom units. The City’s current median contract rent is higher for all Low HOME Rents unit sizes. DISCUSSION Within Clearwater, there is a potential shortage of units affordable to very low- and low-income households. Housing costs for owner-occupied units have significantly outpaced household income since the 2014-2018 ACS. There is also a lack of diversity in the City’s housing stock which further limits affordability. Most housing units are either single-family detached homes or large multi-family apartment complexes. When housing costs outpace household incomes, and the housing stock is limited, housing becomes less affordable to low- and moderate-income households. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 99 MA-20 Housing Market Analysis: Condition of Housing INTRODUCTION This section describes the significant characteristics of the housing stock in terms of age, condition, and vacancy of units. DEFINITIONS The following definitions pertain to this section: • “Standard condition” – A housing unit that meets HUD Housing Quality Standards (HQS) and all applicable state and local codes. • “Substandard condition but suitable for rehabilitation” – A housing unit that contains one or more housing condition (defined below), contains a lead-based paint hazard, and/or is condemned as unfit for human habitation but is both structurally and financially feasible to rehabilitate. • “Substandard condition not suitable for rehabilitation” – A housing unit that contains one or more housing condition (defined below), contains a lead-based paint hazard, and/or is condemned as unfit for human habitation and is not structurally or financially feasible to rehabilitate. Additionally, the term “abandoned vacant unit” is defined by HUD as: • A housing unit that has been foreclosed upon and vacant for at least 90 days. • A housing unit where no mortgage or tax payments have been made by the property owner for at least 90 days. • A housing unit where a code enforcement inspection has determined that the property is not habitable, and the owner has taken no corrective actions within 90 days of the notification of the deficiencies. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 100 TABLE 34: CONDITION OF UNITS Condition of Units Owner- Occupied, Number Owner- Occupied, % Renter- Occupied, Number Renter- Occupied, % With one selected Condition 8,553 29% 10,685 52% With two selected Conditions 276 1% 862 4% With three selected Conditions 57 0% 0 0% With four selected Conditions 0 0% 0 0% No selected Conditions 20,590 70% 8,886 43% Total 29,476 100% 20,433 100% Data Source: 2019-2023 ACS Table 34 – Condition of Units Table 34 shows the condition of occupied housing units within Clearwater, with a breakdown of owner- occupied units and renter-occupied units. As defined by HUD, a housing “condition” includes the following: • A housing unit that lacks complete plumbing facilities • A housing unit that lacks complete kitchen facilities • A housing unit with more than one person per room • A housing unit with a cost burden greater than 30% of the occupant’s household income According to 2019-2023 ACS data, the majority (20,590 or 70%) of owner-occupied housing units have no housing conditions. Of the remaining owner-occupied housing units, a significant number feature one housing condition (8,553 or 29%). Only 276 owner-occupied units (1%) have two housing conditions, and no owner-occupied units have three or more housing conditions. Of the estimated 20,433 renter-occupied housing units in the City, over half (10,685 or 52%) have one housing condition. Less than half (8,886 or 43%) of renter-occupied units have no housing conditions. Only 862 (4%) of renter-occupied units have two housing conditions and no renter-occupied units have three or more housing conditions. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 101 TABLE 35: YEAR UNIT BUILT Year Unit Built Owner- Occupied, Number Owner- Occupied, % Renter- Occupied, Number Renter- Occupied, % 2000 or later 3,064 10% 4,035 20% 1980-1999 7,533 26% 6,216 30% 1950-1979 17,279 59% 9,434 46% Before 1950 1,600 5% 748 4% Total 29,476 100% 20,433 100% Data Source: 2019-2023 ACS Table 35 – Year Unit Built The age of housing within Clearwater is detailed in Table 35, as supplied by the 2019-2023 ACS. Of the 29,476 owner-occupied housing units, the majority were built prior to 1980, with 17,279 or 59% built between 1950 and 1979; and 1,600 or 5% built before 1950. The remaining 10,597 or 36% of owner- occupied units were built after 1980. Of the 20,433 renter-occupied housing units, the plurality was built prior to 1980, with 9,434 or 46% built between 1950 and 1979; and 748 or 4% built before 1950. The remaining 10,251 or 50% of renter- occupied units were built after 1980. TABLE 36: RISK OF LEAD-BASED PAINT HAZARD Risk of Lead-Based Paint Hazard Owner- Occupied, Number Owner- Occupied, % Renter- Occupied, Number Renter- Occupied, % Total Number of Units Built Before 1980 18,879 64% 10,182 50% Housing Units built before 1980 with children present 1,770 6% 675 3% Data Source: 2019-2023 ACS (Total Units); 2016-2020 CHAS (Units with Children present) Table 36 – Risk of Lead-Based Paint The risk of lead-based paint hazards within Clearwater is estimated in Table 36. Because the actual number of housing units in the city with lead-based paint is not available, an assumption must be made. For the purposes of this plan, a housing unit built before 1980 is presumed to have a higher risk of lead- based paint. Therefore, the table shows the total number of owner-occupied and renter-occupied units that were built before 1980, as well as those built before 1980 with children present. The data for this table is from the 2019-2023 ACS and 2016-2020 CHAS. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 102 As shown in Table 36, 18,879 or 64% of owner-occupied housing units in the city were built prior to 1980, while 1,770 or 7% were built before 1980 and have children present. For renter-occupied housing units, 10,182 or 50% were built prior to 1980, while 675 or 3% were built prior to 1980 and have children present. Although there is a high percentage of housing units built before 1980, signifying a higher risk of lead-based paint, there is a low percentage of older housing units with children present. A slightly higher percentage of older housing units with children present are occupied by owners. TABLE 37: VACANT UNITS Suitable for Rehabilitation Not Suitable for Rehabilitation Total Vacant Units 6,486 4,696 11,128 Abandoned Vacant Units N/A N/A N/A REO Properties 2 2 4 Abandoned REO Properties N/A N/A N/A Data Source: 2019-2023 ACS (Vacant Units); RealtyTrac.com. Clearwater, FL. Date accessed: April 2025 Table 37 – Vacant Units According to 2018-2023 ACS data, there are a total of 61,091 housing units within Clearwater. Of these, 11,182 or 18% are vacant. As defined in the American Community Survey, a housing unit is vacant if no one is living in it at the time of interview. Units occupied at the time of interview entirely by persons who are staying two months or less and who have a more permanent residence elsewhere are considered temporarily occupied and are classified as “vacant.” Since approximately 58% percent of the City’s housing units was built before 1980; an estimated 6,689 vacant housing units may be suitable for rehabilitation. There is no data available for abandoned units. The foreclosure rate in Clearwater is similar to Pinellas County, but lower than the state foreclosure rates and higher than the national foreclosure rate. According to the foreclosure database maintained by RealtyTrac.com, as accessed in April 2025 a total of 292 properties in Clearwater are in some state of foreclosure (i.e., default, auction, pre-foreclosure or bank owned) and another 1,463 properties are listed for sale. The RealtyTrac.com foreclosure database accessed in April 2025 indicates that, of the foreclosed properties within the City, 4 or 1.4% are Real Estate Owned (REO). Assuming approximately July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 103 58% percent of the City’s housing units was built before 1980; an estimated 2 REO properties may be suitable for rehabilitation. NEED FOR OWNER AND RENTAL REHABILITATION In terms of housing quality, 29% of owner-occupied housing units in the City have at least one housing condition, while 52% of renter-occupied housing units have at least one housing condition (see Table 34). Relative to the age of housing, 64% of the City’s owner-occupied units were built prior to 1980, while 50% of renter-occupied units were built prior to 1980 (see Table 35). Although the exact number of homes with lead-based paint is not known, it is assumed that housing units in the city built prior to 1980 have a higher risk of lead-based paint hazards. Generally, these statistics point toward the need for Clearwater to facilitate both owner and rental housing rehabilitation within its jurisdiction. ESTIMATED NUMBER OF HOUSING UNITS OCCUPIED BY LOW OR MODERATE INCOME FAMILIES WITH LBP HAZARDS Table 36 notes that, in Clearwater, 18,879 owner-occupied housing units were built prior to 1980, and 10,182 renter-occupied housing units were built prior to 1980. These units are assumed to have a higher risk of lead-based paint hazards. As of the 2019-2023 ACS, there are an estimated 49,909 occupied housing units within Clearwater. Approximately 29,061 or 58% of these housing units are assumed to have a higher risk of lead-based paint hazards. According to HUD CDBG low- and moderate-income data, approximately 23,315 low- or moderate-income households (earning less than or equal to 80% HAMFI) reside in Clearwater. Therefore, approximately 13,523 housing units occupied by low- and moderate-income families may have a higher risk of lead-based paint hazards. DISCUSSION In terms of housing conditions, more renter-occupied units have housing conditions than owner- occupied units. Most of the City’s housing units were built prior to 1980. Due to the combination of housing conditions and unit age, there is a need for Clearwater to facilitate both owner-unit and rental- unit rehabilitations. It is estimated that approximately 29,061 housing units, or 58% of occupied housing units, may have a higher risk of lead-based paint hazards. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 104 MA-25 Public and Assisted Housing INTRODUCTION As was noted earlier in Section NA-35, the Clearwater Housing Authority (CHA) administers housing assistance for low- and very-low-income people in the greater Clearwater area. The operations of the CHA are funded through annual appropriations provided by U.S. Department of Housing and Urban Development. TABLE 38: TOTAL NUMBER OF UNITS BY PROGRAM TYPE Program Type Certificate Mod- Rehab Public Housing Vouchers, Total Vouchers, Project - based Vouchers, Tenant - based Special Purpose Vouchers, Veterans Affairs Supportive Housing Special Purpose Vouchers, Family Unification Program Special Purpose Vouchers, Disabled* # of units vouchers available 0 0 205 1,265 0 0 0 0 639 # of accessible units 0 0 0 0 0 0 0 0 0 Data Source: PIC (PIH Information Center) *Includes Non-Elderly Disabled, Mainstream One-Year, Mainstream Five-year, and Nursing Home Transition Table 38 – Total Number of Units by Program Type DESCRIBE THE SUPPLY OF PUBLIC HOUSING DEVELOPMENTS The CHA administers programs that deliver housing assistance to low- and very low-income people in Pinellas County and the Clearwater area. These include public housing, tenant-based vouchers (Housing Choice Vouchers or HCVs), and special purpose voucher activities. Combined, these activities supply approximately 1,500 publicly assisted housing units in the greater Clearwater area. DESCRIBE THE NUMBER AND PHYSICAL CONDITION OF PUBLIC HOUSING UNITS IN THE JURISDICTION, INCLUDING THOSE THAT ARE PARTICIPATING IN AN APPROVED PUBLIC HOUSING AGENCY PLAN Table 38 shows the total number of units currently assisted by local, state or federally funded programs. According to the IDIS default data, approximately 205 public housing units are programmed within Clearwater; however, in total 233 public housing and publicly assisted units are provided at several properties: July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 105 • Fairway Gardens (30 & 110 Lady Mary Dr.): 20 units • Paradise Trail (1111 Cordova Ln.): 13 units • Barbee Towers (1100 Druid Rd.): 150 units (seniors only) • Ralph Richards Towers (211 Prospect Ave.): 50 units (seniors only) Table 38 sourced from IDIS default data notes that there are approximately 1,265 tenant-based HCVs available, which are administered by the CHA. In contrast, the 2025 PHA Plan for the CHA shows a total HCV count of 1,455. These vouchers provide rental assistance to qualified very low-income families and very low-income elderly, disabled, handicapped and single persons. Vouchers typically cover 30% of adjusted gross income, total tenant payment or a payment standard. A security deposit, paid by the tenant, is required. There is typically a waiting list for such vouchers and the waiting list is currently closed. Included in the total number of vouchers are 639 special purpose vouchers for disabled residents. Table 39 shows the condition of public housing based on average inspection score for the most recent inspection year (2021). TABLE 39: PUBLIC HOUSING CONDITION Public Housing Development Average Inspection Score Fairway Gardens 93 Paradise Trail Apartments 97 Barbee Towers and Ralph Richards Towers (incl. former scattered sites) 87 Data Source: HUD Real Estate Assessment Center (REAC) Public Housing Physical Inspections Scores (Florida) accessed April 2025 Table 39 – Public Housing Condition DESCRIBE THE RESTORATION AND REVITALIZATION NEEDS OF PUBLIC HOUSING UNITS IN THE JURISDICTION The CHA and other housing providers in the community continuously seek to rehabilitate the supply of housing affordable to low- and very-low income people. Below are the CHA’s identified needs for each public housing development. • Paradise Trail: Stormwater/drainage system upgrades. • Barbee Towers: HVAC upgrades, elevator upgrades, and interior renovations. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 106 • Ralph Richards Towers: Elevator upgrades and interior renovations. The CHA’s high-rise senior public housing units continue to age and are in direct need of improvements, including interior work and furnishings. The CHA plans to voluntarily convert public housing units to affordable housing units. After voluntary conversion, CHA will maintain the scattered sites (Barbee Towers and Ralph Richards Tower) as an affordable property, potentially using a combination of market rate, tenant based and project-based voucher assistance. CHA plans to sell Paradise Trail Apartments and Fair way Gardens as fee simple or below fair market. CHA intends to maintain and utilize all sale proceeds for reasonable costs of: Any disposition and relocation costs for the benefit of residents of the Agency; operation of the Housing Choice Voucher Program, securing commercial enterprises; PBV project costs; increasing the supply, availability, and utilization of low-income housing; acquisition and/or development of affordable housing and/or other uses approved by HUD. DESCRIBE THE PUBLIC HOUSING AGENCY'S STRATEGY FOR IMPROVING THE LIVING ENVIRONMENT OF LOW- AND MODERATE-INCOME FAMILIES RESIDING IN PUBLIC HOUSING The Clearwater Housing Authority (CHA) is a Small PHA as defined by HUD Office of Public and Indian Housing. The mission of the CHA is to create housing opportunities to enhance the lives of those it serves. The CHA will build communities with innovative programs, sustain a dignified and desirable environment, and create alliances to nurture self-sufficiency. To this end, the CHA’s strategy for improving the living environment of those in public housing includes to: • Continue to search for affordable housing opportunities. o CHA will explore various financing opportunities and collaborative relationships with community agencies for the development or acquisition of affordable housing. • Encourage and support self-sufficiency. o CHA will continue to apply for renewal of FSS funding, and additional grant opportunities that encourage self-sufficiency. • Housing Choice Voucher (HCV) Program Opportunities. o CHA will apply for additional Housing Choice Vouchers when available such as Mainstream, VASH, FUP, and TPVs for Foster Youth. CHA submitted a letter of interest for VASH in 2024. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 107 o CHA will issue Request for Proposal(s) to work with community agencies for additional project-based vouchers to expand the availability of high-quality affordable housing and economic opportunities. DISCUSSION The City works cooperatively with Pinellas County, the CHA, and private entities in the provision of public and subsidized housing within Clearwater. The CHA administers public housing for seniors and families in addition to the Housing Choice Voucher (HCV) program that provides financial rental assistance to eligible individuals and families based upon income. The CHA’s 5-Year PHA Plan includes a voluntary conversion plan to be submitted in 2025 with all proceeds from the sale/conveyance of CHA properties to be used to purchase affordable housing. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 108 MA-30 Homeless Facilities and Services INTRODUCTION Critical to the success of homeless services is the capacity to coordinate systems of care beyond sheltering, healthcare, mental health counseling, employment, etc. and the ability to follow a case through a myriad of providers to ensure that individual or family is transitioned out of homelessness. Meeting homelessness challenges in Clearwater is a collaborative effort comprising numerous individuals, agencies and organizations. The lead agency for collecting homeless data, conducting homeless needs assessments and developing community supported homelessness strategies is the Homeless Leadership Alliance of Pinellas. The Homeless Leadership Alliance supports the communities of Pinellas County, including Clearwater, and is the lead agency for the St. Petersburg, Clearwater, Largo/Pinellas County Continuum of Care (CoC). The Homeless Leadership Alliance of Pinellas is responsible for advancing community-wide efforts, including the 10-Year Plan to End Homelessness and the Annual Point-In-Time (PIT) survey, which involves various partnering agencies. Most of the data utilized in this section of the Consolidated Plan was gathered from the Homeless Leadership Alliance. Additionally, HUD and the State of Florida publish CoC and statewide PIT findings annually. Clearwater is within the St. Petersburg, Clearwater, Largo/Pinellas County CoC. Data related to facilities and housing targeted to homeless households can be viewed in Table 40. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 109 TABLE 40: FACILITIES AND HOUSING TARGETED TO HOMELESS HOUSEHOLDS Emergency Shelter Beds, Year-Round Beds (Current & New) Emergency Shelter Beds, Voucher / Seasonal / Overflow Beds Transitional Housing Beds, Current & New Permanent Supportive Housing Beds, Current & New Permanent Supportive Housing Beds, Under Development Households with Adult(s) and Child(ren) 412 0 92 368 N/A Households with Only Adults 1,056 0 244 1,281 N/A Chronically Homeless Households N/A N/A N/A 552 N/A Veterans 23 0 83 935 N/A Unaccompanied Youth 12 0 31 0 N/A Data Source: HUD 2024 Continuum of Care Homeless Assistance Programs Housing Inventory Count (HIC) Report (FL-502: St. Petersburg, Clearwater, Largo/Pinellas County CoC) Table 40 – Facilities and Housing Targeted to Homeless Households DESCRIBE MAINSTREAM SERVICES, SUCH AS HEALTH, MENTAL HEALTH, AND EMPLOYMENT SERVICES TO THE EXTENT THOSE SERVICES ARE USED TO COMPLEMENT SERVICES TARGETED TO HOMELESS PERSONS Several mainstream providers offer services to the homeless population as well as low- and moderate- income populations. These providers include, but are not limited to, the following organizations: Medical/Healthcare Resources • Veterans Administration (VA) Bay Pines Medical Center (10000 Bay Pines Blvd): Provides quality health care to homeless veterans through an outpatient program, as well as resource and referral. • Evara Health (formerly Community Healthcare of Pinellas (707 Druid Rd., 2960 Roosevelt Blvd.): Provides preventative and primary care for low-income, uninsured residents Mental Health/Substance Abuse Resources • Suncoast Center for Community Mental Health (2960 Roosevelt Blvd., 2188 58th St. North): Mental health resource center for adults and children, as well as those with substance abuse issues. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 110 • Directions for Living (1437 S. Belcher Rd.): Provides behavioral health service for adults and children, including substance abuse treatment. • Operation PAR (6150 150th Ave. N.): Provides outpatient and inpatient detox programs for adults Employment Resources • CareerSource Pinellas (multiple Pinellas County locations): A one-stop career resource center designed to meet education, training, employment, or supportive service needs. LIST AND DESCRIBE SERVICES AND FACILITIES THAT MEET THE NEEDS OF HOMELESS PERSONS, PARTICULARLY CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS AND THEIR FAMILIES, AND UNACCOMPANIED YOUTH. IF THE SERVICES AND FACILITIES ARE LISTED ON SCREEN SP-40 INSTITUTIONAL DELIVERY STRUCTURE OR SCREEN MA-35 SPECIAL NEEDS FACILITIES AND SERVICES, DESCRIBE HOW THESE FACILITIES AND SERVICES SPECIFICALLY ADDRESS THE NEEDS OF THESE POPULATIONS Several non-profit providers and faith-based organizations offer services to the homeless population, which include emergency shelter. These providers include, but are not limited to, the following organizations: • Boley Centers (1447 Gulf to Bay Blvd.): Transitional housing for homeless veterans in recovery. • Catholic Charities/Pinellas Hope (5726 126 Ave. N.): Self-sufficiency counseling, temporary shelter, and permanent supportive housing for homeless men and women. • Family Resources, Inc. “SafePlace2B” (1615 Union St.): Emergency shelter at-risk and unaccompanied youth. • Homeless Empowerment Program (HEP) (1120 N. Betty Ln.): Emergency and transitional housing for homeless men, women, single parents, and families with children. • Kimberly Home (1189 NE Cleveland St.): Transitional shelter for pregnant homeless women. • HOPE Villages of America (formerly Religious Community Services) (1552 S. Myrtle Ave., 700 Druid Rd., etc.): Homeless prevention, food pantry, emergency shelter, transitional housing, and “The Haven” domestic violence services. • Salvation Army (1521 Druid Rd. E.): Self-sufficiency counseling, transitional housing for families with children, food pantry, etc. • St. Vincent de Paul Society (1345 Park St.): Soup kitchen for homeless persons. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 111 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 112 MA-35 Special Needs Facilities and Services INTRODUCTION This section describes facilities and services that assist people who are not homeless but require supportive housing and programs. These populations may include elderly and frail elderly people, people with disabilities, people with alcohol or drug addictions, people with HIV/AIDS, or other groups. Such facilities and services include units that are barrier-free and physically accessible, units with on-site supportive services such as case management, counseling and healthcare, and units that are affordable to people on a fixed or limited income. INCLUDING THE ELDERLY, FRAIL ELDERLY, PERSONS WITH DISABILITIES (MENTAL, PHYSICAL, DEVELOPMENTAL), PERSONS WITH ALCOHOL OR OTHER DRUG ADDICTIONS, PERSONS WITH HIV/AIDS AND THEIR FAMILIES, PUBLIC HOUSING RESIDENTS AND ANY OTHER CATEGORIES THE JURISDICTION MAY SPECIFY, AND DESCRIBE THEIR SUPPORTIVE HOUSING NEEDS Elderly & Frail Elderly The elderly, and particularly the frail elderly, require supportive housing, including units that are barrier- free and accessible to the disabled, units with on-site supportive services, and units that are affordable to persons on a fixed-income. The elderly population with housing needs continue to be an area of focus in Clearwater. CDBG funds may be used to provide assistance with maintenance so that the elderly can remain in their homes for as long as possible. Those with fixed incomes, such as the elderly and disabled, are particularly impacted by the rising costs of fuel, utilities, and food. There are not enough resources or funds to provide for this population; however, several organizations in Pinellas County, such as Meals on Wheels and the Area Agency on Aging of Pasco-Pinellas, offer assistance. Persons with Disabilities (Mental, Physical, Developmental) Disabled persons require barrier-free housing that is also affordable. Accessibility retrofits tend to be expensive and homes with such features tend to be higher in value. In contrast, income levels for the disabled (mentally, physically or developmentally) tend to be lower than median area income, resulting in affordability concerns. While new multi-family units are required to have accessibility for such populations, older units tend to be lacking such features. Moreover, people with mental or developmental disabilities often require supportive housing that includes on-site services. Several July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 113 organizations exist within Pinellas County to serve this population, including Lighthouse of Pinellas, PARC, Abilities, Inc., and The Arc of Tampa Bay, among others. Persons with Alcohol or Drug Addictions People with addictions may require temporary housing and treatment. This type of housing can include beds for extended stay and counseling rooms for on-site services. In Florida, services for people with alcohol or drug addictions are coordinated by the Substance Abuse and Mental Health (SAMH) program in the Florida Department of Children and Families (DCF). Additionally, there are several organizations within Pinellas County that provide substance abuse services. These include Operation PAR, Directions for Living, and Suncoast Center for Community Mental Health. Persons with HIV/AIDS People living with HIV/AIDS face particular challenges with regard to supportive housing. Many are experiencing physical disability, loss of employment, and lack of income resulting in a need for more stable housing. Clearwater does not receive an annual allocation of Housing Opportunities for People with AIDS (HOPWA); however, several organizations exist within Pinellas County to serve this population, including the Florida Department of Health in Pinellas County, Metro Inclusive Health, Pinellas Cares Clinic, Metropolitan Charities, and Empath Partners in Care (EPIC) (Opening in Clearwater on May 1st, 2025), among others. Other Groups People leaving a violent domestic situation are often homeless at first. The availability of emergency and transitional housing is critical to preventing their return to such a situation. Most of the needs for this group are related to shelter and counseling. Runaway youth require similar housing and counseling services. In Pinellas County, such services are provided by Hope Villages of America’s “The Haven” and Family Resources, Inc. “SafePlace2B” programs. DESCRIBE PROGRAMS FOR ENSURING THAT PERSONS RETURNING FROM MENTAL AND PHYSICAL HEALTH INSTITUTIONS RECEIVE APPROPRIATE SUPPORTIVE HOUSING Households with mental or physical health issues face barriers to safe, decent and affordable housing. Often, people with mental or physical issues are discharged from institutions but are then unable to find July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 114 independent housing that they can afford or reasonably maintain. A number of homeless people have been discharged from institutions with no other housing options. The City of Clearwater will work with the Homeless Leadership Alliance of Pinellas and other homeless service providers to implement a cohesive, community-wide discharge coordination policy that can be successfully implemented to ensure that people being discharged from publicly funded agencies and institutions do not become homeless upon release. Programs currently meeting such need include HOPE Villages of America, HEP, Salvation Army, Boley Centers, Pinellas Safe Harbor, and Operation PAR. SPECIFY THE ACTIVITIES THAT THE JURISDICTION PLANS TO UNDERTAKE DURING THE NEXT YEAR TO ADDRESS THE HOUSING AND SUPPORTIVE SERVICES NEEDS IDENTIFIED IN ACCORDANCE WITH 91.215(E) WITH RESPECT TO PERSONS WHO ARE NOT HOMELESS BUT HAVE OTHER SPECIAL NEEDS. LINK TO ONE-YEAR GOALS. 91.315(E) Clearwater seeks to assist low-income households with their housing and community development needs, and these programs may also be supportive to people with special needs. These programs include: • Hope Villages of America, Safe House Rehabilitation • Area Agency on Aging of Pasco-Pinellas, Chore Services Program • The Arc of Tampa Bay, Facility Improvements • Miracles Outreach, Youth Support • CDBG Program, Home Rehabilitation Program • CDBG Revolving Loan Program/Housing Pool • HOME Program, Rehabilitation/Purchase (reconstruction, homebuyer subsidy, and rehabilitation) • Community Housing Development Organization (CHDO) Set-aside FOR ENTITLEMENT/CONSORTIA GRANTEES: SPECIFY THE ACTIVITIES THAT THE JURISDICTION PLANS TO UNDERTAKE DURING THE NEXT YEAR TO ADDRESS THE HOUSING AND SUPPORTIVE SERVICES NEEDS IDENTIFIED IN ACCORDANCE WITH 91.215(E) WITH RESPECT TO PERSONS WHO ARE NOT HOMELESS BUT HAVE OTHER SPECIAL NEEDS. LINK TO ONE-YEAR GOALS. (91.220(2)) See response, above (previous question and response). July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 115 MA-40 Barriers to Affordable Housing DESCRIBE ANY NEGATIVE EFFECTS OF PUBLIC POLICIES ON AFFORDABLE HOUSING AND RESIDENTIAL INVESTMENT This section requires the jurisdiction to explain whether the cost of housing or the incentives to develop, maintain, or improve affordable housing are affected by public policies, particularly those of the local jurisdiction. Such policies include land use controls, zoning ordinances, building codes, and policies that affect the return on residential investment. The City of Clearwater has several programs that it utilizes to remove or ameliorate the negative effects of public policies that are barriers to affordable housing. These programs are documented in the City’s 2025 Local Housing Assistance Plan (LHAP) and related City of Clearwater 2024 Local Housing Incentives Strategies (LHIS) report. Barriers to affordable housing, as identified in the City’s LHAP, LHIS and AHAC documents, include the following: • Lack of information about the permitting process for affordable housing projects • Renter cost burden due to high cost of rent/utilities and related transportation issues (i.e., proximity to affordable housing) • Lack of affordable housing for senior citizens • Rising interest rates and insurance costs for homeownership • Investor real estate competition • Condominium assessments In general, Clearwater will continue to work with non-profit housing developers and providers to increase the amount of affordable housing. The city will do this primarily through the Economic Development and Housing Department, its Affordable Housing Advisory Committee (AHAC) and Neighborhood and Affordable Housing Advisory Board (NAHAB), and through regular preparation of its LHAP and LHIS reports for the State Housing Initiatives Partnership (SHIP) program. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 116 MA-45 Non-Housing Community Development Assets INTRODUCTION The Consolidated Plan provides a concise summary of the City’s priority non-housing community development needs that are eligible for assistance. The following section describes the economic development needs of Clearwater. This section also provides data regarding the local economic condition of the jurisdiction and compares the ability of the local workforce to satisfy the needs of local businesses. Much of this data can be used to describe the level of housing demand in the local market. This section discusses the following topics: • Business by Sector • Labor Force • Occupations by Sector • Travel Time to Work • Educational Attainment • Median Earnings in the Past 12 Months • Additional Narrative July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 117 ECONOMIC DEVELOPMENT MARKET ANALYSIS TABLE 41: BUSINESS ACTIVITY Business by Sector Number of Workers Number of Jobs Share of Workers, % Share of Jobs, % Jobs less workers, % Agriculture, Mining, Oil & Gas Extraction 272 73 0% 0% 0% Arts, Entertainment, Accommodations 6,242 11,379 11% 17% 6% Construction 3,832 3,058 7% 5% -2% Education and Health Care Services 11,095 13,554 20% 20% 0% Finance, Insurance, and Real Estate 6,124 5,102 11% 8% -3% Information 1,087 1,092 2% 2% 0% Manufacturing 3,085 2,090 6% 3% -3% Other Services 3,754 1,978 7% 3% -4% Professional, Scientific, Management Services 8,233 13,113 15% 19% 4% Public Administration 2,044 5,077 4% 7% 3% Retail Trade 6,302 9,841 11% 14% 3% Transportation and Warehousing 2,353 576 4% 1% -3% Wholesale Trade 1,222 1,735 2% 3% 1% Total 55,645 68,668 100% 100% Data Source: 2019-2023 ACS (Workers), 2022 Longitudinal Employer-Household Dynamics (Jobs) Table 41 – Business Activity Information provided in Table 41 identifies workers and jobs within Clearwater by sector. This information is divided into 13 sectors by number of workers, number of jobs and then calculations of the ratio of workers to jobs by business sector. According to the 2019-2023 ACS, there are 55,645 workers within all business sectors identified in Clearwater. The number of jobs within all sectors is estimated to be 68,668according to the 2022 Longitudinal Employer-Household Dynamics data published by the U.S. Census Bureau. The largest share of workers is within the Education and Health Care Services sector (20%). Workers in the Professional, Scientific, and Management sector comprise 15%. Workers in the Agriculture, Mining, Oil and Gas Extraction sector and Information sector comprise the smallest percentage of workers (less than 1%). In regard to the share of jobs, the largest share of jobs is within the Education and Health Care Services sector (20%). Jobs in the Professional, Scientific, Management Services sector (19%) and Arts, Entertainment and Accommodation (17%) sectors are also well-represented. The Agriculture, Mining, Oil July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 118 and Gas Extraction sector and Information sector account for the smallest percentages of jobs (less than 1%). By comparing the share of workers to share of jobs, it can be determined within which sectors there are deficiencies to be addressed. The calculation of “jobs less workers” is the percentage of jobs less the percentage of workers. A negative number reflects an oversupply of labor for the sector. As Table 41 shows, within Clearwater there are fewer jobs than workers within five (5) business sectors: Construction; Finance, Insurance, and Real Estate; Manufacturing; Other Services; and Transportation and Warehousing. This means that workers in these business sectors may have more difficulty finding a job that matches their skillset. In contrast, there may be more jobs than workers in five (5) business sectors: Arts, Entertainment, and Accommodations; Professional, Scientific, Management Services; Public Administration; Wholesale Trade; and Retail Trade. This means that workers from outside Clearwater may be meeting the needs of the local job market for these sectors. Agriculture, Mining, Oil and Gas Extraction; Education and Healthcare Services; and Information have balanced shares of workers and jobs. TABLE 42: LABOR FORCE Labor Force Number of People Total Population in the Civilian Labor Force* 58,399 Civilian Employed Population 16 years and over 55,645 Unemployment Rate 4.7 Unemployment Rate for Ages 16-24 8.5 Unemployment Rate for Ages 25-65 4.7 Data Source: 2019-2023 ACS *Universe: population 16 years and over Table 42 – Labor Force Table 42 portrays the labor force within Clearwater. According to the 2019-2023 ACS, the total population within the city in the civilian labor force is 58,399. This number includes the number of civilian workers plus those actively seeking employment and does not include those who are not actively seeking employment. The number of civilian population 16 years and over who are employed totals 55,645. According to 2019-2023 ACS estimates, the City’s unemployment rate is 4.7% (2,615). The unemployment rate for July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 119 ages 16-24 is much higher than for the city as a whole. The unemployment rate for those between the ages of 16-24 is approximately 8.5% while for ages 25-65 the unemployment rate is approximately 4.7%. TABLE 43: OCCUPATIONS BY SECTOR Occupations by Sector Number of People Median Earnings ($) Management, business and financial 10,911 $78,482 Farming, fisheries and forestry occupations 133 $39,135 Service 9,961 $27,575 Sales and office 12,955 $35,929 Construction, extraction, maintenance and repair 4,270 $44,920 Production, transportation and material moving 5,024 $28,277 Data Source: 2019-2023 ACS *Universe: Civilian employed population 16 years and over with earnings (past 12 months) Table 43 – Occupations by Sector Table 43 displays occupations by Sector within Clearwater according to the 2019-2023 ACS. Sales and office occupations account for the largest number of occupations with 12,955 people. The Service sector (9,961 people) and management, business, and financial sector (10,911 people) are also well- represented. The least represented sector in Clearwater is farming, fisheries, and forestry (133 people). Of these occupations, median earnings are highest in Management, Business, and Financial occupations ($78,482), whereas median earnings are lowest in the Service occupations ($27,575). TABLE 44: TRAVEL TIME Travel Time Number Percentage < 30 Minutes 28,894 66% 30-59 Minutes 12,661 29% 60 or More Minutes 2,012 5% Total 43,567 100% Data Source: 2019-2023 ACS *Universe: population not working at home Table 44 – Travel Time As shown in Table 44, the majority of Clearwater residents commute less than 30 minutes to work (66%). A notable percentage travel 30-59 minutes (29%) with a small percentage commuting more than one hour (5%). Sixty-five percent (65%) of Clearwater workers drive to work alone and 8% carpool. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 120 According to 2019-2023 ACS estimates, for those who commute to work the average travel time is 23.2 minutes one-way. EDUCATION TABLE 45: EDUCATIONAL ATTAINMENT BY EMPLOYMENT STATUS Educational Attainment In Labor Force, Civilian Employed In Labor Force, Unemployed Not in Labor Force Less than high school graduate 3,767 172 1,887 High school graduate (includes equivalency) 10,965 627 4,646 Some college or Associate's degree 13,425 969 3,888 Bachelor's degree or higher 17,262 461 3,226 Data Source: 2019-2023 ACS *Universe: population 25 to 64 years (Civilian) Table 45 – Educational Attainment by Employment Status Table 45 displays Educational Attainment by Employment Status. Within Clearwater, the highest numbers of employed are those with a Bachelor’s degree or higher (17,262) and those with some college or an Associate’s degree (13,425). Moreover, a significant number of employed are high school graduates (10,965). Approximately 8% of the civilian employed population never graduated from high school. The highest numbers of unemployed are those with some college or Associate’s degree (969) and high school graduates (627). Approximately 21% of the unemployed population have a Bachelor’s degree or higher; and 8% of the unemployed population never graduated from high school. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 121 TABLE 46: EDUCATIONAL ATTAINMENT BY AGE Educational Attainment Age, 18–24 yrs Age, 25–34 yrs Age, 35–44 yrs Age, 45–65 yrs Age, 65+ yrs Less than 9th grade 230 274 690 1,126 938 9th to 12th grade, no diploma 905 881 712 2,143 1,316 High school graduate, GED, or alternative 3,357 4,531 2,796 8,914 9,700 Some college, no degree 1,898 3,212 2,550 6,679 5,852 Associate's degree 854 1,769 1,287 2,881 1,932 Bachelor's degree 867 3,312 3,431 7,404 4,220 Graduate or professional degree 42 1,305 1,723 3,778 3,759 Data Source: 2019-2023 ACS *Universe: population age 18 years and over Table 46 – Educational Attainment by Age Table 46 shows Educational Attainment by Age. A significant population over the age of 18 (9,215 or 9%) in Clearwater did not graduate from high school. Approximately half of adults (49,489 or 51%) graduated from high school or have some college education but no college degree. Combined, nearly 60% of the population 18 years or older (58,704 adults) do not have a college degree. TABLE 47: EDUCATIONAL ATTAINMENT – MEDIAN EARNINGS IN THE PAST 12 MONTHS Educational Attainment Median Earnings in the Past 12 Months ($) Less than high school graduate $30,521 High school graduate (includes equivalency) $35,363 Some college or Associate's degree $42,623 Bachelor's degree $61,925 Graduate or professional degree $72,274 Data Source: 2019-2023 ACS *Universe = population 25 years and over w/earnings **2023 inflation-adjusted dollars Table 47 – Median Earnings in the Past 12 Months Table 47 identifies income over a 12-month period as it relates to educational attainment in Clearwater. The data shown is based on 2019-2023 ACS estimates. Greater educational attainment strongly correlates with increased income over a 12-month period. In Clearwater, people with a graduate or professional degree have an estimated median income of $72,274 and people having a Bachelor’s degree have a median income of $61,925. In contrast, people with some college or an Associate’s July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 122 degree have a median income of $42,623. Similarly, those with a high school diploma or equivalency have a median income of $35,363 and those without a high school diploma or equivalency have a median income of $30,521. BASED ON THE BUSINESS ACTIVITY TABLE ABOVE, WHAT ARE THE MAJOR EMPLOYMENT SECTORS WITHIN YOUR JURISDICTION? The major employment sectors in Clearwater are Education and Health Care Services; Professional, Scientific, and Management; Arts, Entertainment, Accommodations; and Retail Trade. Combined, these employment sectors represent approximately 70% of all available jobs in Clearwater. DESCRIBE THE WORKFORCE AND INFRASTRUCTURE NEEDS OF THE BUSINESS COMMUNITY The data show that there may be more jobs than workers in five (5) business sectors: Arts, Entertainment, and Accommodations; Professional, Scientific, Management Services; Public Administration; Wholesale Trade; and Retail Trade. This means that workers from outside Clearwater may be meeting the needs of the local job market for these sectors. Since a large percentage of Clearwater’s population lacks a college education, there may be a demand for adult basic education, workforce training and other education opportunities to better match the needs of employers with employees skilled in areas such as retail and wholesale trade, education, healthcare, finance, and the hospitality industry. Education and finance jobs, in particular, typically require a bachelor’s degree or higher, whereas jobs in the retail and wholesale trade, hospitality, and healthcare sectors typically require a high school diploma or equivalency, some college, or an Associate’s degree. With that, there are several private and public educational institutions, as well as workforce training initiatives, available in Pinellas County to address this need. DESCRIBE ANY MAJOR CHANGES THAT MAY HAVE AN ECONOMIC IMPACT, SUCH AS PLANNED LOCAL OR REGIONAL PUBLIC OR PRIVATE SECTOR INVESTMENTS OR INITIATIVES THAT HAVE AFFECTED OR MAY AFFECT JOB AND BUSINESS GROWTH OPPORTUNITIES DURING THE PLANNING PERIOD. DESCRIBE ANY NEEDS FOR WORKFORCE DEVELOPMENT, BUSINESS SUPPORT OR INFRASTRUCTURE THESE CHANGES MAY CREATE Located in urban Pinellas County, Clearwater competes for business development with other established communities. Thus, the city must position itself to facilitate economic development. Neighborhood revitalization, technical support, and redevelopment projects are priorities for the city. Clearwater will July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 123 continue to support economic development through the implementation of the City’s Community Redevelopment Agency (CRA) and Neighborhood Revitalization Strategy Areas (NRSAs). The CRA finances improvements to the downtown area and considers incentives for projects that provide catalytic change. The City regularly publishes an available property database and other marketing pieces to promote reinvestment (“Businesses Choose Clearwater” Program, US 19 Corridor Development Opportunities program and numerous incentive Programs). Incentive programs offered by the city include Business Growth Incentives, Economic Development Job Creation Tax Refunds, Credits and Grants; Special Opportunity Incentives; and Sales Tax Exemptions, among others. In early 2020, the city was faced with the unforeseen challenge of the coronavirus (COVID-19) pandemic. The subsequent affordability crisis precipitated by the COVID-19 pandemic has continued to be a focus for the City’s approach to economic development to address more specific and urgent economic needs in the community. In response, the city has reprogrammed CDBG and HOME funding for foreclosure prevention and housing assistance. Likewise, conditions were made worse in 2024 when the city was severely impacted by both Hurricane Helene and Milton. Over the next five-year period, the City will continue to seek ways to assist the small business community with financial recovery while also supporting strategic redevelopment projects as feasible. HOW DO THE SKILLS AND EDUCATION OF THE CURRENT WORKFORCE CORRESPOND TO EMPLOYMENT OPPORTUNITIES IN THE JURISDICTION? Of the unemployed labor force in Clearwater, only 21% have a bachelor’s degree or higher. Of the total population age 18 and older, 31% have a bachelor’s degree or higher. Within five (5) business sectors there is a potential oversupply of labor where there are more workers than jobs: Construction; Finance, Insurance, and Real Estate; Manufacturing; Other Services; and Transportation and Warehousing. This means that workers in these business sectors may have more difficulty finding a job that matches their skillset. Within Clearwater there are fewer workers than jobs within five (5) business sectors: Arts, Entertainment, and Accommodations; Professional, Scientific, Management Services; Public Administration; Wholesale Trade; and Retail Trade. This means that workers from outside of Clearwater may be meeting the employment needs of these business sectors because there are not enough skilled workers in the jurisdiction for these sectors. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 124 DESCRIBE ANY CURRENT WORKFORCE TRAINING INITIATIVES, INCLUDING THOSE SUPPORTED BY WORKFORCE INVESTMENT BOARDS, COMMUNITY COLLEGES AND OTHER ORGANIZATIONS. DESCRIBE HOW THESE EFFORTS WILL SUPPORT THE JURISDICTION'S CONSOLIDATED PLAN The city continues to coordinate with Pinellas County on economic development activities to better market to, attract, and retain businesses and develop the City’s resident workforce. The following workforce training initiatives are available to residents of Clearwater: • Clearwater Housing Authority • Tampa Bay Partnership (Regional) • Florida Commerce (Formerly Enterprise Florida) (State) • Local and Community Colleges (i.e., Small Business Development Center) • CareerSource Pinellas Workforce Development Board (i.e., WorkNet) These initiatives support the development of a skilled workforce to meet the employment demands of the market. DOES YOUR JURISDICTION PARTICIPATE IN A COMPREHENSIVE ECONOMIC DEVELOPMENT STRATEGY (CEDS)? Yes, through the Tampa Bay Regional Planning Council’s 2023-2027 Tampa Bay Comprehensive Economic Development Strategy (CEDS) planning document that includes Pinellas County and its jurisdictions. Additionally, the City of Clearwater maintains its own Economic Development Strategic Plan approved by the City Council. This Economic Development Strategic Plan is expected to be updated in the coming years. IF SO, WHAT ECONOMIC DEVELOPMENT INITIATIVES ARE YOU UNDERTAKING THAT MAY BE COORDINATED WITH THE CONSOLIDATED PLAN? IF NOT, DESCRIBE OTHER LOCAL/REGIONAL PLANS OR INITIATIVES THAT IMPACT ECONOMIC GROWTH Located in urban Pinellas County, Clearwater’s opportunities for growth and reinvestment occur in the form of redevelopment. Several redevelopment efforts are either in progress or have been completed, particularly through the Community Redevelopment Agency (CRA) and other initiatives, including the City’s US-19 Corridor Development Opportunities program. The following are priority activities to attract more business and create more jobs in Clearwater: • Community Redevelopment Agency (Downtown) July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 125 • US 19 Corridor Development Opportunities Program • Business friendly initiatives (Business Choose Clearwater Program) • Formal incentives policy • Business retention and expansion program • Leveraging tourism marketing for economic development DISCUSSION According to the 2019-2023 ACS, the Clearwater labor force is comprised of approximately 58,399 people, of which approximately 95.3% are employed and 4.7% are unemployed. The largest labor (i.e., workers) sectors in Clearwater are education and healthcare services; professional, scientific, and management; and retail trade. Like in most cities, higher median earnings generally correlate with higher education. The highest median earnings in Clearwater are in occupations such as management, business, and financial, while the lowest median earnings are in service occupations. Approximately 30% of Clearwater’s adult population has a high school diploma or equivalent, whereas 31% of the City’s population has a Bachelor’s, graduate or professional degree. While there may be a need for workforce training, there are also several workforce training initiatives in Pinellas County to meet this need. Approximately 66% of Clearwater’s population drives less than 30 minutes to get to work, and approximately 95% of Clearwater’s population drives less than one hour to get to work. This means that most employees live locally or within the Tampa Bay region. The city has several initiatives in place to promote economic opportunity, including the CRA and related corridor plans and programs, as well as an Economic Development Strategic Plan approved by the City Council. The city continues to target the downtown and surrounding neighborhoods as designated NRSAs for both commercial and residential reinvestment. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 126 MA-50 Needs and Market Analysis Discussion ARE THERE AREAS WHERE HOUSEHOLDS WITH MULTIPLE HOUSING PROBLEMS ARE CONCENTRATED? (INCLUDE A DEFINITION OF "CONCENTRATION") In the past five years, the City focused the majority of its CDBG-funded activities in eligible block groups (i.e., areas of low- and moderate-income concentration). Generally, these same areas are also disproportionately affected by housing problems, such as overcrowding, substandard conditions, or significant cost burden. Given that less than half of the City’s housing stock was built after 1980, housing problems are prevalent in units built prior to 1980 that are now 45 years old. According to the 2019-2023 ACS, an estimated 39% (19,238) of the City’s occupied housing units have one housing problem. In contrast, only 2% (1,195) of occupied housing units have multiple (i.e., two or more) housing problems. The majority (59% or 29,476) of occupied housing units have no housing problems. Table 48 (Supplemental Table 2) shows Census Tracts with concentrations of multiple housing problems (i.e., two or more problems), many of which align with CDBG-eligible areas in the City. For this analysis, “concentration” is defined where the percentage of occupied housing units with multiple housing problems is higher than that of the City as a whole (i.e., more than 2%). Concentrations of multiple housing problems generally correspond to low- and moderate-income block groups, particularly in the North Greenwood, Lake Bellevue, and Downtown Gateway NRSAs. In comparison, occupied units with at least one housing problem are distributed throughout the City and within every Census Tract, with the tract-level percentage of affected units ranging from 17% to 67%. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 127 TABLE 48: CONCENTRATIONS OF MULTIPLE HOUSING PROBLEMS Census Tract # of Housing Units with Multiple (i.e., two or more) Housing Problems % of Housing Units with Multiple (i.e., two or more) Housing Problems % of Low/Moderate Income Persons Geographic Area Citywide (Base, All) 1,195 2.39% 47.47% Citywide (All) 255.07 35 2.50% 58.60% Eagle Lake Park Area 268.18 35 2.54% 69.25% Cliff Stephens Park/Kapok Park (Between Drew Street and Alligator Creek) 261.01 23 2.60% 50.12% North Greenwood NRSA 268.11 71 2.80% 25.06% Countryside Country Club 263 82 2.87% 64.03% North Greenwood NRSA/Clearwater County Club (North of Drew Street) 268.19 48 4.14% 51.11% North of Gulf-to-Bay Blvd., between US Highway 19 and McMullen Booth Rd. 265.02 57 4.63% 52.64% North of Drew St., between Highland Ave. and Keene Rd. (Lake Lucille Park/Hobart Lake/Sid Lickton Complex, Glenwood Park) 258 78 5.02% 62.45% Lake Bellevue NRSA 262 70 7.71% 78.26% North Greenwood NRSA 259.02 120 11.44% 49.76% Downtown Clearwater 267.05 178 12.70% 49.43% North and South of Sunset Point Rd. between Keene Rd. and Belcher Rd. (Montclair Park/Frank Tack Park/Beckett Lake) 264.02 174 13.47% 89.65% Downtown Gateway NRSA 268.13 232 15.49% 40.54% Lake Chautauqua Area (Between Sunset Point Road and Enterprise Road) Data Source: 2019-2023 ACS; HUD FY 2024 Low- and Moderate-Income Summary Data (LMISD) based on 2016-2020 ACS Table 48 – Concentrations of Multiple Housing Problems (Supplemental Table 2) ARE THERE ANY AREAS IN THE JURISDICTION WHERE RACIAL OR ETHNIC MINORITIES OR LOW-INCOME FAMILIES ARE CONCENTRATED? (INCLUDE A DEFINITION OF "CONCENTRATION") The lowest income areas of Clearwater are most affected by housing problems and in need of community investment. Unfortunately, these areas are widespread. Fifty (50) of the City’s 116 Block July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 128 Groups have a low- and moderate-income population of 51% or greater. These block groups are distributed throughout the City. An area of concentration is defined herein as an area where a certain group (racial, ethnic, or income) comprises a percentage of the population that is 10 percentage points higher than the jurisdiction as a whole. Several Census Tracts meet this definition for race. The City of Clearwater as a whole has a Black/African American population of 10%. Six (6) Census Tracts, 255.05, 258, 261.01, 262, 263, and 264.02, have Black/African American population greater than 20% according to the 2019-2023 ACS. These Census Tracts are located in the City’s Neighborhood Revitalization Strategy Areas (NRSAs) of North Greenwood, Lake Bellevue, and Downtown Gateway, and in neighborhoods immediately adjacent to those NRSAs. If all minority races are considered, the City of Clearwater as a whole has a racial minority population of 30%. Eight (8) Census Tracts, 255.05, 258, 261.01, 262, 263, 264.02, 267.04, and 268.18, have a minority population greater than 40%. These Census Tracts are located in the City’s NRSAs of North Greenwood, Lake Bellevue, and Downtown Gateway, in neighborhoods immediately adjacent to those NRSAs, and in East Clearwater north of Drew Street between Belcher Road and McMullen Booth Road. Additionally, several Census Tracts meet this definition for ethnicity. The City of Clearwater as a whole has a Hispanic or Latino population of 21%. Two (2) Census Tracts, 264.02, and 268.18 are greater than 31% Hispanic according to 2019-2023 ACS. Census Tract 264.02 corresponds to the Downtown Gateway District (formerly known as East Gateway District), whereas Census Tract 268.18 is located in East Clearwater, north of Drew Street between US Highway 19 and McMullen Booth Road. Many of the areas identified as having high concentrations of minority racial or ethnic groups also have a high percentage of low- and moderate-income households and generally align with the City’s Neighborhood Revitalization Strategy Areas. Although these concentrations exist, the data provided in the Market Analysis show that all residents of low- and moderate-income, regardless of race or ethnicity, may have significant housing needs. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 129 WHAT ARE THE CHARACTERISTICS OF THE MARKET IN THESE AREAS/NEIGHBORHOODS? All of the City’s NRSAs are characterized by older housing stock, a lack of owner equity, sporadic “strip” commercial development that is not compliant with City codes for zoning conformity or accessibility, and property values that are generally depressed in comparison to the balance of the City. For all NRSAs, a large percentage of the population is considered low- to moderate-income and a significant percentage of the population is living below poverty level. The Lake Bellevue NRSA and North Greenwood NRSA are predominately residential. The Downtown Gateway District NRSA is a mix of residential and commercial. While most of the residential development is single-family, there are many multi-family structures and the majority of housing units are renter-occupied. The Downtown Gateway District NRSA also has a higher rate of vacancy and a higher rate of poverty than other areas of the City. Property values are also low in comparison. ARE THERE ANY COMMUNITY ASSETS IN THESE AREAS/NEIGHBORHOODS? Each of the NRSAs, with the exception of the Downtown Gateway District, has a central recreation and aquatic complex that serves as a community asset for recreation, meetings/activities, and after school programming. Like in many neighborhoods, the residents themselves are a strong asset for economic development. Organization at the neighborhood-level combined with other means, including CDBG assistance, is the primary asset for positive change in Clearwater’s low- and moderate-income neighborhoods. ARE THERE OTHER STRATEGIC OPPORTUNITIES IN ANY OF THESE AREAS? Strategic financial support of community development projects such as public parks and civic spaces, utilities and infrastructure, sidewalk and street improvements, blight elimination, and regular code enforcement will benefit these areas the most. Additionally, underutilized or vacant properties may be pursued for redevelopment through the City’s CRA and overlay district initiatives. For example, a 2014 Urban Land Institute (ULI) Report estimated that the downtown, if redeveloped, could support 400-600 new rental units or 150-250 rehabilitated or new construction for-sale housing units, which would improve the availability of housing proximate to these areas. This is particularly relevant for the Downtown Gateway District, where redevelopment opportunity is greatest. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 130 MA-60 Broadband Needs of Housing occupied by Low- and Moderate-Income Households DESCRIBE THE NEED FOR BROADBAND WIRING AND CONNECTIONS FOR HOUSEHOLDS, INCLUDING LOW- AND MODERATE-INCOME HOUSEHOLDS AND NEIGHBORHOODS According to the National Broadband Availability Map (NBAM) created by the National Telecommunication and Information Administration (NTIA) of the Department of Commerce, as well as the NTIA’s BroadbandUSA initiative, broadband internet access is critical in supporting economic opportunity among low- and moderate-income households. Access to the internet supports a household connection to employment, education, and healthcare, as well as government services and social networks. For example, in today’s society, simply applying for a job, completing a homework assignment, or even making a doctor’s appointment is dependent on internet access. Therefore, all low- and moderate-income neighborhoods need access to broadband wiring and connections in order for residents to participate equitably in society. Although most neighborhoods in the City of Clearwater already have broadband wiring and connections in-place, according to the NTIA, the primary reasons why lower income households do not utilize broadband service are two-fold: (1) there is no working computer in the household and/or (2) internet service subscriptions are unaffordable. Because sufficient service provider coverage already exists in the City of Clearwater (see below), the main barriers to digital inclusion and thus equitable participation in society include limited access to working computers and the high cost of internet service subscriptions. DESCRIBE THE NEED FOR INCREASED COMPETITION BY HAVING MORE THAN ONE BROADBAND INTERNET SERVICE PROVIDER SERVE THE JURISDICTION According to the Federal Communications Commission (FCC) Fixed Broadband Deployment Map (https://broadbandmap.fcc.gov), the City of Clearwater is already well-served by broadband providers. The broadband technology available in the city includes cable, fiber, fixed wireless, satellite, and other mediums. As defined by the FCC, broadband capability requires consumers to have access to actual download speeds of at least 25 Mbps and actual upload speeds of at least 3 Mbps (i.e., 25/3 Mbps). Nearly the entire city (99.99% of the population) is served by three or more fixed residential broadband providers at speeds of up to 25/3 Mbps (downstream/upstream, June 2024). This is equal to the statewide percentage of 99.99%. Likewise, broadband speeds of 100/20 Mbps now cover the entire city July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 131 with 99.99% coverage. For speeds greater than 100/20 Mbps (e.g. 250/25), service is less available and more area dependent. For example, while most of the City’s core is served adequately with broadband offering speeds of 250/25 Mbps, many areas at the City’s periphery to the south and east are less covered with broadband offering speeds of 250/25 Mbps or greater. These areas include downtown Lake Bellevue, Sherwood Gardens (Clearwater Airpark) as well as neighborhoods around Clearwater Mall. However, for typical speeds, the City already has sufficient competition between broadband service providers. For CDBG-eligible areas, most low- and moderate-income neighborhoods are already served by three or more providers at speeds of up to 25/3 Mbps. The broadband service providers in these areas include Frontier Communications Corporation (ADSL, Fiber), WideOpenWest Finance, LLC (Cable, Fiber), Charter Communications (Cable), Space Exploration Technologies Inc. (Satellite), and Hughes Network Systems, LLC (Satellite) [Source: Broadband availability in Federal Communications Commission (FCC) Form 477] July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 132 MA-65 Hazard Mitigation DESCRIBE THE JURISDICTION’S INCREASED NATURAL HAZARD RISKS ASSOCIATED WITH CLIMATE CHANGE Tampa Bay Regional Planning Council (TBRPC)’s 2022-2027 Tampa Bay Comprehensive Economic Development Strategy (CEDS) planning document (including Pinellas County and its jurisdictions), identifies resiliency as one of its primary goals. The Tampa Bay region, with its coastal development and tourism industries, has significant exposure to natural disasters/environmental risks due to its geographic location directly on the Gulf of America and Tampa Bay. These risks include flooding of public infrastructure and private property, including impacts to drinking water and wastewater systems. Situated directly on the Gulf of America, Clearwater Harbor/Intracoastal Waterway, and Old Tampa Bay, the City of Clearwater is likely to experience many of these risks first-hand. In September and October of 2024, Clearwater was severely impacted by both Hurricane Helene and Hurricane Milton. Hurricane Helene brought unseen coastal flooding to much of Clearwater, including inland regions, as it traveled along the Pinellas County coastline. Hurricane Milton brought severe winds, coastal flooding, and flash flooding as it made landfall south of Pinellas County as a Category 3 hurricane. President Joe Biden declared a federal state of emergency for Pinellas County on September 23, 2025, for Hurricane Helene, and October 5, 2025, for Hurricane Milton. Governor Ron DeSantis declared a state of emergency on the same days. Based upon the National Oceanic and Atmospheric Administration (NOAA) “High” sea level rise projection from the “Recommended Projection of Sea Level Rise in the Tampa Bay Region” (2019) developed by the Tampa Bay Climate Science Advisory Panel (CSAP), the TBRPC developed maps depicting a 2.95-foot rise in sea level by 2060. This report noted that many coastal areas in Pinellas County, Manatee County, and Hillsborough counties will be inundated, but inundation will not threaten inland areas. Based on the 2.95-foot rise in sea level by 2060, the TBRPC projects that the composite effects of sea- level rise in Pinellas County by 2060 may result in a reduction of 33,000 jobs, 58,000 population, 31,000 labor force participants, $5 billion in gross regional product, and $5 billion in personal income. Cumulatively, between the years 2020 and 2060 (40 years), reductions may be as high as $89 billion in gross regional product and $81 billion in personal income within Pinellas County alone. As one of the July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 133 more populous coastal cities in Pinellas County, the City of Clearwater is also at-risk for these economic effects of sea-level rise. DESCRIBE THE VULNERABILITY TO THESE RISKS OF HOUSING OCCUPIED BY LOW- AND MODERATE-INCOME HOUSEHOLDS BASED ON AN ANALYSIS OF DATA, FINDINGS, AND METHODS Comparing the locations of CDBG-eligible low- and moderate-income block groups within the City of Clearwater to potential inundation from 3-foot sea level rise as mapped by NOAA’s Office for Coastal Management (http://coast.noaa.gov/slr), the most vulnerable households live coastally near Clearwater Beach and downtown, along the floodplain of Stevenson Creek in the North Greenwood neighborhood, or coastally between US 19 or McMullen Booth Road and Old Tampa Bay. Fortunately, the majority of the City’s low- and moderate-income block groups are located inland and may be unaffected by sea level rise. According to the TBRPC, the risks resulting from coastal inundation may include transportation disruptions during storm events, increased costs of homeowner insurance, physical damage to critical infrastructure (including drinking water and wastewater systems), exacerbated nuisance flooding, and increased threats from polluted stormwater run-off into Tampa Bay and the Gulf of America. As land becomes increasingly inundated and unusable, the loss of jobs and increasing housing costs (including property taxes, insurance, and maintenance) will make living in these areas increasingly unaffordable to many, putting some households at risk of homelessness if they cannot afford to relocate. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 134 STRATEGIC PLAN SP-05 Overview STRATEGIC PLAN OVERVIEW The Consolidated Plan process requires the City to identify priority needs and a Strategic Plan to meet those needs over the program years. For every priority, there are goals and objectives established to measure progress, as well as strategies to address them. The Strategic Plan consists of the following subsections: • Overview • Geographic Priorities • Priority Needs • Influence of Market Conditions • Anticipated Resources • Institutional Delivery Structure • Goals Summary • Public Housing Accessibility and Involvement • Barriers to Affordable Housing • Homelessness Strategy • Lead-Based Paint Hazards • Anti-Poverty Strategy • Monitoring The City of Clearwater Strategic Plan is structured around seven (7) goals in administering the City’s housing and community development programs. Each goal is accompanied by corresponding objectives toward meeting that goal. These goals and objectives are as follows: July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 135 GOAL: PROGRAM ADMINISTRATION ADMINISTER THE CITY OF CLEARWATER’S FEDERALLY FUNDED GRANT PROGRAMS TO IMPLEMENT THE GOALS OF THE FIVE-YEAR CONSOLIDATED PLAN. GOAL: HOUSING PROVIDE AVAILABILITY OF, AND ACCESSIBILITY TO, DECENT AFFORDABLE HOUSING FOR THE RESIDENTS OF THE CITY OF CLEARWATER. Objective 1: Preserve the existing housing stock. Objective 2: Increase the availability of affordable housing units. Objective 3: Assist qualified low- and moderate-income households to become homeowners through supporting agencies that provide housing counseling. Objective 4: Provide mortgage assistance for low- and moderate-income homebuyers. Objective 5: Provide rental and utility assistance for low- and moderate-income persons. GOAL: HOMELESSNESS HELP TO PREVENT AND REDUCE HOMELESSNESS WITHIN THE CITY OF CLEARWATER. Objective 1: Support programs that offer shelter facilities and beds for the homeless. Objective 2: Assist agencies that engage in homeless prevention and service programs. GOAL: NON-HOMELESS SPECIAL NEEDS PROVIDE ACCESSIBILITY AND COORDINATION OF SOCIAL SERVICES TO CITY OF CLEARWATER SPECIAL NEEDS POPULATIONS. Objective 1: Support construction, expansion, and improvement of facilities that assist the elderly, frail/elderly, disabled, veterans, and other populations with special needs. Objective 2: Support programs to assist the elderly, frail/elderly, disabled, veterans, and other populations with special needs. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 136 GOAL: COMMUNITY DEVELOPMENT AND PUBLIC SERVICES ENHANCE THE LIVING ENVIRONMENT FOR PERSONS IN LOW- AND MODERATE-INCOME AREAS THROUGH COMMUNITY DEVELOPMENT ACTIVITIES, PUBLIC SERVICE PROGRAMS, AND ELIMINATION OF BLIGHT. Objective 1: Support the construction, expansion, and improvement of public facilities in low- and moderate-income areas. Objective 2: Encourage and support programs that promote neighborhood safety and security, youth accountability and mentoring, and community outreach to underserved populations in low- and moderate-income areas. Objective 3: Support agencies that offer meal and/or food bank services for persons and families of low- and moderate-income. Objective 4: Support the construction, expansion, and improvement of public parks, infrastructure, and utilities in low- and moderate-income areas. Objective 5: Eliminate blighted conditions through code enforcement and demolition in low- and moderate-income areas. GOAL: ECONOMIC DEVELOPMENT SUPPORT PROGRAMS THAT CREATE ECONOMIC OPPORTUNITIES IN THE CITY OF CLEARWATER, PARTICULARLY FOR PERSONS OF LOW- AND MODERATE-INCOME AND IN NEIGHBORHOOD REVITALIZATION STRATEGY AREAS. Objective 1: Support building façade programs in Neighborhood Revitalization Strategy Areas and low- and moderate-income areas. Objective 2: Support non-profit organizations in developing facilities that support the local economy. Objective 3: Support programs that create economic opportunity for low- to moderate-income persons, such as job training and entrepreneurship, small-business start-ups and incubators, and other economic development activities. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 137 GOAL: EMERGENCY / DISASTER RESPONSE PROVIDE ASSISTANCE PRIOR TO, DURING AND AFTER A COMMUNITY EMERGENCY AND/OR DISASTER EVENT TO PREPARE FOR AND/OR MITIGATE LOSS, PROTECT DURING AN EVENT, AND AID WITH RECOVERY. Objective 1: Provide assistance for activities that meet a particular urgent need or to prepare for, respond to, and recover from an event triggering a local, state, or national emergency declaration. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 138 SP-10 Geographic Priorities GENERAL ALLOCATION PRIORITIES Describe the basis for allocating investments geographically within the City. Four (4) areas have been designated as either Local Target Areas or Strategy Areas within the City of Clearwater (see Map 2 and Table 49). These are Citywide Low- and Moderate-Income Areas, Lake Bellevue Neighborhood Revitalization Strategy Area, Downtown Gateway District Neighborhood Revitalization Strategy Area, and North Greenwood Neighborhood Revitalization Strategy Area. These neighborhoods were previously identified in the 2020-2024 Consolidated Plan. The designation of Local Target Areas and Strategy Areas increases the potential for coordinated planning and investment. The areas continued for the 2025-2029 Consolidated Plan were confirmed through the citizen participation process, which consisted of service provider and community meetings, as well as meetings with staff of the City’s Economic Development and Housing Department. Each of these areas meets the eligibility requirements for low‐ and moderate-income benefit. While Local Target Areas and Strategy Areas allow the City to plan and invest in a coordinated manner, they do not limit the City from expending funds in other areas of Clearwater that also meet the eligibility requirements for low‐ and moderate income benefit. City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 139 MAP 2 – Neighborhood Revitalization Strategy Areas Map July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 140 TABLE 49: GEOGRAPHIC AREA 1. Area Name: Citywide Low- and Moderate-Income Areas Area Type: Local Target Area Type of Revitalization Effort: Comprehensive Identify the neighborhood boundaries for this target area. The Citywide Low- and Moderate-Income Areas Local Target Area is bounded by the City of Clearwater incorporated limits and is further limited to CDBG eligible areas (i.e., Block Groups where 51% or more of the population is low- and moderate- income). Include specific housing and commercial characteristics of this target area. See “Needs Assessment” and “Market Analysis”. How did your consultation and citizen participation process help you to identify this neighborhood as a target area? See “The Process.” Identify the needs in this target area. This area includes all eligible low- and moderate-income areas of the City of Clearwater and any housing and/or community development needs identified therein. What are the opportunities for improvement in this target area? See “Strategic Plan”. Are there barriers to improvement in this target area? See “Strategic Plan”. 2. Area Name: Lake Bellevue Neighborhood Revitalization Strategy Area Area Type: Strategy Area HUD Approval Date: 2000 Identify the neighborhood boundaries for this target area. The Lake Bellevue Neighborhood Revitalization Strategy Area (NRSA) is bounded by South Missouri Avenue to the east, South Ft. Harrison Avenue to the west, Chestnut Street/Court Street to the north, and Belleair Road to the south. The Lake Bellevue NRSA corresponds to Census Tract 258.00, Block Groups 2 and 3, and Census Tract 259.01, Block Groups 1, 2, and 3. Include specific housing and commercial characteristics of this target area. All of the City’s NRSAs are characterized by older housing stock, a lack of owner equity, sporadic “strip” commercial development that is not compliant with City codes for zoning conformity or accessibility, and property values that are generally depressed in comparison to the balance of the City. The Lake Bellevue NRSA, in particular, is predominately residential. A large percentage of the population is considered low- to moderate-income and a significant percentage of the population is living below poverty level. According to HUD FY2024 LMISD, based on the 2016-2020 ACS, the Lake Bellevue NRSA has a low- and moderate-income population of 71%. How did your consultation and citizen participation process help you to identify this neighborhood as a target area? This area was designated as a NRSA in the year 2000. Representatives of the Lake Bellevue neighborhood attended a Community Meeting held on February 11, 2025. During that meeting, attendees confirmed the Lake Bellevue NRSA’s need for continued housing and community development funding by identifying affordable housing; homeless facilities and services; employment/business assistance and economic development; and public parks and infrastructure as their highest priorities. Additionally, 1% of the respondents to the Community Survey conducted from January 22, 2025, through February 28, 2025, reported that they were residents of the Lake Bellevue neighborhood; however, 5% of respondents were business owners in the Lake Bellevue neighborhood. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 141 Identify the needs in this target area. The needs of the Lake Bellevue NRSA include housing assistance and rehabilitation, including homeowner counseling and coordination of funding options, rehabilitation loans and grants, disaster assistance, and ADUs as affordable housing; homeless overnight shelter facilities, rapid re-housing, self-sufficiency and job/employment training, and street outreach (e.g., mental health unit); public services, mental health services, salary support for community policing and social work programs, and economic development (e.g., microenterprise and small business assistance); public facilities and infrastructure improvements, such as dog parks and public greenspaces, and programs for neighborhood cleanup and beautification. What are the opportunities for improvement in this target area? The greatest opportunity for improvement in the Lake Bellevue NRSA is coordination with other City planning efforts, particularly in terms of public parks (e.g. Belmont Park) and infrastructure improvements. The City’s acquisition/master plan for Belmont Park will add recreation amenities to the community. Additionally, a one-stop resource center or directory of available community services may help to connect residents with complimentary programs. This neighborhood’s focal point is the Ross Norton Recreation & Aquatic Complex/Extreme Sports Park, which serves as a community center. Because the Ross Norton Recreation Complex is well-used, there is limited space to add a one-stop resource center; therefore, this need would need to be met through a different or additional facility off-site. Are there barriers to improvement in this target area? Possible barriers to improvement in the Lake Bellevue NRSA are high land costs and rising home values, as well as concerns of neighborhood incompatibility with regard to new development. Moreover, few buildings are suitable or available to support the community service programs most requested by residents. Additionally, the perception of widespread homelessness in the neighborhood is a barrier to investment. 3. Area Name: Downtown Gateway District Neighborhood Revitalization Strategy Area Area Type: Strategy Area HUD Approval Date: 2009 Identify the neighborhood boundaries for this target area. The Downtown Gateway District Neighborhood Revitalization Strategy Area (NRSA) is bounded by Highland Avenue to the east, Missouri Avenue to the west, Drew Street to the north, and Court Street to the south. The Downtown Gateway District NRSA corresponds to Census Tract 264.02, Block Groups 1, 2, and 3. Include specific housing and commercial characteristics of this target area. All of the City’s NRSAs are characterized by older housing stock, a lack of owner equity, sporadic “strip” commercial development that is not compliant with City codes for zoning conformity or accessibility, and property values that are generally depressed in comparison to the balance of the City. The Downtown Gateway District NRSA is developed at approximately 80% residential and 20% nonresidential (Source: Florida Department of Revenue, 2018). Residential development is comprised of single-family, multi-family, and condominium structures and most units are renter-occupied. The Downtown Gateway District NRSA has a higher rate of vacancy and a higher rate of poverty than other areas of the City. Property values are also low in comparison. According to HUD FY 2024 LMISD, based on the 2016-2020 ACS, the Downtown Gateway District has a low- and moderate-income population of 90%. How did your consultation and citizen participation process help you to identify this neighborhood as a target area? This area was designated as a NRSA in the year 2009, in conjunction with the development of the Downtown Gateway District NRSA document. Previous findings of slum and blight were produced in 2002, with a redevelopment area designation in 2004, and an action program in 2008. Representatives of the Downtown Gateway District attended a Community Meeting held on February 11, 2025. During that meeting, attendees confirmed the Downtown Gateway District NRSA’s need for continued housing and community development funding by identifying affordable housing; homeless facilities and services; employment/business assistance and economic development; and public parks and infrastructure as their highest priorities. Additionally, 3% of the respondents to the Community Survey conducted from January 22, 2025, through February 28, 2025, reported that they were residents of the Downtown Gateway District; however, 11% of the respondents were business owners in the Downtown Gateway District. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 142 Identify the needs in this target area. The needs of the Downtown Gateway District NRSA include housing assistance and rehabilitation, including homeowner counseling and coordination of funding options, rehabilitation loans and grants, disaster assistance, and ADUs as affordable housing; homeless overnight shelter facilities, rapid re-housing, self-sufficiency and job/employment training, and street outreach (e.g., mental health unit); public services, mental health services, salary support for community policing and social work programs, and economic development (e.g., microenterprise and small business assistance); public facilities and infrastructure improvements, such as dog parks and public greenspaces, and programs for neighborhood cleanup and beautification. What are the opportunities for improvement in this target area? The greatest opportunity for improvement in the Downtown Gateway District neighborhood is the implementation of the East Gateway District Vision Plan, which was completed in 2012. This plan, in coordination with other City planning efforts, presents a detailed strategy from improving the Downtown Gateway District. Additionally, during the Consolidated Plan citizen participation process, residents identified the need for employment/business assistance and economic development in addition to neighborhood cleanup and beautification. Are there barriers to improvement in this target area? The greatest barriers to improvement in the Downtown Gateway District include the perception of crime and homelessness in the neighborhood, as well as neighborhood appearance (i.e., blight) and pedestrian safety. These barriers were identified in the 2012 East Gateway District Vision Plan and during the February 11, 2025, Community Meeting. Additional barriers to improvement, as identified in the 2009 NRSA document include engagement of elderly, low-income, non-English speaking, or undocumented residents, lack of funding for social services, obsolete land uses and nonconforming parcels, and a limited supply of developable properties. 4. Area Name: North Greenwood Neighborhood Revitalization Strategy Area Area Type: Strategy Area HUD Approval Date: 2000 Identify the neighborhood boundaries for this target area. The North Greenwood Neighborhood Revitalization Strategy Area (NRSA) is bounded by Kings Highway to the east, N. Osceola Avenue to the west, Union Street/Sunset Point Road to the north, and Drew Street/Maple Street/Palmetto Street to the south. The North Greenwood NRSA corresponds to Census Tract 261.01, Block Group 2, Census Tract 261.02, Block Group 1, Census Tract 262.00, Block Groups 1 and 2, and Census Tract 263.00, Block Group 4. Include specific housing and commercial characteristics of this target area. All of the City’s NRSAs are characterized by older housing stock, a lack of owner equity, sporadic “strip” commercial development that is not compliant with City codes for zoning conformity or accessibility, and property values that are generally depressed in comparison to the balance of the City. The North Greenwood NRSA is predominately residential. A large percentage of the population is considered low- to moderate-income and a significant percentage of the population is living below poverty level. According to HUD FY 2024 LMISD, based on the 2016-2020 ACS, the North Greenwood NRSA has a low- and moderate-income population of 66%. How did your consultation and citizen participation process help you to identify this neighborhood as a target area? This area was designated as a NRSA in the year 2000. Representatives of the North Greenwood neighborhood attended a Community Meeting held on February 10, 2025. During that meeting, attendees confirmed the North Greenwood NRSA’s need for continued housing and community development funding by identifying affordable housing; homeless facilities and services; public services (e.g., mental/behavioral health, childcare, transportation and food assistance); and public facilities and infrastructure (e.g., public safety and recreation) as their highest priorities. Additionally, 5% of the respondents to the Community Survey conducted from January 22, 2025, through February 28, 2025, reported that they were either residents or business owners in the North Greenwood neighborhood. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 143 Identify the needs in this target area. The needs of the North Greenwood NRSA include housing assistance and rehabilitation, including home hardening; homeless overnight shelter facilities; public services, such as mental/behavioral health resources and programs, job training, daycare, elderly transit/transportation services, food assistance, and improved communications and messaging with the community; public facilities and infrastructure improvements, such as street and sidewalk improvements for public safety and accessibility, and additional recreation options for usability. What are the opportunities for improvement in this target area? Potential opportunities in the North Greenwood NRSA, as identified during the February 10, 2025, Community Meeting, include housing rehabilitation, homeless shelter and public services, and public facilities and infrastructure projects for public safety and accessibility, as well as recreational usability. Participants at the February 10, 2025, Community Meeting identified street and sidewalk improvements (e.g., lighting and crosswalks), specifically, as needed to address public safety issues in the area. Are there barriers to improvement in this target area? Possible barriers to improvement in the North Greenwood NRSA include increasing utility costs, a lack of affordable housing of all types, perceptions about concentrated homelessness and insufficient efforts to address homelessness, and ongoing maintenance of public infrastructure. Table 49 – Geographic Priority Areas July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 144 SP-25 Priority Needs PRIORITY NEEDS NARRATIVE The Consolidated Plan must indicate the general priorities for allocating investment of available resources among different needs. Priority needs are those that will be addressed by the goals outlined in the Strategic Plan. For each priority, the City of Clearwater has indicated one or more populations to be served, as well as an assigned priority level indicating relative importance among the needs listed (see Table 50). The priority needs were confirmed through the citizen participation process including community and service provider meetings held on February 10-12, 2025, and February 26, 2025, an online community survey conducted January 22, 2025, through February 28, 2025, and meetings with staff of the City’s Economic Development and Housing Department. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 145 TABLE 50: PRIORITY NEEDS SUMMARY Priority Need Name Priority Level Population Geographic Areas Goals Addressing Program Administration Low N/A Citywide Low/Mod Areas, NRSAs Program Administration Housing Rehabilitation (Owner and Rental) High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Housing Housing New Construction (Owner and Rental) High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Housing Homeowner Assistance High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Housing Rental Assistance High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Housing Behavioral/Mental Health & Substance Abuse Services High Income Level (Low/Mod), Homeless Subpopulations, Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Homelessness, Non- Homeless Special Needs, Community Development & Public Services Facilities/Services for Homeless Youth & Youth Aging Out of Foster Care High Homeless Subpopulations Citywide Low/Mod Areas, NRSAs Homelessness, Non- Homeless Special Needs Facilities/Services for Homeless Adults & Families High Homeless Subpopulations Citywide Low/Mod Areas, NRSAs Homelessness Case Management High Homeless Subpopulations Citywide Low/Mod Areas, NRSAs Homelessness Health Services Low Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Facilities/Services for Youth Low Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Facilities/Services for Seniors/Elderly High Non-Homeless Special Needs Citywide Low/Mod Areas, NRSAs Non-Homeless Special Needs Facilities/Services for Persons with Disabilities High Non-Homeless Special Needs Citywide Low/Mod Areas, NRSAs Non-Homeless Special Needs Transportation Services High Income Level (Low/Mod), Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Community Development & Public Services Legal Services High Income Level (Low/Mod), Homeless Subpopulations, Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Homelessness, Non- Homeless Special Needs, Community Development & Public Services Nutrition/Food Services High Income Level (Low/Mod), Homeless Subpopulations, Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Homelessness, Non- Homeless Special Needs, Community Development & Public Services Public Utility/Infrastructure Improvements High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Public Park Improvements High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Community Resource & “One-Stop” Referral Centers High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 146 Priority Need Name Priority Level Population Geographic Areas Goals Addressing Community Building/Facility Rehabilitation/Retrofit High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Pedestrian/Sidewalk, Transit, & Roadway Improvements High Income Level (Low/Mod), Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Community Development & Public Services Code Enforcement/Blight Elimination Low Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Community Outreach & Public Safety/Security Low Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Community Development & Public Services Employment Assistance/ Job Training High Income Level (Low/Mod), Homeless Subpopulations, Non- Homeless Special Needs Citywide Low/Mod Areas, NRSAs Homelessness, Non- Homeless Special Needs, Community Development & Public Services Building Façade Improvements Low Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Economic Development Economic Opportunity/ Business Assistance High Income Level (Low/Mod) Citywide Low/Mod Areas, NRSAs Economic Development Emergency/Disaster Response (TBD) Low Other (Emergency/Disaster Response) Citywide Low/Mod Areas, NRSAs Emergency/Disaster Response Table 50 – Priority Needs Summary July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 147 SP-30 Influence of Market Conditions TABLE 51: INFLUENCE OF MARKET CONDITIONS Affordable Housing Type Describe the Clearwater housing market characteristics that would substantiate the need for this funding type/program. Tenant Based Rental Assistance (TBRA) Market conditions that substantiate the need for TBRA are monitored by the Clearwater Housing Authority. Tenant‐based vouchers are by far the most common voucher used in Clearwater. The average annual income of residents using TBRA is $11,856. This voucher continues to be critical for persons with extremely low incomes who are severely cost burdened. It is estimated that while approximately 1,084 TBRA vouchers are in use, approximately 7,565 households in Clearwater have extremely low incomes. TBRA for Non-Homeless Special Needs Market conditions that substantiate the need for TBRA for Non-Homeless Special Needs are monitored by the Clearwater Housing Authority. Non‐Homeless Special Needs populations have a high need for TBRA, while at the same time needing improved accessibility within housing. Approximately 500 elderly program participants and disabled families receive TBRA. The number of families requesting accessibility features is 1,084 (i.e., all families). Due to their limited income, housing needs for those with non‐homeless special needs include affordability, availability of assistance, accessibility improvements and Fair Housing options. New Unit Production Market conditions that substantiate the need for new housing unit production are monitored by the City of Clearwater Housing Division. A shortage of affordable housing units exists for low- and extremely low-income groups, including both renter and owner households earning less than 50% HAMFI. The lack of appropriate sites and high land values has contributed to the loss of affordable units. Rehabilitation Market conditions that substantiate the need for housing rehabilitation are monitored by the City of Clearwater Housing Division. Over half (52%) of renter‐ occupied housing units have at least one housing problem, while a large percentage (29%) of owner‐occupied housing units have at least one housing problem. Overall, thirty-nine percent (39%) of all occupied housing units in Clearwater have at least one housing problem. Furthermore, more than half (56%) of all occupied housing units were built prior to 1980 and are more than 45 years old. Generally, these statistics point toward the need for the City of Clearwater to facilitate both owner‐unit and rental‐unit rehabilitations to improve the condition of housing within its jurisdiction. Acquisition, including preservation Market conditions that substantiate the need for housing acquisition, including preservation, are monitored by the City of Clearwater Housing Division. The Housing Division continuously seeks to acquire affordable housing when feasible. Historic preservation/restoration within low- and moderate-income neighborhoods was not identified as a priority need during the citizen participation process. Table 51 – Influence of Market Conditions July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 148 SP-35 Anticipated Resources INTRODUCTION The Consolidated Plan must identify the federal, state, local and private resources expected to be available to the City to address priority needs and specific objectives identified in the Strategic Plan. These resources are summarized in SP-35. The City of Clearwater anticipates a total entitlement allocation of $925,886 in CDBG funding for the 2025/2026 program year. Program income for CDBG is estimated to be approximately $591,374 (including $25,100 from prior-year program income, $27,800 from estimated new program income, and $538,474 from the City’s revolving loan programs), and approximately $367,673.00 in prior‐year resources from previous entitlement allocations. CDBG funds will be used for housing and community development activities including, but not limited to, housing rehabilitation, public facilities and services (including homeless activities), economic development, elimination of slum and blight, and administration of the City's CDBG program. The City of Clearwater also expects a total allocation of $383,226.12 in HOME funding for the 2025/2026 program year. Program income for HOME is expected to be approximately $2,416,313, with approximately $2,591,861 in prior‐year resources. HOME funds will be used for housing activities such as housing acquisition or rehabilitation, new construction, purchase or rental assistance, administration of the City's HOME program, and CHDO support. The expected amount available during the remainder of the Consolidated Plan (2025-2029) is based on an estimated annual allocation of $920,000 in CDBG funds and $430,000 in HOME funds for each of the subsequent program years. This results in an estimated total funding amount of $3,680,000 and $1,720,000, respectively, over the remaining four-year period. Other resources, such as private and non‐Federal public sources may become available to the City of Clearwater during the program year. For CDBG leveraging, these include funding from SHIP, Community Redevelopment Agency (CRA), City Departments (e.g. Engineering, Parks and Recreation), public or social service providers, or other sources. The City will also look to leverage funds, if available, from July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 149 SHIP, Community Housing Development Organizations (CHDOs), Public Housing Authority (PHA), or other agencies and programs against HOME dollars. The Annual Action Plan must summarize the City’s priorities and the specific goals it intends to initiate and/or complete within the first year of the Strategic Plan. These goals must be described in quantitative terms. The City of Clearwater has selected goal outcome indicators and quantities based on the anticipated performance measures of the 2025/2026 Annual Action Plan. See AP-20. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 150 TABLE 52: ANTICIPATED RESOURCES Program Source of Funds Uses of Funds Expected Amount Available Year 1, Annual Allocation: $ Expected Amount Available Year 1, Program Income: $ Expected Amount Available Year 1, Prior Year Resources: $ Expected Amount Available Year 1, Total: $ Expected Amount Available Remainder of Consolidated Plan 2021-2024: $ Narrative Description CDBG Public – Federal Acquisition, Admin and Planning, Economic Development, Housing, Public Improvements, Public Services $925,886 $591,374 $367,673 $1,884,933 $3,680,000 The Federal CDBG allocation will be used for housing and community development activities. Funding from other sources may be leveraged against CDBG dollars for public benefit. HOME Public – Federal Acquisition, Homebuyer Assistance, Homeowner Rehab, Multifamily Rental New Construction, Multifamily Rental Rehab, New Construction for Ownership, TBRA $383,226.12 $2,416,313 $2,591,861 $5,391,400.12 $1,720,000 The Federal HOME allocation will used for housing activities. Funding from other sources may be leveraged against HOME dollars for public benefit. SHIP Public – State Acquisition, Homebuyer Assistance, Homeowner Rehab, Multifamily Rental New Construction, Multifamily Rental Rehab, New Construction for Ownership, TBRA $825,856 $501,229 $0 $1,327,085 $3,477,920 The State SHIP allocation will be used to match federal funding for housing activities. *HUD 2025 Formula Allocation Notes: Program incomes are estimated amounts and actual amounts may differ if larger sums are received from loan payoffs. Prior year resources amounts were estimated based on activities to be encumbered by the end of September 2025. These amounts will be updated during the 2024 program year close‐out. Table 52 – Anticipated Resources July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 151 EXPLAIN HOW FEDERAL FUNDS WILL LEVERAGE THOSE ADDITIONAL RESOURCES (PRIVATE, STATE AND LOCAL FUNDS), INCLUDING A DESCRIPTION OF HOW MATCHING REQUIREMENTS WILL BE SATISFIED The City will look to leverage funds, if available, from SHIP, Community Redevelopment Agency (CRA), City Departments (e.g. Engineering, Parks and Recreation), public or social service providers, or other sources against CDBG dollars. The City will look to leverage private funds, if available, from lending institutions and homeowner contributions, and public funds from SHIP, Public Housing Authorities (PHAs), and other agencies and programs against HOME dollars. The City shall assure that the requirements as it relates to non-federal share will be utilized as referenced in 24 CFR 570.201 (3) (g), for any project in which CDBG or HOME funding is used as the non- federal match. In the future, the City will continue to aggressively pursue funding from private, public, and federal sources to address economic and community development needs. IF APPROPRIATE, DESCRIBE PUBLICLY OWNED LAND OR PROPERTY LOCATED WITHIN THE JURISDICTION THAT MAY BE USED TO ADDRESS THE NEEDS IDENTIFIED IN THE PLAN The City of Clearwater owns a number of properties within low‐ and moderate‐income areas of its jurisdiction. The City also maintains an “Affordable Housing Inventory List” that is updated periodically by City resolution. Adopted by Resolution No. 23-13 (2023), there are 31 properties on the list, located on S. Madison, Nathans Ln., Cleveland St., S. Evergreen Ave., Park St., Palmetto St., Vine Ave., N. Martin Luther King, Jr. Ave., Tangerine St., Engman St., Pennsylvania Ave., Grant St., Marshal St., and Taft Ave. Some of these properties are in the City’s Neighborhood Revitalization Strategy Areas. DISCUSSION The City of Clearwater's anticipated funding allocation from CDBG and HOME will address many of the City's goals, including Housing, Homelessness, Non-Homeless Special Needs, Community Development and Public Services, Economic Development, and Emergency/Disaster Response. The City is fortunate to have a network of public or social service providers to help address these goals through financial leveraging, as well as other potential Federal funding sources such as SHIP and non‐Federal sources such as the Community Redevelopment Agency (CRA), City Departments, Community Housing Development Organizations (CHDOs) and other agency and program funding. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 152 SP-40 Institutional Delivery Structure EXPLAIN THE INSTITUTIONAL STRUCTURE THROUGH WHICH THE JURISDICTION WILL CARRY OUT ITS CONSOLIDATED PLAN INCLUDING PRIVATE INDUSTRY, NON-PROFIT ORGANIZATIONS, AND PUBLIC INSTITUTIONS Table 53 shows the institutional structure through which the City of Clearwater will carry out its Strategic Plan. Although not every organization involved in the program of delivery is included in Table 53, the lead agency and other organizations presented show the breadth of delivery capacity within the City. The lead agency for institutional delivery is the City of Clearwater’s Economic Development and Housing Department, along with other City divisions and departments, including Engineering, Parks & Recreation, Public Utilities, and Planning & Development (including Code Enforcement). These divisions and departments carryout objectives related to housing and community development. The City’s Neighborhood & Affordable Housing Advisory Board (NAHAB) provides oversight to the administration of the City’s CDBG and HOME programs. Additionally, the Clearwater Housing Authority oversees public housing and other publicly assisted housing programs within the City. Furthermore, there are multiple nonprofit organizations that provide a range of public services, from programs to reduce homelessness to programs for non‐homeless special needs populations. The Homeless Leadership Alliance of Pinellas functions as the region’s Continuum of Care (CoC) agency, serving Pinellas County and the City of Clearwater. The Homeless Leadership Alliance includes multiple member agencies. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 153 TABLE 53: INSTITUTIONAL DELIVERY STRUCTURE Responsible Entity Responsible Entity Type Role Geographic Area Served City of Clearwater Economic Development & Housing Department Government Planning, Affordable Housing (Ownership/Rental), Community Development (Public Facilities, Neighborhood Improvements, Public Services, Economic Development) Jurisdiction Neighborhood & Affordable Housing Advisory Board (NAHAB) Other (Government Advisory Board) Planning, Affordable Housing (Ownership/Rental), Community Development (Public Facilities, Neighborhood Improvements, Public Services, Economic Development) Jurisdiction Pinellas County Government Planning Region Clearwater Housing Authority PHA Public Housing Jurisdiction Homeless Leadership Alliance of Pinellas (CoC) Continuum of Care (Nonprofit Organizations) Homelessness, Non-Homeless Special Needs Region Table 53 – Institutional Delivery Structure ASSESS THE STRENGTHS AND GAPS OF THE INSTITUTIONAL DELIVERY STRUCTURE The City of Clearwater has a strong Institutional Delivery System. A wide range of services are available in the community, including homelessness prevention services, street outreach services, supportive services, and other services such as nutrition programs and youth programs (see Table 54). These programs are provided by nonprofit organizations and Continuum of Care (CoC) member agencies. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 154 TABLE 54: AVAILABILITY OF SERVICES TARGETED TO HOMELESS PERSONS AND PERSONS WITH HIV AND MAINSTREAM SERVICES Homelessness Prevention Services Available in the Community Targeted to Homeless Targeted to People with HIV Counseling/Advocacy X X Legal Assistance X X Mortgage Assistance X Rental Assistance X Utilities Assistance X Law Enforcement X X Mobile Clinics X X Other Street Outreach Services X X Alcohol & Drug Abuse X X Child Care X Education X Employment and Employment Training X X Healthcare X X X HIV/AIDS X X Life Skills X X Mental Health Counseling X X Transportation X Food banks/nutrition assistance and “help with chores” programs available to seniors (Non-Targeted) X Table 54 – Homeless Prevention Services Summary July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 155 DESCRIBE HOW THE SERVICE DELIVERY SYSTEM INCLUDING, BUT NOT LIMITED TO, THE SERVICES LISTED ABOVE MEET THE NEEDS OF HOMELESS PERSONS (PARTICULARLY CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS AND THEIR FAMILIES, AND UNACCOMPANIED YOUTH) The Homeless Leadership Alliance of Pinellas is designated as the lead agency for the CoC, which is tasked with addressing homelessness in Pinellas County and the City of Clearwater. The Homeless Leadership Alliance oversees the Homeless Management Information System (HMIS) for the area and serves to coordinate systems of care through regular meetings and working groups. The Homeless Leadership Alliance is also responsible for advancing community‐wide efforts, including the 10‐Year Plan to End Homelessness and the Annual Point‐in‐Time (PIT) survey conducted by the CoC, which involves various partnering organizations. These organizations offer services to the homeless population, including prevention services, street outreach and supportive services. Examples of such organizations include Hope Villages of America, Salvation Army, and Homeless Empowerment Program (HEP), among others. DESCRIBE THE STRENGTHS AND GAPS OF THE SERVICE DELIVERY SYSTEM FOR SPECIAL NEEDS POPULATION AND PERSONS EXPERIENCING HOMELESSNESS, INCLUDING, BUT NOT LIMITED TO, THE SERVICES LISTED ABOVE With the exception of utilities assistance, most services are available to the community at large and to the homeless. Some services are not targeted to persons with HIV/AIDS. Services not specifically targeted to persons with HIV/AIDS include utilities assistance, childcare, education, transportation, and food banks/nutrition programs. While these services are important, services for persons with HIV/AIDS were not identified as a priority need during the citizen participation process. Priority needs corresponding to persons experiencing homelessness were substance abuse and behavioral/mental health services, services for homeless youth and youth aging-out of foster care, homeless facilities and shelters, and case management. PROVIDE A SUMMARY OF THE STRATEGY FOR OVERCOMING GAPS IN THE INSTITUTIONAL STRUCTURE AND SERVICE DELIVERY SYSTEM TO ADDRESS PRIORITY NEEDS The City will utilize the following strategies to overcome gaps in the institutional structure and service delivery system for homeless prevention services: • Continue to support programs that assist the homeless or those at risk of becoming homeless through identification of funding sources, technical assistance with applications, and other means of support. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 156 • Support non‐profit service providers that offer substance abuse and mental health services, services for homeless youth, homeless facilities and shelters, case management, and other activities to prevent and reduce homelessness. • Assist the Homeless Leadership Alliance of Pinellas, as the lead agency for the Continuum of Care, in their efforts to improve coordination between service providers. • Promote and encourage the development of programs that facilitate the transition from homelessness into permanent housing. • Coordinate with the Continuum of Care, non‐profit service providers, and other organizations to establish additional transitional or permanent supportive housing. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 157 SP-45 Goals Summary TABLE 55: FIVE-YEAR GOALS SUMMARY INFORMATION Goal Name Category Start Year End Year Objective Outcome Geographic Area Needs Addressed Funding (Five-Year Total) Goal Outcome Indicator Program Administration Other (Administration) 2025 2029 Create suitable living environments Availability/Accessibility Citywide Low- and Moderate-Income Areas; NRSAs (All) Program Administration CDBG: $1,112,986; HOME: $711,140; SHIP: $480,500 Other: 0 Other (N/A) Housing Affordable Housing, Public Housing 2025 2029 Provide decent affordable housing Affordability Citywide Low- and Moderate-Income Areas; NRSAs (All) Housing Rehabilitation (Owner and Renter); Housing New Construction (Owner and Renter); Homeowner Assistance; Rental Assistance CDBG: $366,310; HOME: $6,400,260.12; SHIP: $4,324,505 Rental Units Constructed: 9 Household/Housing Units; Rental Units Rehabilitated: 6 Household/Housing Units; Homeowner Housing Added: 5 Household/Housing Units; Homeowner Housing Rehabilitated: 25 Household/Housing Units; Direct Financial Assistance to Homebuyers: 30 Households Assisted; TBRA/Rapid Rehousing: 200 Households Assisted Homelessness Homeless 2025 2029 Create suitable living environments Availability/Accessibility Citywide Low- and Moderate-Income Areas; NRSAs (All) Behavioral/Mental Health & Substance Abuse Services; Health Services; Facilities/Services for Homeless Youth & Youth Aging Out of Foster Care; Facilities/Services for Homeless Adults & Families; Case Management; Legal Services; Nutrition/Food Services; Employment Assistance/Job Training; Rental Assistance CDBG: $830,634 Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 5,486 Persons Assisted; Public Service Activities other than Low/Mod Income Housing Benefit: 1,621 Persons Assisted; Homeless Person Overnight Shelter: 747 Persons Assisted; Homelessness Prevention: 100 Persons Assisted; Housing for Homeless Added: 5 Household/Housing Units Non-Homeless Special Needs Non-Homeless Special Needs 2025 2029 Create suitable living environments Availability/Accessibility Citywide Low- and Moderate-Income Areas; NRSAs (All) Behavioral/Mental Health Services & Substance Abuse Services; Facilities/Services for Seniors/Elderly; Facilities/Services for Persons with Disabilities; Legal Services; Nutrition/Food Services; Employment Assistance/Job Training CDBG: $820,087 Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 23,840 Persons Assisted; Public Services Activities other than Low/Mod Income Housing Benefit: 368 Persons Assisted July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 158 Goal Name Category Start Year End Year Objective Outcome Geographic Area Needs Addressed Funding (Five-Year Total) Goal Outcome Indicator Community Development & Public Services Non-Housing Community Development 2025 2029 Create suitable living environments Availability/Accessibility Citywide Low- and Moderate-Income Areas; NRSAs (All) Behavioral/Mental Health Services & Substance Abuse Services; Health Services; Facilities/Services for Youth; Transportation Services; Legal Services; Nutrition/Food Services; Public Utility/Infrastructure Improvements; Public Park Improvements; Community Resource & “One-Stop” Referral Centers; Community Building/Facility Rehabilitation/Retrofit; Pedestrian/Sidewalk; Transit, & Roadway Improvements; Code Enforcement/Blight Elimination; Community Outreach & Public Safety/Security CDBG: $1,213,050 Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 12,774 Persons Assisted; Public Service Activities other than Low/Mod Income Housing Benefit: 554 Persons Assisted; Homelessness Prevention: 100 Persons Assisted; Buildings Demolished: 1 Buildings; Other: 1 Other (Project) Economic Development Non-Housing Community Development 2025 2029 Create economic opportunities Sustainability Citywide Low- and Moderate-Income Areas; NRSAs (All) Building Façade Improvements; Economic Opportunity/Business Assistance; Employment Assistance/Job Training CDBG: $1,221,866 Façade Treatment/Business Building Rehabilitation: 10 Businesses; Businesses Assisted: 173 Businesses Assisted Emergency/Disaster Response Other (Emergency/Disaster Response) 2025 2029 Create suitable living environments Availability/Accessibility Citywide Low- and Moderate-Income Areas; NRSAs (All) Emergency/Disaster Response (TBD) based on urgent need CDBG: $0; HOME: $0; SHIP: $0 Other: 0 Other (N/A) Note: 20% of CDBG Entitlement Grant and 10% of the HOME Entitlement Grant will be reserved for Administration and Planning Activities; “NRSAs” include Lake Bellevue, Downtown Gateway, and North Greenwood. Table 55 – Goals Summary July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 159 GOAL DESCRIPTIONS The City of Clearwater Strategic Plan is structured around seven (7) goals in administering the City’s housing and community development programs over the next five years. These goals are: 1. Program Administration – Administer the City of Clearwater’s federally funded grant programs to implement the goals of the Five-Year Consolidated Plan. 2. Housing – Provide availability of, and accessibility to, decent affordable housing for residents of the City of Clearwater. 3. Homelessness – Help to prevent and reduce homelessness within the City of Clearwater. 4. Non-Homeless Special Needs – Provide accessibility and coordination of social services to City of Clearwater special needs populations. 5. Community Development and Public Services – Enhance the living environment for persons in low- and moderate-income areas through community development activities, public service programs, and elimination of blight. 6. Economic Development – Support programs that create economic opportunities in the City of Clearwater, particularly for persons of low- and moderate-income and in neighborhood revitalization strategy areas. 7. Emergency/Disaster Response – Provide assistance prior to, during, and after a community emergency and/or disaster event to prepare for and/or mitigate loss, protect during an event, and aid with recovery. [Priority needs to be determined (TBD) based on urgent need.] ESTIMATE THE NUMBER OF EXTREMELY LOW-INCOME, LOW-INCOME, AND MODERATE- INCOME FAMILIES TO WHOM THE JURISDICTION WILL PROVIDE AFFORDABLE HOUSING AS DEFINED BY HOME 91.315(B)(2) The Consolidated Plan must summarize the City’s priorities and the specific goals it intends to initiate and/or complete within the term of the Strategic Plan. These goals must be described in quantitative terms. The City of Clearwater has selected funding allocations, goal outcome indicators and quantities using past and anticipated performance measures from its Annual Action Plans. These performance measures have been projected over the course of the planning period to arrive at a total funding allocation and quantity for each outcome indicator. Through annual CDBG and HOME allocations, the City will provide affordable housing activities to support approximately 55 income‐eligible households annually, or approximately 275 households over the five-year planning period. Activities to support income-eligible households may include July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 160 rehabilitation of existing units, construction of new units, acquisition for affordable housing, purchase or rental assistance, as well as public service activities (such as new homebuyer education) for low‐ and moderate‐income housing benefit. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 161 SP-50 Public Housing Accessibility and Involvement NEED TO INCREASE THE NUMBER OF ACCESSIBLE UNITS (IF REQUIRED BY A SECTION 504 VOLUNTARY COMPLIANCE AGREEMENT) The Public Housing Authority for the City of Clearwater is the Clearwater Housing Authority (CHA). The CHA is a “High Performer Agency” and aims to build communities with innovative programs, sustain a dignified and desirable environment and create alliances to nurture self-sufficiency. The CHA is recognized throughout the state and nation as being a very progressive housing authority. Their mission is to lead in creating housing opportunities to enhance the lives of those they serve. The Clearwater Housing Authority’s website is http://www.clearwaterhousingauth.org/. According to the Five-Year and Annual PHA Plans for the CHA, the following specific goals and objectives will enable the agency to serve the needs of low and very-low income, and extremely low-income families over the next five years (Source: CHA, 2024 Annual PHA Plan): 1. Continue to search for affordable housing opportunities. a. CHA will explore various financing opportunities and collaborative relationships with community agencies for the development or acquisition of affordable housing. 2. Encourage and support self-sufficiency. a. CHA will continue to apply for renewal FSS funding, and additional grant opportunities that encourage self-sufficiency. 3. Housing Choice Voucher (HCV) Program Opportunities. a. CHA will apply for additional Housing Choice Vouchers when available such as Mainstream, VASH, FUP and TPVs for Foster Youth. CHA submitted a letter of interest for VASH in 2024. b. CHA will issue Request for Proposal(s) to work with community agencies for additional project-based vouchers to expand the availability of high-quality affordable housing and economic opportunities. It is important to note that income-eligible residents of CHA’s programs are also eligible for all of the City’s affordable housing programs. The CHA’s public housing program provides federally subsidized rental properties. Residents pay only a portion of their rent based on income. The CHA manages 236 public housing units. The units are located July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 162 in scattered sites and two high-rise apartment buildings (Barbee Towers and Ralph Richards Towers) limited to persons 50 years of age or older (203 units), Paradise Trail Apartments (13 units), and Fairway Gardens (20 units). Additionally, the CHA administers 146 project-based vouchers (PBVs) and 1,455 Housing Choice Vouchers (HCVs), according to the 5-Year PHA Plan. ACTIVITIES TO INCREASE RESIDENT INVOLVEMENTS In its 5-Year PHA Plan for the fiscal year beginning in April 2024, the CHA will submit a voluntary conversion plan in the first quarter of 2025. Tenant Protection Vouchers will be issued to all residents currently residing in public housing units, and the CHA will abide by all application relocation activities. CHA will ensure resident involvement and participation during the conversion process. After voluntary conversion, the CHA will maintain the scattered sites and two high-rise apartment buildings (Barbee Towers and Ralph Richards Towers) as an affordable property using a combination of market-rate, tenant-based, and project-based voucher assistance. Paradise Trail Apartments and Fairway Gardens will be sold as fee simple or below fair market. The CHA intends to maintain and utilize all sale proceeds for reasonable costs related to affordable housing and/or its housing programs as approved by HUD. IS THE PUBLIC HOUSING AGENCY DESIGNATED AS TROUBLED UNDER 24 CFR PART 902? The City’s Public Housing Authority is not listed as a qualified PHA and is therefore not exempted from submittal of an annual PHA plan. The PHA has submitted its PHA plan for the latest year (2024), has received satisfactory PHAS scores, and is not designated as “troubled”. IF APPLICABLE, PLAN TO REMOVE THE ‘TROUBLED’ DESIGNATION Not applicable. See narrative above and preceding narrative regarding voluntary conversion of the CHA’s public housing properties. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 163 SP-55 Barriers to Affordable Housing BARRIERS TO AFFORDABLE HOUSING This section requires the jurisdiction to explain whether the cost of housing or the incentives to develop, maintain, or improve affordable housing are affected by public policies, particularly those of the local jurisdiction. Such policies include land use controls, zoning ordinances, building codes, and policies that affect the return on residential investment. The City of Clearwater has several programs that it utilizes to remove or ameliorate the negative effects of public policies that are barriers to affordable housing. These programs are documented in the City’s 2025 Local Housing Assistance Plan (LHAP) and the related City of Clearwater 2024 Local Housing Incentives Strategies (LHIS) report. Barriers to affordable housing, as identified in the City’s LHAP and LHIS documents, include the following: • Renter cost burden, high cost of rent/utilities, and transportation-related issues • Rising interest rates and insurance costs for homeownership • Lack of affordable housing for senior citizens • Investor real estate competition • Condominium assessments In general, Clearwater will continue to work with non-profit housing developers and providers to increase the amount of affordable housing. The City will do this primarily through the Economic Development and Housing Department, its Affordable Housing Advisory Committee (AHAC) and Neighborhood and Affordable Housing Advisory Board (NAHAB), and through regular preparation of its LHAP and LHIS reports for the State Housing Initiatives Partnership (SHIP) program. STRATEGY TO REMOVE OR AMELIORATE THE BARRIERS TO AFFORDABLE HOUSING Strategies to remove or ameliorate the barriers to affordable housing, as identified in the City’s LHAP and LHIS documents, include the following: • Expedited permitting review process • Modification of fees (i.e., rate flexibility) July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 164 • Flexible densities • Accessory dwelling units • Parking reductions • Flexible lot configurations • Pre-adoption policy consideration • Inventory of public lands • Proximity to transportation, employment, and mixed-use development • Adaptive reuse • Land development code • Communication and marketing of affordable housing • Financing • Partnerships See also AP-75, "Barriers to Affordable Housing" for more detailed explanations of the barriers to affordable housing identified in the LHAP and LHIS documents. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 165 SP-60 Homelessness Strategy REACHING OUT TO HOMELESS PERSONS (ESPECIALLY UNSHELTERED PERSONS) AND ASSESSING THEIR INDIVIDUAL NEEDS In the City of Clearwater, the role of working with the homeless is undertaken by the Homeless Leadership Alliance of Pinellas. Annually, the Homeless Leadership Alliance conducts a Point-in-Time Homeless Report and prepares a Homeless Assessment Report, both of which document the extent of homelessness in the community. The City of Clearwater aims to assist the Homeless Leadership Alliance in implementing the Pinellas County 10-Year Plan to End Homelessness, which takes into consideration the individual needs of homeless persons, including unsheltered persons. Moreover, the Homeless Leadership Alliance’s annual reports are important resources of the Consolidated Plan. In identifying priority homeless needs, the City will consult with the Homeless Leadership Alliance, public service providers, and the community. Such priority needs include homeless services for youth and youth aging-out of foster care, behavioral/mental health services, substance abuse services, permanent supportive housing, emergency shelter, homeless prevention/outreach and related services, and case management. ADDRESSING THE EMERGENCY AND TRANSITIONAL HOUSING NEEDS OF HOMELESS PERSONS Based on input received and data collected through the Consolidated Planning process, the City makes it a goal of the Consolidated Plan to prevent and reduce homelessness within the City of Clearwater by supporting programs that offer permanent supportive housing and emergency shelter facilities/beds for the homeless, and by assisting agencies that engage in homeless prevention and service programs. Annually, the Homeless Leadership Alliance of Pinellas conducts a Point-in-Time Homeless Report and prepares a Homeless Assessment Report, both of which document the extent of homelessness in the community. In addition to other metrics, these reports identify the number of person or families in emergency shelter or transitional housing. In the Clearwater area, homeless services such as emergency shelter and transitional housing are provided by churches and non-profit organizations, including but not limited to Homeless Emergency Project, Inc. (Homeless Empowerment Program) (HEP), Kimberly Home, Boley Centers, Hope Villages of America, Salvation Army, and Family Resources, Inc. (SafePlace2B), among others. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 166 To better address the needs of the area’s homeless population, the Homeless Leadership Alliance maintains an online map-based directory of emergency shelter and transitional housing services, as well as food and clothing assistance targeted to homeless persons, and provides access to the Pinellas Suncoast Transit Authority (PSTA) route maps. Information regarding homeless resources is also disseminated through the 2-1-1 Tampa Bay Cares, Inc. hotline. HELPING HOMELESS PERSONS (ESPECIALLY CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS AND THEIR FAMILIES, AND UNACCOMPANIED YOUTH) MAKE THE TRANSITION TO PERMANENT HOUSING AND INDEPENDENT LIVING, INCLUDING SHORTENING THE PERIOD OF TIME THAT INDIVIDUALS AND FAMILIES EXPERIENCE HOMELESSNESS, FACILITATING ACCESS FOR HOMELESS INDIVIDUALS AND FAMILIES TO AFFORDABLE HOUSING UNITS, AND PREVENTING INDIVIDUALS AND FAMILIES WHO WERE RECENTLY HOMELESS FROM BECOMING HOMELESS AGAIN The City will also support, in coordination with the Homeless Leadership Alliance of Pinellas, activities to end chronic homelessness within the City of Clearwater. CoC member agencies actively work to assist homeless persons with making the transition to more permanent housing and preventing such persons from becoming homeless again. CoC members agencies support a “Housing First” approach to provide housing options regardless of whether individuals or families meet otherwise comment prerequisites for housing. National research around “Housing First” suggests that individuals and/or head of household members who have been homeless are more successful in achieving self-sufficiency when housing stability is acquired first, regardless of whether or not they are sober or financially self-sufficient in the beginning. Once their housing situation is stabilized, their ability to achieve sobriety, financial stability, or overcome other common barriers to housing dramatically improves. This is typically achieved by Rapid Re-Housing, and other interim housing strategies such as targeted transitional and permanent supportive housing, to obtain housing quickly, increase self-sufficiency, and stay housed. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 167 HELP LOW-INCOME INDIVIDUALS AND FAMILIES AVOID BECOMING HOMELESS, ESPECIALLY EXTREMELY LOW-INCOME INDIVIDUALS AND FAMILIES WHO ARE LIKELY TO BECOME HOMELESS AFTER BEING DISCHARGED FROM A PUBLICLY FUNDED INSTITUTION OR SYSTEM OF CARE, OR WHO ARE RECEIVING ASSISTANCE FROM PUBLIC AND PRIVATE AGENCIES THAT ADDRESS HOUSING, HEALTH, SOCIAL SERVICES, EMPLOYMENT, EDUCATION OR YOUTH NEEDS In response to the economic impacts of the coronavirus (COVID-19) pandemic and recent hurricanes Helene and Milton, the Homeless Leadership Alliance of Pinellas is providing daily information and resources on how CoC members can best prevent homelessness, particularly information about unemployment and food assistance, renter’s rights, and referrals to legal services to reduce evictions. The Homeless Leadership Alliance continues to work with state and local law enforcement officials to reintegrate persons leaving prison. These include Operation PAR (1-888-727-6398), which allows ex- inmates to receive substance abuse treatment; Pinellas Ex-Offender Re-Entry Coalition (PERC); and the State’s “Transition from Prison to Community Initiative” (TPCI). The Homeless Leadership Alliance also provides a focused outreach program to reach these individuals. Collectively, these agencies also participate in the pre-booking intervention programs, for persons with mental health and/or substance problems and juvenile offenders. Persons discharged from other publicly funded institutions or systems of care are assisted by CoC member agencies, including those serving youth aging out of foster care such as Ready for Life, Inc. among others. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 168 SP-65 Lead Based Paint Hazards ACTIONS TO ADDRESS LBP HAZARDS AND INCREASE ACCESS TO HOUSING WITHOUT LBP HAZARDS The City of Clearwater will continue to ensure the availability of accessible and affordable testing, screening, mitigation and treatment for problems related to lead‐based paint for low‐ and moderate- income residents of the City of Clearwater. Currently, the City includes lead‐based paint mitigation measures in all rehabilitation and purchase assistance programs and, if needed, will identify and apply for additional funding resources to finance this mitigation. The City also assists and supports other agencies in applying for such funds. Contractors are required to be trained and certified to supervise removal of lead hazards in order to comply with HUD regulations. The City will utilize the following strategies to address lead‐based paint hazards and increase access to housing without lead‐based paint hazards through its housing rehabilitation and emergency repair programs: • Fund the acquisition, recycling, and rehabilitation of existing housing units through current housing grants and loan programs, as well as cost‐effective leveraging strategies. • Improve coordination with emergency repair and other programs to reduce the total rehabilitation cost per unit and correct major problems before they worsen. Additionally, the City will continue to support several agencies in the Clearwater area that screen residents for elevated blood lead levels (EBL) and inspect housing units for lead‐based paint hazards. These agencies include: Pinellas County Health Department A primary health care provider for the City’s low‐income residents, the Pinellas County Health Department screens low income children who have symptoms of lead poisoning through the Florida Lead Poisoning Prevention Program. Services provided through this program include education, screening and treatment for lead poisoning. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 169 Clearwater Housing Authority (CHA) CHA has tested for lead‐based paint hazards in its public housing units. As part of ongoing education, residents are advised of the dangers associated with lead‐based paint and directed to resources for screening if symptoms of lead poisoning are observed. Furthermore, sub‐recipients of the City’s CDBG and HOME funding devise their own lead‐based paint hazard programs to comply with HUD regulations for rehabilitation projects. HOW ARE THE ACTIONS LISTED ABOVE RELATED TO THE EXTENT OF LEAD POISONING AND HAZARDS? Housing built before 1980 is presumed to have a higher risk of lead‐based paint. In the City of Clearwater, according to 2019-2023 ACS data, 18,879 or 64% of owner‐occupied housing units were built prior to 1980. For renter‐occupied units, 10,182 or 50% were built prior to 1980. It is estimated that 48% of these housing units are occupied by low and moderate‐income persons, based on the City’s overall low- and moderate-income percentage as calculated by HUD LMISD. Generally, these statistics point toward the need for the City of Clearwater to facilitate both owner‐unit and rental‐unit rehabilitations within its jurisdiction. HOW ARE THE ACTIONS LISTED ABOVE INTEGRATED INTO HOUSING POLICIES AND PROCEDURES? The City of Clearwater requires inspection of units undergoing rehabilitation through the Housing Division’s many housing programs. This inspection includes documentation of the year built, names and ages of the children living in the unit (if under 7 years), and whether the children have symptoms of elevated blood lead levels (EBL). If any child has symptoms, then all chewable surfaces up to five feet from the ground will be tested and abated (i.e., covered or removed). For every rehabilitation and purchase assistance request, the resident is given an educational pamphlet on the dangers of lead-based paint, including the age of homes affected, age group most susceptible, symptoms of EBL and whom to contact if symptoms are evident. Children residing in rehabilitation projects found to have lead‐based paint hazards are referred to the Pinellas County Health Department for screening and treatment. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 170 Each housing unit to be rehabilitated and/or purchased that is built before 1978 is inspected and tested by a licensed inspector to identify lead‐based paint hazards. A report with the rehabilitation approach and strategy to eliminate lead hazards is issued to the City’s Housing Division and the homeowner by the inspector(s). In every program where Federal funds are expended on a housing unit, the City incorporates the current procedures for hazard reduction or lead-based paint abatement guidelines as defined in HUD’s Lead Safe Housing Rule, 24 CFR Part 35. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 171 SP-70 Anti-Poverty Strategy JURISDICTION GOALS, PROGRAMS AND POLICIES FOR REDUCING THE NUMBER OF POVERTY- LEVEL FAMILIES According to the 2019‐2023 American Community Survey (ACS), an estimated 17,732 persons or 15% of the City of Clearwater’s population is living at poverty level or below. As noted in the City’s previous Consolidated Plan and associated Action Plan, the major problem facing the City’s working poor is the lack of educational attainment, which relates directly to employment success and income. However, the lack of education attainment is outside of the City’s capacity to resolve. This problem is compounded for the City’s low-income Hispanic population, which may experience other barriers to employment success such as limited English language proficiency. To combat this trend, the City of Clearwater and Pinellas County work with a number of agencies that provide public services to persons in poverty. These agencies typically provide services to other homeless and non‐homeless special needs populations, as well as low‐ and moderate‐income families. These services include housing, employment assistance/job training, and other assistance to promote self‐sufficiency. The City of Clearwater will continue to support and collaborate with the following services and agencies, among others, that work to reduce poverty: • Regional public housing authorities • Community colleges and technical/vocational schools • Economic development and community investment organizations • Workforce Development Boards and Organizations • Employment programs for homeless persons or ex-offender re-entry • Employment programs for persons with special needs Additionally, the City of Clearwater has its own Economic Development Strategic Plan and programs that is designed to interface with the regional program and work on specific local issues. The City prepared one of the first Brownfields redevelopment plans in the state, established a HUBZone, maintains a Community Redevelopment Area (CRA), and continues to offer economic incentives to spur redevelopment/reinvestment in its low-income areas. The City also facilitates the Opportunity Zone program, New Market Tax Credits (NMTC), and Façade Loan-to-Grant programs. Major redevelopment continues to occur along the US-19 and SR-60 corridors, in downtown and at the beach. Other economic July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 172 incentives include a Capital Investment Tax Credit, Qualified Target Industry Tax Refund Program, High Impact Business Performance Incentive, Workforce Training Grants, and other property and sales tax incentives, The City is also a partner to Clearwater Business SPARK, a partner network to support small businesses and entrepreneurs in every stage of business development, and the City continues to work closely with the Clearwater Regional Chamber of Commerce to provide technical assistance. These programs have created new jobs and opportunities in the City that function as avenues out of poverty. HOW ARE THE JURISDICTION POVERTY REDUCING GOALS, PROGRAMS, AND POLICIES COORDINATED WITH THIS AFFORDABLE HOUSING PLAN The City will continue to provide CDBG funding, where appropriate, to support programs that are designed to help families gain self‐sufficiency such as job training and creation programs. One of City of Clearwater’s goals for the Consolidated Plan is to address the role of economic opportunities in protecting and enhancing the condition of the City’s housing stock and neighborhoods. With that, access to stable and affordable housing is fundamental to the long-term success of such programs. The City of Clearwater will take the following steps to provide affordable housing and reduce the number of households living below the poverty level: • Continue to assist qualified low- and moderate-income households to become homeowners through supporting agencies that provide housing counseling. • Continue to provide mortgage assistance for low- and moderate-income homebuyers. • Continue to assist agencies that engage in homeless prevention and service programs. • Continue to support business incentive programs, such as the building façade program, in Neighborhood Revitalization Strategy Areas and low- and moderate-income areas • Continue to support non-profit organizations in developing facilities that support the local economy. • Continue to support programs that create economic opportunity for low- to moderate-income persons, such as job training and entrepreneurship, small-business start-ups and incubators, and other economic development activities. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 173 SP-80 Monitoring DESCRIBE THE STANDARDS AND PROCEDURES THAT THE JURISDICTION WILL USE TO MONITOR ACTIVITIES CARRIED OUT IN FURTHERANCE OF THE PLAN AND WILL USE TO ENSURE LONG-TERM COMPLIANCE WITH REQUIREMENTS OF THE PROGRAMS INVOLVED, INCLUDING MINORITY BUSINESS OUTREACH AND THE COMPREHENSIVE PLANNING REQUIREMENTS Specific to the City’s CDBG program, all subrecipients will receive federal and local regulations relating to their specific activity, along with an explanation as to how these apply to the project. Specific Performance Agreements will be executed with each subrecipient, giving measurable objectives for the eligible activity to be carried out. Each project is monitored on an ongoing basis and all pre-construction conferences are attended by department staff. Documentation submitted with reimbursement requests is reviewed for compliance with applicable regulations and measurable objectives prior to issuing funds. On-site monitoring of selected subrecipients will be scheduled and completed annually by the Housing Division. A checklist will be completed and reviewed to ensure all aspects of the activity are carried out in accordance with applicable regulations. A follow-up letter will be sent to the subrecipient stating the outcome of the monitoring visit. Any subrecipient determined to need and/or requesting additional training on how to meet grantee and federal requirements will receive technical assistance in the form deemed most appropriate to the circumstances by the Housing Division. Additional technical assistance, if needed or requested, will be given at the time of the annual monitoring. Specific to the City’s HOME program, monitoring will be carried out in accordance with federal regulations to ensure compliance with all HOME requirements. Each subrecipient will be monitored on site to verify that: • The minimum percent requirement for HOME-assisted units is being met under the contract. • Eligible tenant occupancy meets the minimum percent requirement for HOME-assisted units under the guidelines. • Contractual requirements regarding concentration of HOME units and special treatment of HOME tenants are being adhered to. • The Waiting List procedures are compliant with the grant covenants. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan 174 • The Equal Housing Provisions of the contract are being adhered to. • The MBE and WBE provisions of the contract are being adhered to. • The HOME-assisted units meet housing quality standards, and on-site files will be reviewed for the following information: o Current, signed lease. o Verify tenant’s signature to an acceptable form of identification. o Verify monthly rent is compliant. o Verify tenant’s income is supported by file documentation o Verify annual recertification was performed in a timely fashion and in compliance with contract provisions. The City recognizes that monitoring of this Consolidated Plan must be carried out regularly to ensure that the statutory/regulatory requirements are met. It is critical to confirm that the information reported to HUD through such mechanisms as IDIS is correct/complete. The City’s Economic Development and Housing Department is responsible for preparing annual reports detailing the progress of all the strategies contained in the Consolidated Plan. This department will periodically monitor the implementation of these strategies to identify areas requiring improvement. Benchmarks will be tracked over the timeframe covered within this document. The performance of all projects will be reported in the self-evaluation section of the CAPER. The City will follow the mandates of HUD. To monitor the City’s overall progress, comments will be sought from external sources including the non-profit agencies to which Clearwater gives CDBG and HOME funding. Comments from these organizations will be solicited on the City’s annual performance. It is intended that this monitoring plan will reinforce the communication network between the City and the various housing/human needs agencies participating directly in the implementation of the Consolidated Plan or assisting in the provision of service supporting the Plan’s strategies. The monitoring process will also ensure accountability, compliance, and adequate progress from the various subrecipients funded by the City’s CDBG and HOME programs. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 175 ANNUAL ACTION PLAN AP-15 Expected Resources INTRODUCTION The Consolidated Plan must identify the federal, state, local and private resources expected to be available to the City to address priority needs and specific objectives identified in the Strategic Plan. These resources are summarized in SP-35. The City of Clearwater anticipates a total entitlement allocation of $925,886 in CDBG funding for the 2025/2026 program year. Program income for CDBG is estimated to be approximately $591,374 (including $25,100 from prior-year program income, $27,800 from estimated new program income, and $538,474 from the City’s revolving loan programs), and approximately $367,673.00 in prior‐year resources from previous entitlement allocations. CDBG funds will be used for housing and community development activities including, but not limited to, housing rehabilitation, public facilities and services (including homeless activities), economic development, elimination of slum and blight, and administration of the City's CDBG program. The City of Clearwater also expects a total allocation of $383,226.12 in HOME funding for the 2025/2026 program year. Program income for HOME is expected to be approximately $2,416,313, with approximately $2,591,861 in prior‐year resources. HOME funds will be used for housing activities such as housing acquisition or rehabilitation, new construction, purchase or rental assistance, administration of the City's HOME program, and CHDO support. The expected amount available during the remainder of the Consolidated Plan (2025-2029) is based on an estimated annual allocation of $920,000 in CDBG funds and $430,000 in HOME funds for each of the July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 176 subsequent program years. This results in an estimated total funding amount of $3,680,000 and $1,720,000, respectively, over the remaining four-year period. Other resources, such as private and non‐Federal public sources may become available to the City of Clearwater during the program year. For CDBG leveraging, these include funding from SHIP, Community Redevelopment Agency (CRA), City Departments (e.g. Engineering, Parks and Recreation), public or social service providers, or other sources. The City will also look to leverage funds, if available, from SHIP, Community Housing Development Organizations (CHDOs), Public Housing Authority (PHA), or other agencies and programs against HOME dollars. The Annual Action Plan must summarize the City’s priorities and the specific goals it intends to initiate and/or complete within the first year of the Strategic Plan. These goals must be described in quantitative terms. The City of Clearwater has selected goal outcome indicators and quantities based on the anticipated performance measures of the 2025/2026 Annual Action Plan. See AP-20. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 177 TABLE 56: ANTICIPATED RESOURCES Program Source of Funds Uses of Funds Expected Amount Available Year 1, Annual Allocation: $ Expected Amount Available Year 1, Program Income: $ Expected Amount Available Year 1, Prior Year Resources: $ Expected Amount Available Year 1, Total: $ Expected Amount Available Remainder of Consolidated Plan 2021-2024: $ Narrative Description CDBG Public – Federal Acquisition, Admin and Planning, Economic Development, Housing, Public Improvements, Public Services $925,886 $591,374 $367,673 $1,884,933 $3,680,000 The Federal CDBG allocation will be used for housing and community development activities. Funding from other sources may be leveraged against CDBG dollars for public benefit. HOME Public – Federal Acquisition, Homebuyer Assistance, Homeowner Rehab, Multifamily Rental New Construction, Multifamily Rental Rehab, New Construction for Ownership, TBRA $383,226.12 $2,416,313 $2,591,861 $5,391,400.12 $1,720,000 The Federal HOME allocation will used for housing activities. Funding from other sources may be leveraged against HOME dollars for public benefit. SHIP Public – State Acquisition, Homebuyer Assistance, Homeowner Rehab, Multifamily Rental New Construction, Multifamily Rental Rehab, New Construction for Ownership, TBRA $825,856 $501,229 $0 $1,327,085 $3,477,920 The State SHIP allocation will be used to match federal funding for housing activities. *HUD 2025 Formula Allocation Notes: Program incomes are estimated amounts and actual amounts may differ if larger sums are received from loan payoffs. Prior year resources amounts were estimated based on activities to be encumbered by the end of September 2025. These amounts will be updated during the 2024 program year close‐out. Table 56 – Anticipated Resources [Expected Resources] July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 178 EXPLAIN HOW FEDERAL FUNDS WILL LEVERAGE THOSE ADDITIONAL RESOURCES (PRIVATE, STATE AND LOCAL FUNDS), INCLUDING A DESCRIPTION OF HOW MATCHING REQUIREMENTS WILL BE SATISFIED The City will look to leverage funds, if available, from SHIP, Community Redevelopment Agency (CRA), City Departments (e.g. Engineering, Parks and Recreation), public or social service providers, or other sources against CDBG dollars. The City will look to leverage private funds, if available, from lending institutions and homeowner contributions, and public funds from SHIP, Public Housing Authorities (PHAs), and other agencies and programs against HOME dollars. The City shall assure that the requirements as it relates to non-federal share will be utilized as referenced in 24 CFR 570.201 (3) (g), for any project in which CDBG or HOME funding is used as the non- federal match. In the future, the City will continue to aggressively pursue funding from private, public, and federal sources to address economic and community development needs. IF APPROPRIATE, DESCRIBE PUBLICLY OWNED LAND OR PROPERTY LOCATED WITHIN THE JURISDICTION THAT MAY BE USED TO ADDRESS THE NEEDS IDENTIFIED IN THE PLAN The City of Clearwater owns a number of properties within low‐ and moderate‐income areas of its jurisdiction. The City also maintains an “Affordable Housing Inventory List” that is updated periodically by City resolution. Adopted by Resolution No. 23-13 (2023), there are 31 properties on the list, located on S. Madison, Nathans Ln., Cleveland St., S. Evergreen Ave., Park St., Palmetto St., Vine Ave., N. Martin Luther King, Jr. Ave., Tangerine St., Engman St., Pennsylvania Ave., Grant St., Marshal St., and Taft Ave. Some of these properties are in the City’s Neighborhood Revitalization Strategy Areas. DISCUSSION The City of Clearwater's anticipated funding allocation from CDBG and HOME will address many of the City's goals, including Housing, Homelessness, Non-Homeless Special Needs, Community Development and Public Services, Economic Development, and Emergency/Disaster Response. The City is fortunate to have a network of public or social service providers to help address these goals through financial leveraging, as well as other potential Federal funding sources such as SHIP and non‐Federal sources such as the Community Redevelopment Agency (CRA), City Departments, Community Housing Development Organizations (CHDOs) and other agency and program funding. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 179 AP-20 Annual Goals and Objectives TABLE 57: GOALS SUMMARY INFORMATION Sort Order Goal Name Start Year End Year Category Geographic Area Needs Addressed Funding (1-Year Total) Goal Outcome Indicator 1 Program Administration 2025 2026 Other (Administration) Citywide Low- and Moderate-Income Areas; NRSAs Program Administration CDBG: $190,737; HOME: $49,122; SHIP: $66,354 Other: 0 Other (N/A) 2 Housing 2025 2026 Affordable Housing Public Housing Citywide Low- and Moderate-Income Areas; North Greenwood NRSA Housing Rehabilitation (Owner and Renter); Housing New Construction (Owner and Renter); Homeowner Assistance; Rental Assistance CDBG: $499,912*; HOME: $5,342,278.12; SHIP: $1,260,731 Rental Units Constructed: 3 Household/Housing Units; Rental Units Rehabilitated: 1 Household/Housing Units; Homeowner Housing Added: 2 Household/Housing Units; Homeowner Housing Rehabilitated: 5 Household/Housing Units; Direct Financial Assistance to Homebuyers: 9 Households Assisted; TBRA/Rapid Rehousing: 65 Households Assisted [Only SHIP: Public Service Activities for Low/Mod Income Housing Benefit: 175 Households Assisted] 3 Homelessness 2025 2026 Homeless Citywide Low- and Moderate-Income Areas; North Greenwood NRSA; Downtown Gateway NRSA Behavioral/Mental Health & Substance Abuse Services; Health Services; Legal Services; Facilities/Services for Homeless Adults & Families; Case Management; Nutrition/Food Services; Rental Assistance CDBG: $197,588 Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 2,300 Persons Assisted; Public Service Activities other than Low/Mod Income Housing Benefit: 166 Persons Assisted; Homelessness Prevention: 50 Persons Assisted 4 Non-Homeless Special Needs 2025 2026 Non-Homeless Special Needs Lake Bellevue NRSA Nutrition/Food Services CDBG: $23,147 Public Service Activities other than Low/Mod Income Housing Benefit: 48 Persons Assisted 5 Community Development and Public Services 2025 2026 Non-Housing Community Development Citywide Low- and Moderate-Income Areas; North Greenwood NRSA; Lake Bellevue NRSA Behavioral/Mental Health Services & Substance Abuse Services; Nutrition/Food Services; Facilities/Services for Youth; Public Utility/Infrastructure Improvements; Public Park Improvements; Community Resource & “One- Stop” Referral Centers; Community Building/Facility Rehabilitation/Retrofit; Pedestrian/Sidewalk; Transit, & Roadway Improvements; Code Enforcement/Blight Elimination; Community Outreach & Public Safety/Security CDBG: $527,074 Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 5,951 Persons Assisted; Public Service Activities other than Low/Mod Income Housing Benefit: 95 Persons Assisted; Buildings Demolished: 1 Buildings; Other: 1 Other (Project) 6 Economic Development 2025 2026 Non-Housing Community Development Citywide Low- and Moderate-Income Areas Building Façade Improvements; Economic Opportunity/Business Assistance CDBG: $446,475* Façade Treatment/Business Building Rehabilitation: 2 Businesses; Businesses Assisted: 33 Businesses Assisted 7 Emergency/Disaster Response 2025 2026 Other (Emergency/Disaster Response) Citywide Low- and Moderate-Income Areas; NRSAs Emergency/Disaster Response (TBD) based on urgent need CDBG: $0; HOME: $0; SHIP: $0 Other: 0 Other (N/A) *Note: Partially sourced from $538,474 in CDBG Revolving Loan Fund Table 57 – Goals Summary Information July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 180 TABLE 58: GOAL DESCRIPTIONS *Note: Partially sourced from $538,474 in CDBG Revolving Loan Fund Sort Order 1 Goal Name Program Administration Goal Description Administer the City of Clearwater’s federally funded grant programs to implement the goals of the Five-Year Consolidated Plan. | CDBG - $190,737 | HOME - $49,122 | SHIP - $66,354 Sort Order 2 Goal Name Housing Goal Description Provide availability of and accessibility to decent affordable housing for the residents of the City of Clearwater. | CDBG - $499,912* (See note below) | HOME - $5,342,278.12 | SHIP - $1,260,731 Sort Order 3 Goal Name Homelessness Goal Description Help to prevent and reduce homelessness within the City of Clearwater. | CDBG - $197,588 Sort Order 4 Goal Name Non-Homeless Special Needs Goal Description Provide accessibility and coordination of social services to City of Clearwater special needs populations. | CDBG - $23,147 Sort Order 5 Goal Name Community Development and Public Services Goal Description Enhance the living environment for persons in low- and moderate-income areas through community development activities, public service programs, and elimination of blight. | CDBG - $527,074 Sort Order 6 Goal Name Economic Development Goal Description Support programs that create economic opportunities in the City of Clearwater, particularly for persons of low and moderate income and in Neighborhood Revitalization Strategy Areas (NRSAs). | CDBG - $446,475* (See note below) Sort Order 7 Goal Name Emergency/Disaster Response Goal Description Provide assistance prior to, during, and after a community emergency and/or disaster event to prepare for and/or mitigate loss, protect during and event, and aid with recovery. | CDBG - $0 | HOME - $0 | SHIP - $0 [Priority needs to be determined (TBD) based on urgent need.] July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 181 AP-35 Projects INTRODUCTION The City’s planned actions for the 2025/2026 Annual Action Plan are intended to support housing and community development for the City’s low- and moderate-income populations as well as the City’s homeless and special needs groups. The City will continue to operate its CDBG and HOME programs through the Economic Development and Housing Department, which will continue to provide funding for housing rehabilitation, homeownership assistance, and blight elimination. These actions will further the goal of improving the availability of and accessibility to affordable housing in Clearwater. As in the past, the City will continue to coordinate with public or social service providers to prevent homelessness and promote access to public services for low- and moderate-income and special needs populations generally assumed to be low- and moderate-income. During the 2025/2026 program year, the City will fund activities that address the needs of the homeless and those at risk of becoming homeless, the elderly, persons with disabilities, victims of domestic violence, and youth and families of low- and moderate-income. Planned community development activities include service provider building/facilities improvements, public services, and economic development activities such as façade improvements and business assistance. The City’s planned actions for the 2025/2026 Annual Action Plan are summarized in Table 58. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 182 TABLE 58: PROJECT INFORMATION Sort Order Project Name 1 Program Administration 2 Affordable Housing Projects 3 Housing Assistance 4 Homeless Facilities 5 Homeless Services 6 Senior Wellness Pantry 7 Community Development Facilities 8 Public Services 9 TBD – Public Facilities and/or Infrastructure Projects 10 Elimination of Slum and Blight 11 Economic Development Activities 12 TBD – Disaster Relief Table 58 – Project Information July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 183 DESCRIBE THE REASONS FOR ALLOCATION PRIORITIES AND ANY OBSTACLES TO ADDRESSING UNDERSERVED NEEDS The allocation priorities are focused on the seven (7) goals of the Strategic Plan: program administration, housing, homelessness, non-homeless special needs, community development and public services, economic development, and emergency/disaster response. It is important to note that total funding for public services is capped at 15% of the total CDBG allocation. Total funding for activities related to administration is capped at 20% for CDBG and 10% for HOME. Strategic Plan Goal CDBG + HOME (% of Total Funding)* Program Administration: $239,859 (3%) Housing: $5,842,190.12 (80%) Homelessness: $197,588 (3%) Non-Homeless Special Needs: $23,147 (< 1%) Community Development and Public Services $527,074 (7%) Economic Development $446,475 (6%) Emergency/Disaster Response $0 (0%) TOTAL $7,276,333.12 *Includes program income partially sourced from CDBG Revolving Loan Fund and prior-year resources. Excludes SHIP (State) resources. Percentages may not equal 100% due to rounding. Inflation and reduced revenues have affected all levels of government (federal, state, and local) in recent years, which limit the City’s ability to meet the needs of lower income residents. The impacts of hurricanes Helene and Milton in 2024 further exacerbated the region’s housing crisis for lower income residents. The resulting demand for public services is placing additional burden on non-profit housing and public service providers, as well as housing authorities, within the City and the Tampa Bay region. The lack of available land in the City of Clearwater, paired with rapidly rising housing prices, constrains the City’s ability to provide affordable housing. Affordable rental units are critical for households that are priced out of the homeowner housing market; however, the production of affordable units has not kept pace with this demand due to the prohibitive costs of development. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 184 AP-38 Project Summary PROJECT SUMMARY INFORMATION Sort Order 1 Project Name Program Administration Target Area Citywide Low- and Moderate-Income Areas Goals Supported Program Administration Needs Addressed Program Administration Funding CDBG: $190,737; HOME: $49,122; SHIP: $66,354 Description Administration of CDBG, HOME, and SHIP programs. Estimate the number and type… Other: 0 (N/A) Location Description Citywide; Grantee Offices: 509 S. East Ave., Clearwater Planned Activities Planning and Administration - Planning and administration of CDBG, HOME, and SHIP programs. Resources include program income. Sort Order 2 Project Name Affordable Housing Projects Target Area Citywide Low- and Moderate-Income Areas; North Greenwood NRSA Goals Supported Housing Needs Addressed Housing Rehabilitation (Owner and Renter); Housing New Construction (Owner and Renter) Funding CDBG: $188,313; CDBG (RLF): $311,599 [Total CDBG: $499,912]; HOME: $4,556,679.12; SHIP: $950,731 Description Creation and preservation of owner-occupied or rental housing. Estimate the number and type… Rental Units Constructed: 3 Household/Housing Units; Rental Units Rehabilitated: 1 Household/Housing Units; Homeowner Housing Added: 2 Household/Housing Units; Homeowner Housing Rehabilitated: 5 Household/Housing Units Location Description Citywide; North Greenwood NRSA Planned Activities Affordable Housing Projects - New construction, rehabilitation, and/or acquisition of single family and multifamily housing units for low- and moderate-income households. Resources include CHDO set-aside funding. The City of Clearwater will collaborate with partners and developers by offering 0% interest loans to support the new construction, rehabilitation and/or acquisition of single-family and multi-family housing units. Sort Order 3 Project Name Housing Assistance Target Area Citywide Low- and Moderate-Income Areas Goals Supported Housing Needs Addressed Homeowner Assistance; Rental Assistance Funding HOME: $785,599; SHIP: $310,000 Description Housing assistance to benefit low- and moderate-income households. Estimate the number and type… Direct Financial Assistance to Homebuyers: 9 Households Assisted; TBRA/Rapid Rehousing: 65 Households Assisted [Only SHIP: Public Service Activities for Low/Mod Income Housing Benefit: 175 Households Assisted] Location Description Citywide July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 185 Planned Activities Housing Assistance: Funding for home purchase assistance/loan processing, Tenant Based Rental Assistance (TBRA), homebuyer education, and housing counseling for low- and moderate-income households. Programs may be delivered directly by the City or through Clearwater Housing Authority or other qualified nonprofit agencies such as Suncoast Housing Connections and/or Tampa Bay Neighborhood Housing Services. Sort Order 4 Project Name Homeless Facilities Target Area Downtown Gateway NRSA Goals Supported Homelessness Needs Addressed Facilities/Services for Homeless Adults & Families; Nutrition/Food Services Funding CDBG: $105,000 Description Public facilities that shelter or assist persons experiencing homelessness. Estimate the number and type… Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 2,300 Persons Assisted Location Description Downtown Gateway NRSA; Subrecipient Locations: 1345 Park St., Clearwater Planned Activities Homeless Facilities – This project will improve subrecipient facilities at the St. Vincent de Paul Community Kitchen and Resource Center (Parking Lot, Storage/Offices, and HVAC System). Sort Order 5 Project Name Homeless Services Target Area Citywide Low- and Moderate-Income Areas; North Greenwood NRSA Goals Supported Homelessness Needs Addressed Behavioral/Mental Health & Substance Abuse Services; Health Services; Legal Services; Facilities/Services for Homeless Adults & Families; Case Management; Rental Assistance Funding CDBG: $92,588 Description Public services that prevent or reduce homelessness. Estimate the number and type… Public Service Activities other than Low/Mod Income Housing Benefit: 166 Persons Assisted; Homelessness Prevention: 50 Persons Assisted Location Description Citywide; North Greenwood NRSA. Subrecipient Locations: 1801 5th Ave. N., St. Petersburg (WestCare GulfCoast Florida); 501 1st Ave. N., St. Petersburg (Gulfcoast Legal Services); 1310 N. Dr. Martin Luther King, Jr. Ave., Clearwater (Metropolitan Ministries); and 501 1st Ave. N., St. Petersburg (Pinellas Opportunity Council) Planned Activities Homeless Services - Salary support and fringe benefits to deliver subrecipient programs that provide public services to persons experiencing or at-risk of homelessness, and emergency subsistence payments for homeless prevention. These public services programs include WestCare GulfCoast Florida (A Turning Point Program), Gulfcoast Legal Services (Housing Legal Services for Homeless Prevention), Metropolitan Ministries (NeighborHOPE Program), and Pinellas Opportunity Council (Emergency Assistance Program). Sort Order 6 Project Name Senior Wellness Pantry Target Area Lake Bellevue NRSA Goals Supported Non-Homeless Special Needs Needs Addressed Nutrition/Food Services Funding CDBG: $23,147 Description Public services that benefit persons with special needs, such as the elderly. Estimate the number and type… Public Service Activities other than Low/Mod Income Housing Benefit: 48 Persons Assisted July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 186 Location Description Lake Bellevue NRSA. Subrecipient Locations: 700 Druid Rd., Clearwater (Hope Villages of America) Planned Activities Senior Wellness Pantry – Salary support and fringe benefits to deliver subrecipient programs that provide public services to persons with special needs, such as the elderly. The planned activities include a nutrition/food service program delivered by Hope Villages of America (Senior Wellness Pantry). Sort Order 7 Project Name Community Development Facilities Target Area Citywide Low- and Moderate-Income Areas; Lake Bellevue NRSA Goals Supported Community Development and Public Services Needs Addressed Behavioral/Mental Health Services & Substance Abuse Services; Nutrition/Food Services; Community Resource & “One-Stop” Referral Centers; Community Building/Facility Rehabilitation/Retrofit Funding CDBG: $350,474 Description Community development activities at facilities that benefit low- and moderate-income persons. Estimate the number and type… Public Facility or Infrastructure Activities other than Low/Mod Income Housing Benefit: 5,951 Persons Assisted Location Description Citywide; Lake Bellevue NRSA. Subrecipient Locations: 700 Druid Rd., Clearwater (Hope Villages of America); 1437 S. Belcher Rd., Clearwater (Directions for Living); and 1003 Dr. Martin Luther King, Jr. St. N., Safety Harbor (Mattie Williams Neighborhood Family Center) Planned Activities Community Development Facilities – Projects to improve subrecipient facilities that support community development and/or provide essential resources to low- and moderate-income persons. These projects include Hope Villages of America (Food Distribution & Basic Needs Center), Directions for Living (ADA Accessibility/Doors/Stairwells), and Mattie Williams Neighborhood Family Center (Power Backup/Generator). Sort Order 8 Project Name Public Services Target Area Citywide Low- and Moderate-Income Areas Goals Supported Community Development and Public Services Needs Addressed Facilities/Services for Youth; Community Outreach & Public Safety/Security Funding CDBG: $23,147 Description Public services that benefit low- and moderate-income persons. Estimate the number and type… Public Service Activities other than Low/Mod Income Housing Benefit: 95 Persons Assisted Location Description Citywide Planned Activities Public Services - Salary support and fringe benefits to deliver subrecipient programs that provide public services to low- and moderate-income persons. The planned activities include programs delivered for Youth Leadership and/or Victim Advocacy. Sort Order 9 Project Name TBD – Public Facilities Projects Target Area Citywide Low- and Moderate-Income Areas; NRSAs (All) Goals Supported Community Development and Public Services Needs Addressed Public Utility/Infrastructure Improvements; Public Park Improvements; Community Resource & “One-Stop” Referral Centers; Community Building/Facility Rehabilitation/Retrofit; Pedestrian/Sidewalk; Transit, & Roadway Improvements; Community Outreach & Public Safety/Security Funding CDBG: $85,400 July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 187 Description Public facilities and/or infrastructure projects designed to benefit residents living in low- and moderate-income areas. Estimate the number and type… Other: 1 Other (Project) Location Description Citywide Planned Activities Public Facilities Projects - Improvements to recreation centers, community centers, non- profit/subrecipient buildings, or other eligible public facilities and/or infrastructure activities. Sort Order 10 Project Name Elimination of Slum and Blight Target Area Citywide Low- and Moderate-Income Areas; North Greenwood NRSA Goals Supported Community Development and Public Services Needs Addressed Code Enforcement/Blight Elimination Funding CDBG: $68,053 Description Removal of slum/blight properties. Estimate the number and type… Buildings Demolished: 1 Buildings Location Description Citywide; North Greenwood NRSA Planned Activities Elimination of Slum and Blight - Property acquisition and demolition for removal of slum/blight properties. Sort Order 11 Project Name Economic Development Activities Target Area Citywide Low- and Moderate-Income Areas Goals Supported Economic Development Needs Addressed Building Façade Improvements; Economic Opportunity/Business Assistance Funding CDBG: $219,600; CDBG (RLF): $226,875.00 [Total CDBG: $446,475] Description Commercial façade improvement grants and microenterprise business assistance. Estimate the number and type… Façade Treatment/Business Building Rehabilitation: 2 Businesses; Businesses Assisted: 33 Businesses Assisted Location Description Citywide; 2465 Drew St., Clearwater (Prospera) Planned Activities Façade Improvement Program - Commercial rehabilitation for exterior façades of buildings; Microenterprise Business Assistance - Salary support and fringe benefits to deliver subrecipient programs that provide microenterprise assistance to low- and moderate- income persons. These programs include Prospera (Technical Assistance for LMI Businesses) and WeeCare dba Upwards Care (Childcare BOOST Program). Sort Order 12 Project Name TBD – Disaster Relief Target Area Citywide Low- and Moderate-Income Areas; NRSAs (All) Goals Supported Emergency/Disaster Response Needs Addressed Emergency/Disaster Response (TBD) based on urgent need Funding CDBG: $0; HOME: $0; SHIP: $0 Description Disaster Assistance Strategy as declared by the President of the United States or Governor of the State of Florida. Estimate the number and type… Other: 0 Other Location Description Citywide July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 188 Planned Activities Disaster Relief - Urgent need disaster relief and disaster assistance. Funding amounts and estimated outcomes to be determined (TBD) based on available Federal, State, or local sources. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 189 AP-50 Geographic Distribution DESCRIPTION OF THE GEOGRAPHIC AREAS OF THE ENTITLEMENT (INCLUDING AREAS OF LOW- INCOME AND MINORITY CONCENTRATION) WHERE ASSISTANCE WILL BE DIRECTED For the 2025/2026 Annual Action Plan, Clearwater will provide direct assistance to low- and moderate- income areas and approved Neighborhood Revitalization Strategy Areas (NRSAs) of the City. The geographic distribution of funding percentages is misleading since few projects are solely concentrated in a specific NRSA; most projects are not solely concentrated in a NRSA, but are included in the citywide, low- and moderate-income areas and multiple NRSAs. These percentages include projects that will benefit multiple areas. See Map 1 titled, "Low- and Moderate-Income Areas" for a graphical representation of low- and moderate-income area locations. See Map 2 titled, "Neighborhood Revitalization Strategy Areas Map" for the locations of the City's strategy areas. TABLE 59: GEOGRAPHIC DISTRIBUTION Target Area Percentage of Funds North Greenwood NRSA 17.96% (18%) Lake Bellevue NRSA 1.49% (2%) Downtown Gateway District NRSA 1.44% (1%) Citywide Low- and Moderate-Income Areas 79.11% (79%) Table 59 – Geographic Distribution RATIONALE FOR THE PRIORITIES FOR ALLOCATING INVESTMENTS GEOGRAPHICALLY Four (4) areas have been designated as either Local Target Areas or NRSAs within the City of Clearwater. These are Citywide Low- and Moderate-Income Areas (Local Target Area), North Greenwood NRSA, Lake Bellevue NRSA, and Downtown Gateway District NRSA. These neighborhoods were previously identified in the 2020/2021- 2024/2025 Consolidated Plan and are continued for the 2025/2026‐2029/2030 Consolidated Plan based on input received during the citizen participation process. The citizen participation process included service provider and community meetings, as well as meetings with staff of the City’s Economic Development and Housing Department. Each of these neighborhoods meets the eligibility requirements for low‐ and moderate-income benefit. The designation of Local Target Areas and NRSAs increases the potential for coordinated planning and investment. While Local Target Areas and NRSAs allow the City to plan and invest in a coordinated manner, they do not limit the City from July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 190 expending funds in other areas of Clearwater that also meet the eligibility requirements for low‐ and moderate-income benefit citywide. DISCUSSION The City of Clearwater has identified 12 projects to implement the goals of the Strategic Plan during the first year of the 2025/2026-2029/2030 Consolidated Plan. These projects benefit low- and moderate- income persons Citywide and within the City’s NRSAs. Projects with Citywide benefit include housing activities, homeless and public services, economic development, and the City’s administration of the CDBG and HOME programs. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 191 AP-55 Affordable Housing INTRODUCTION As stated previously, the City places a high priority on providing homeownership opportunity in Clearwater. This goal shall be addressed, in part, by local non-profit organizations and developers that construct affordable housing for lower-income, first-time homebuyers. In addition, the City will continue to deliver its housing rehabilitation and purchase assistance programs, and to support homebuyer education and Fair Housing activities. The Annual Action Plan must specify goals for the number of homeless, non-homeless, and special needs households to be supported within the program year. These numbers are shown in Table 60 and are inclusive of the affordable housing activities shown in Table 57, in addition to other planned housing activities identified in Table 58. Table 61 indicates the number of households to be supported through specific activities, including rental assistance, production of new units, rehabilitation of existing units, or acquisition of existing units. For the purposes of this section, the term “affordable housing” is defined in the HOME regulations at 24 CFR 92.252 for rental housing and 24 CFR 92.254 for homeownership. [This section replaces the former HUD Table 3B.] TABLE 60: ONE YEAR GOALS FOR AFFORDABLE HOUSING BY SUPPORT REQUIREMENT One Year Goals Number of Households to be Supported Homeless 0 Non-Homeless 85 Special Needs 0 Total 85 Table 60 – One Year Goals for Affordable Housing by Support Requirement TABLE 61: ONE YEAR GOALS FOR AFFORDABLE HOUSING BY SUPPORT TYPE One Year Goals Number of Households Supported Through: Rental Assistance 65 The Production of New Units 5 Rehab of Existing Units 6 Acquisition of Existing Units 9 Total 85 Table 61 – One Year Goals for Affordable Housing by Support Type July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 192 DISCUSSION The City will continue to deliver its long-standing housing programs, including housing rehabilitation and purchase assistance, coordinate with non-profit organizations and developers that construct affordable housing, and support homebuyer education and Fair Housing activities. These housing activities will support 85 households through a combination of rental assistance, production of new units, rehabilitation or acquisition of existing units, and direct financial assistance to homebuyers. Another 175 households will be assisted with SHIP, through housing-related public services (e.g. homebuyer education and housing counseling). July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 193 AP-60 Public Housing INTRODUCTION This section of the Annual Action Plan describes what actions the City of Clearwater will take during the 2025/2026 program year to carry out the public housing strategy identified in the Strategic Plan. The Clearwater Housing Authority (CHA) administers housing assistance for low- and very-low-income persons in the greater Clearwater area. The operations of the CHA are funded through annual appropriations provided by U.S. Department of Housing and Urban Development. Assistance includes public housing, tenant-based vouchers (Housing Choice Vouchers or HCVs), and special purpose voucher activities. Combined, these activities supply approximately 1,691 publicly assisted housing units in the greater Clearwater area (Source: CHA, 2024 Annual PHA Plan). ACTIONS PLANNED DURING THE NEXT YEAR TO ADDRESS THE NEEDS TO PUBLIC HOUSING The City works cooperatively with Pinellas County, the CHA, and private entities in the provision of public and subsidized housing within Clearwater. The CHA administers public housing for seniors and families in addition to the Housing Choice Voucher (HCV) program that provides financial rental assistance to eligible individuals and families based upon income. The CHA and other housing providers in the community continuously seek to rehabilitate the supply of housing affordable to low- and very- low-income persons. Although the CHA recently renovated some of its public housing units, the CHA plans to undergo a voluntary conversion in 2025. The CHA will ensure that residents are housed through vouchers and coordination with other housing providers. Any proceeds from the sale of public housing properties will be reinvested in affordable housing. The City of Clearwater will continue to coordinate housing referrals with the CHA, as well as the Pinellas County Housing Authority, in the delivery of the City’s CDBG and HOME housing programs. ACTIONS TO ENCOURAGE PUBLIC HOUSING RESIDENTS TO BECOME MORE INVOLVED IN MANAGEMENT AND PARTICIPATE IN HOMEOWNERSHIP The CHA has an ongoing management program in place to involve residents in its operations. Additionally, through the 2025/2026 Annual Action Plan, the City of Clearwater will support SHIP-funded homebuyer education, Fair Housing counseling, and housing placement activities that could facilitate the transition from public housing to homeownership. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 194 IF THE PHA IS DESIGNATED AS TROUBLED, DESCRIBE THE MANNER IN WHICH FINANCIAL ASSISTANCE WILL BE PROVIDED OR OTHER ASSISTANCE The City’s Public Housing Authority is not listed as troubled by HUD. DISCUSSION Affordable housing needs are met by multiple service providers in the greater Clearwater area. The Clearwater Housing Authority currently administers public housing units and tenant-based vouchers (HCVs). Although the CHA plans to undergo a voluntary conversion of public housing properties, the CHA will continue to administer vouchers and will ensure that residents are housed in coordination with other housing providers. The City will continue to coordinate referrals with the CHA to connect low- income residents with housing options. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 195 AP-65 Homeless and Other Special Needs Activities INTRODUCTION The Homeless Leadership Alliance of Pinellas (HLA) and is a nonprofit 501(c)(3). The HLA serves as the Continuum of Care (CoC) Lead Agency, Collaborative Applicant, and HMIS Lead Agency. The HLA provides supplemental services, coordination and funding management to carry out the policy goals of the CoC. The mission of the HLA is to prevent, divert, and end homelessness in Pinellas County by providing leadership to community partners and stakeholders in the planning, implementation, and alignment of the community-wide crisis response system. The HLA coordinates the actions of the CoC to address the needs of the homeless, and persons at risk of becoming homeless, in the greater Clearwater area. This section of the Annual Action Plan describes the City of Clearwater one-year goal, and the specific actions steps it will undertake in the program year, to carry out the homeless strategy identified in the Strategic Plan. Additionally, this section addresses any activities related to the supportive housing needs of non-homeless populations. DESCRIBE THE JURISDICTIONS ONE-YEAR GOALS AND ACTIONS FOR REDUCING AND ENDING HOMELESSNESS Consistent with the Consolidated Plan’s Strategic Plan, the City of Clearwater will pursue the goal of helping to prevent and reduce homelessness within the City of Clearwater. It is the City’s objective to support the activities of the HLA, as the CoC Lead Agency, and members of the CoC, a countywide consortium of homeless service providers. The HLA partners with the Juvenile Welfare Board’s Children’s Services Council and 2-1-1 Tampa Bay Cares on the Family Services Initiative (FSI) that works with families with needs. The goal of the FSI program is to prevent homelessness while working on longer term issues and to have one place for families to make initial contact for help. FSI is publicized widely as the place for homeless and at-risk families to go for help. Homeless and at-risk families call 2-1-1 and are directed to specific triage staff for short assessment. Additionally, outreach to the homeless is done by three full-time and two half-time Street Outreach Teams who cover major parts of the county five days a week. The Street Outreach Teams are the center July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 196 of the Continuum of Care’s efforts to find and engage street homeless, in place, since late 2006. Each Street Outreach Team is composed of one law enforcement officer and one case manager. Additionally, Street Outreach individuals focus on finding unaccompanied youth. The Veterans Administration funds Veterans Outreach persons. All the outreach personnel meet bi-monthly to discuss problems, identify increases/decreases in specific populations, problem-solve, and meet with providers of emergency mats and beds. Law enforcement staff members train their police departments on working with street homeless persons. Once a street homeless individual or couple seeks assistance, they are encouraged to go to Safe Harbor, the County’s emergency homeless shelter and jail diversion program designed to be a safe haven for the homeless, where they are assigned a case manager for assessment and referral to services, etc. Unaccompanied youth are referred to Family Resources and other youth programs to get them off the street. Street Outreach Teams also process individuals for entrance to Pinellas Hope, another homeless shelter operated by Catholic Charities. REACHING OUT TO HOMELESS PERSONS (ESPECIALLY UNSHELTERED PERSONS) AND ASSESSING THEIR INDIVIDUAL NEEDS Annually, the HLA conducts a Point-in-Time Homeless Report and prepares a Homeless Assessment Report, both of which document the extent of homelessness in the community. Furthermore, the City received input on the needs of the homeless population through the Consolidated Plan public meetings and community survey. This year, the priority needs of homeless persons, and persons at-risk of homelessness, include facilities and services for behavioral/mental health and substance abuse services, health services, facilities and services for homeless adults and families, case management, nutrition/food services, legal services, and emergency financial assistance. For the first-year Action Plan, the City of Clearwater will fund activities to provide programs to persons experiencing homeless, which will be delivered by the following subrecipient partners: WestCare GulfCoast Florida (A Turning Point Program), Metropolitan Ministries (NeighborHOPE Program), Pinellas Opportunity Council (Emergency Assistance Program), and St. Vincent de Paul Community Kitchen and Resource Center (Facility Improvements). Additionally, the City will fund activities to provide programs to persons at-risk of homelessness, which will be delivered by the following subrecipient partner: Gulfcoast Legal Services (Housing Legal Services for Homeless Prevention). July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 197 ADDRESSING THE EMERGENCY SHELTER AND TRANSITIONAL HOUSING NEEDS OF HOMELESS PERSONS As previously mentioned, the HLA annually conducts a Point-in-Time Homeless Report and prepares a Homeless Assessment Report, both of which document the extent of homelessness in the community. In addition to other metrics, these reports identify the number of person or families in emergency shelter or transitional housing. In the Clearwater area, homeless services such as emergency shelter and transitional housing are provided by churches and non-profit organizations, including but not limited to Homeless Emergency Project, Inc. (Homeless Empowerment Program) (HEP), Kimberly Home, Boley Centers, Hope Villages of America, Salvation Army, and Family Resources (SafePlace2B), among others. Additionally, the HLA maintains an online map-based directory targeted to homeless persons including contact information for emergency shelter, food and clothing assistance, and transitional housing services, including a map of Pinellas Suncoast Transit Authority (PSTA) bus routes. The City makes it a goal of the Consolidated Plan to prevent and reduce homelessness within the City of Clearwater by supporting programs that offer shelter facilities and beds for the homeless, and by assisting agencies that engage in homeless prevention and service programs. For the first-year Action Plan, the City will support several agencies that provide emergency shelter and transitional housing. HELPING HOMELESS PERSONS (ESPECIALLY CHRONICALLY HOMELESS INDIVIDUALS AND FAMILIES, FAMILIES WITH CHILDREN, VETERANS AND THEIR FAMILIES, AND UNACCOMPANIED YOUTH) MAKE THE TRANSITION TO PERMANENT HOUSING AND INDEPENDENT LIVING, INCLUDING SHORTENING THE PERIOD OF TIME THAT INDIVIDUALS AND FAMILIES EXPERIENCE HOMELESSNESS, FACILITATING ACCESS FOR HOMELESS INDIVIDUALS AND FAMILIES TO AFFORDABLE HOUSING UNITS, AND PREVENTING INDIVIDUALS AND FAMILIES WHO WERE RECENTLY HOMELESS FROM BECOMING HOMELESS AGAIN The City will support, in coordination with the HLA, activities to end chronic homelessness within the City of Clearwater. CoC member agencies actively work to assist homeless persons with making the transition to more permanent housing and preventing such persons from becoming homeless again. CoC members agencies support a “Housing First” approach to provide housing options regardless of whether individuals or families meet otherwise comment prerequisites for housing. National research around July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 198 “Housing First” suggests that individuals and/or head of household members who have been homeless are more successful in achieving self-sufficiency when housing stability is acquired first, regardless of whether they are sober or financially self-sufficient in the beginning. Once their housing situation is stabilized, their ability to achieve sobriety, financial stability, or overcome other common barriers to housing dramatically improves. This is typically achieved by Rapid Re-Housing, and other interim housing strategies such as targeted transitional and permanent supportive housing, to obtain housing quickly, increase self-sufficiency, and stay housed. For the first-year Action Plan, the City will fund an emergency financial assistance program through Pinellas Opportunity Council and housing legal services through Gulfcoast Legal Services to help persons remain stably housed. These activities may shorten the duration of homelessness, help persons transition to more stable housing, and/or provide access to affordable housing. Other funded activities include case management, behavioral and mental health services, referrals to appropriate housing providers, affordable housing unit construction or rehabilitation, homebuyer education, purchase assistance, and access to economic opportunities. HELPING LOW-INCOME INDIVIDUALS AND FAMILIES AVOID BECOMING HOMELESS, ESPECIALLY EXTREMELY LOW-INCOME INDIVIDUALS AND FAMILIES AND THOSE WHO ARE: BEING DISCHARGED FROM PUBLICLY FUNDED INSTITUTIONS AND SYSTEMS OF CARE (SUCH AS HEALTH CARE FACILITIES, MENTAL HEALTH FACILITIES, FOSTER CARE AND OTHER YOUTH FACILITIES, AND CORRECTIONS PROGRAMS AND INSTITUTIONS); OR, RECEIVING ASSISTANCE FROM PUBLIC OR PRIVATE AGENCIES THAT ADDRESS HOUSING, HEALTH, SOCIAL SERVICES, EMPLOYMENT, EDUCATION, OR YOUTH NEEDS For the first year Action Plan, the City of Clearwater will continue to coordinate referrals for facilities and services available in the community that support low-income individuals and families. In addition to the programmed activities at WestCare GulfCoast Florida (A Turning Point Program), Metropolitan Ministries (NeighborHOPE Program), and Pinellas Opportunity Council (Emergency Assistance Program), the City will fund facility improvements at the St. Vincent de Paul Community Kitchen and Resource Center to support the provision of nutrition/food services for persons experiencing homelessness. The City coordinates with the Pinellas Ex-Offender Re-Entry Coalition (PERC). PERC’s program, MOVE UP (Manufacturing Opportunities in Vocational Education for Underrepresented Populations), provides a manufacturing internship to create workplace experiences with the intent to transfer into long-term, upwardly mobile careers in manufacturing. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 199 The City will continue to work with housing and homeless service providers to implement a cohesive, community-wide discharge coordination policy that can be successfully implemented to ensure that persons being discharged from publicly funded agencies and institutions do not become homeless upon release. Examples of such efforts include the Pinellas County Sherriff Department’s Operation PAR, which allows ex-inmates to receive substance abuse treatment; and the State’s “Transition from Prison to Community Initiative” (TPCI). DISCUSSION For the first-year Action Plan, the City will support the following activities toward the goal of preventing and reducing homelessness: • WestCare GulfCoast Florida (A Turning Point Program) (100 people assisted) • Metropolitan Ministries (NeighborHOPE Program) (66 people assisted) • Pinellas Opportunity Council (Emergency Assistance Program) (25 people assisted) • St. Vincent de Paul Community Kitchen and Resource Center (Facility Improvements) (2,300 people assisted) • Gulfcoast Legal Services (Housing Legal Services for Homeless Prevention) (25 persons assisted) In total, these activities will assist an estimated 2,516 persons during the first-year Action Plan by either preventing homelessness or reducing the duration of homelessness. For the first-year Action Plan, the City has programmed an array of homeless service activities to address the need for behavioral/mental health and substance abuse services, health services, case management, nutrition/food services, legal services, and emergency financial assistance, as well as referrals to appropriate housing providers and other assistance. The City will continue to coordinate with the HLA and the CoC, whose membership is comprised of numerous homeless service providers operating in the greater Clearwater area. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 200 AP-75 Barriers to Affordable Housing INTRODUCTION This section of the Annual Action Plan summarizes actions the City of Clearwater will undertake during the program year to reduce barriers to affordable housing and influence whether the cost of housing or the incentives to develop, maintain, or improve affordable housing are affected by public policies, particularly those of the local jurisdiction. Such policies include land use controls, zoning ordinances, building codes, and policies that affect the return on residential investment. ACTIONS IT PLANNED TO REMOVE OR AMELIORATE THE NEGATIVE EFFECTS OF PUBLIC POLICIES THAT SERVE AS BARRIERS TO AFFORDABLE HOUSING SUCH AS LAND USE CONTROLS, TAX POLICIES AFFECTING LAND, ZONING ORDINANCES, BUILDING CODES, FEES AND CHARGES, GROWTH LIMITATIONS, AND POLICIES AFFECTING THE RETURN ON RESIDENTIAL INVESTMENT The City of Clearwater has several programs that it utilizes to remove or ameliorate the negative effects of public policies that are barriers to affordable housing. These programs are documented in the City’s Local Housing Assistance Plan (LHAP) as required for Florida’s State Housing Initiatives Partnership Program (SHIP). The City’s ongoing actions to remove or ameliorate the barriers to affordable housing, as identified in the City’s 2025 LHAP and 2024 LHIS documents, include the following: • Expedited permitting review process • Modification of fees (i.e., rate flexibility) • Flexible densities • Accessory dwelling units • Parking reductions • Flexible lot configurations • Pre-adoption policy consideration • Inventory of public lands • Proximity to transportation, employment, and mixed-use development • Adaptive reuse • Land development code • Communication and marketing of affordable housing • Financing • Partnerships July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 201 See also SP‐55, "Barriers to Affordable Housing" for more detailed explanations of the barriers to affordable housing identified in the LHAP and LHIS documents. DISCUSSION The City of Clearwater will continue to implement the programs that it utilizes to remove or ameliorate the negative effects of public policies that are barriers to affordable housing. These programs are detailed in the City’s 2025 LHAP report. Of note, the City is also coordinating with Pinellas County to prepare a regional Analysis of Impediments to Fair Housing Choice (AI) report which will be completed in the summer of 2025. The AI report will identify regional barriers to affordable housing and coordinated actions to address those barriers. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 202 AP-85 Other Actions INTRODUCTION This section of the Annual Action Plan describes the City of Clearwater’ planned actions to carry out the following strategies outlined in the Strategic Plan: • Foster and maintain affordable housing. • Evaluate and reduce lead‐based paint hazards. • Reduce the number of poverties‐level families. • Develop institutional structure; and • Enhance coordination. In addition, the City has identified obstacles to meeting underserved needs and proposed actions to overcome those obstacles. ACTIONS PLANNED TO ADDRESS OBSTACLES TO MEETING UNDERSERVED NEEDS The major obstacle to meeting underserved needs is the lack of financial resources among housing and public service providers that support the City’s institutional delivery structure. To address such obstacles, the City of Clearwater will administer CDBG funds to pursue the goal of enhancing the living environment for persons in low- and moderate-income areas through community development activities, public service programs, and the elimination of blight. Priority will be given to the City’s Neighborhood Revitalization Strategy Areas, where need is greatest. The City will also pursue the goal of expanding the accessibility and coordination of social services to the City of Clearwater special needs population. Some of the programmed activities to meet underserved needs during the first year include, but are not limited to, the following: • North Greenwood NRSA – Metropolitan Ministries (NeighborHOPE Program), affordable housing activities (acquisition, rehabilitation, or new construction), and code enforcement/blight elimination activities • Lake Bellevue NRSA – Hope Villages of America (Food Distribution & Basic Needs Center) and Hope Villages of America (Senior Wellness Pantry) July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 203 • Downtown Gateway NRSA – St. Vincent de Paul Community Kitchen and Resource Center (Facility Improvements) Additional activities to meet underserved needs are described previously with regard to homelessness (AP-65) and subsequently with regard to affordable housing and economic development (AP-85, as follows). ACTIONS PLANNED TO FOSTER AND MAINTAIN AFFORDABLE HOUSING Consistent with the Consolidated Plan’s Strategic Plan, the City will pursue the goal of providing availability of, and access to, decent affordable housing for the residents of the City of Clearwater. To this end, the City has programmed two housing projects and corresponding activities that meet the following objectives of the Strategic Plan: • Preserve the existing housing stock. • Increase the availability of affordable housing units. • Assist qualified low- and moderate-income households to become homeowners through supporting agencies that provide housing counseling. • Provide mortgage assistance for low- and moderate-income homebuyers. • Provide rental and utility assistance for low- and moderate-income persons. Programmed activities to foster and maintain affordable housing during the first year include the following: • Owner-occupied and rental rehabilitation programs • Construction of new affordable housing units • Community Housing Development Organization (CHDO) housing activities • Revolving Loan Fund to offer loans for homeowners and non-profit agencies for eligible housing activities These activities preserve the existing housing stock through rehabilitation of aging units, increase the availability of affordable housing through new construction, and improve access to affordable housing through homebuyer education and purchase assistance for qualified low- and moderate-income households. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 204 ACTIONS PLANNED TO REDUCE LEAD-BASED PAINT HAZARDS The City will continue to include lead‐based paint education and mitigation measures in all housing rehabilitation activities and, if needed, will identify and apply for additional funding resources to finance abatement. Contractors are required to be trained and certified to supervise removal of lead-based paint hazards to comply with HUD regulations. Furthermore, subrecipients of the City’s CDBG and HOME funding devise their own lead‐based paint hazard programs to comply with HUD regulations for rehabilitation projects. Additionally, the City will continue to coordinate with agencies in the Clearwater area that screen residents for elevated blood lead levels (EBL) and inspect housing units for lead‐based paint hazards. These agencies include the Pinellas County Health Department and the Clearwater and Pinellas County housing authorities, among others. ACTIONS PLANNED TO REDUCE THE NUMBER OF POVERTY-LEVEL FAMILIES According to the 2019‐2023 American Community Survey (ACS), an estimated 17,732 persons or 15% of the City of Clearwater’s population is living at poverty level or below. To combat this trend, the City of Clearwater will continue to coordinate with several agencies that support poverty-level families. These agencies also provide services to other homeless and non‐homeless special needs populations, as well as to low‐ and moderate‐income families. Such services include referrals to affordable housing, employment assistance/job training, and other activities to promote economic opportunity. For the first-year Action Plan, the City of Clearwater will support two activities, public services for Youth Leadership and/or Victim Advocacy and Mattie Williams Neighborhood Family Center (Power Backup/Generator) to support programs and facilities that provide family advocacy and mentoring toward academic and employment success, as well as self-sufficiency. Additionally, the City of Clearwater, through its Economic Development and Housing Department, will promote economic opportunity by providing microenterprise assistance to subrecipients that offer technical training for small businesses. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 205 ACTIONS PLANNED TO DEVELOP INSTITUTIONAL STRUCTURE The City of Clearwater has a strong institutional delivery structure. The City will continue to work with its own departments and various housing and public service providers, as well as partners of their programs, to expand opportunities and to make continuous improvements to the institutional structure. Continued actions will include solicitation of feedback on referral processes and other means of coordination between such providers and the City of Clearwater. For the first-year Action Plan, the City will support an array of activities that strengthen the institutional structure’s ability to serve persons of low- and moderate-income, persons with special needs, and the homeless. These activities include case management, emergency financial assistance, behavioral/mental health and substance abuse services, health services, facilities and services for homeless adults and families, nutrition/food services, legal services, referrals to appropriate housing providers, affordable housing unit construction or rehabilitation, homebuyer education, purchase assistance, and access to economic opportunities. ACTIONS PLANNED TO ENHANCE COORDINATION BETWEEN PUBLIC AND PRIVATE HOUSING AND SOCIAL SERVICE AGENCIES The City of Clearwater will continue to coordinate with housing and public service providers to develop an effective institutional structure and enhance inter-agency coordination. The City continues to work with regional housing authorities, such as the Clearwater Housing Authority and Pinellas County Housing Authority, to improve access to public housing and tenant-based assistance. Although funding for public housing authorities is limited, and competition for affordable housing is high, these agencies continue to provide housing-related activities, such as rental assistance, rehabilitation, and new construction, for low-income persons. Input from public housing authorities is regularly solicited during preparation of the City’s annual Action Plan. Additionally, the City promotes coordination between non-profit and private for-profit housing providers through its Neighborhood and Affordable Housing Advisory Board (NAHAB), through the SHIP- mandated Affordable Housing Advisory Committee (AHAC) in conjunction with the LHAP and LHIS reports, and through the annual Action Plan process. Moreover, annual meetings in conjunction with the Action Plan provide an opportunity for these providers to interact. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 206 Public service providers in the greater Clearwater area provide a wide array of services to low- and moderate-income persons. These organizations typically have a specific target population that they serve (e.g. the homeless, persons with special needs, low-income families, etc.), and accordingly possess a level of knowledge and expertise that is invaluable when identifying underserved needs. The continuation and expansion of these public services will be encouraged over the first year by means of matching programs with funding, as available. The City recognizes that improved coordination between housing and public service providers will continue to be critical action toward preventing homelessness. Therefore, input from public service providers is regularly solicited during preparation of the City’s annual Action Plan. DISCUSSION For the first year Action Plan, the City will support activities that will address underserved needs through community development activities and public services; foster and maintain affordable housing through acquisition, rehabilitation, or new construction of affordable housing and housing assistance; reduce lead-based paint hazards through responsible rehabilitation; reduce the number of poverty-level families through a combination of homeless prevention and economic development; and develop institutional structure through a network of community partners, including the City and its departments. Additionally, the City will continue to encourage coordination between public housing authorities, non- profit and private for-profit housing providers, and public service providers through the NAHAB and AHAC, annual Action Plan participation, and regular day-to-day referrals through the Economic Development and Housing Department. July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 207 AP-90 Program Specific Requirements INTRODUCTION This section addresses the program-specific requirements for the Annual Action Plan. COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM (CDBG) REFERENCE 24 CFR 91.220. (I)(1) Projects planned with all CDBG funds expected to be available during the year are identified in the Projects Table. The following identifies program income that is available for use that is included in projects to be carried out. AVAILABLE PROGRAM INCOME Available Program Income Amount 1. The total amount of program income that will have been received before the start of the next program year and that has not yet been reprogrammed $474,674* (See note below) 2. The amount of proceeds from section 108 loan guarantees that will be used during the year to address the priority needs and specific objectives identified in the grantee's strategic plan $0 3. The amount of surplus funds from urban renewal settlements $0 4. The amount of any grant funds returned to the line of credit for which the planned use has not been included in a prior statement or plan. $0 5. The amount of income from float-funded activities $0 Total Program Income $474,674 *Includes program income ($25,100) and program income sourced from CDBG Revolving Loan Fund ($449,574). OTHER CDBG REQUIREMENTS Available Program Income Amount 1. The amount of urgent need activities 0 2. The estimated percentage of CDBG funds that will be used for activities that benefit persons of low- and moderate-income (for year 2025/2026). Overall Benefit ‐ A consecutive period of one, two or three years may be used to determine that a minimum overall benefit of 70% of CDBG funds is used to benefit persons of low- and moderate-income. Specify the years covered that include this Annual Action Plan. 95.98% July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 208 HOME INVESTMENT PARTNERSHIP PROGRAM (HOME) REFERENCE 24 CFR 91.220(I)(2) 1. A description of other forms of investment being used beyond those identified in Section 92.205 is as follows: The City will use funding from the State Housing Initiatives Program (SHIP) and/or the Pinellas County Housing Trust Fund for the matching requirements under the HOME program. 2. A description of the guidelines that will be used for resale or recapture of HOME funds when used for homebuyer activities as required in 92.254, is as follows: Resale This provision applies when HOME funding is used for acquisition, rehabilitation or construction of real property (development subsidy) and HOME funds are not used for direct assistance (Purchase Assistance) to a qualified homeowner(s) who wish to sell during the affordability period. The City shall permit the homeowner to sell their property to another income-eligible person or household. The property may only be sold to a buyer whose annual income does not exceed 80% of the Area Median Income (AMI) at the time of purchase: • Either voluntarily or involuntarily, during the period of affordability; • Property must be sold to another low-income homebuyer who will use the property as his or her principal residence; • Property must be sold at a price that is “affordable to a reasonable range of low-income buyer”. Recapture - §92.253(a)(5)(ii) This provision applies when direct assistance (Purchase Assistance) is provided to assist in purchasing a home, and the qualified homeowner(s) wishes to sell the home during the affordable period. The City shall use a recapture and shared equity provision substantially similar to the provision below requiring the repayment of the HOME loan: Should the homeowner convey their home during the period of affordability, the City shall initiate the following recapture process: July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 209 1. Upon voluntary conveyance of the home, the City shall recapture from the net proceeds of the sale, the unpaid balance of the HOME funds. If the property is transferred without a sale, the City shall recapture the unpaid balance of the HOME funds. 2. After the City has been repaid the unpaid balance of the HOME funds, the homeowner may then recover their initial investment of the remaining net proceeds from the sale. The initial investment shall include the amount they contributed to the down payment when the property was initially purchased and any documented permanent improvements made to the property at time of acquisition. 3. Any balance of the net proceeds remaining after repayment of the unpaid balance of the City’s HOME funds and the homeowner’s recoupment of their initial investment shall be divided proportionally between the homeowner and the City in accordance with each parties’ initial investment percentage in the property compared to each other. The City’s initial investment percentage shall be calculated to include all grants and loans of HOME or other City funds provided to the homeowner, minus any repayments previously made to the City. Pursuant to 24 CFR § 92.254(a)(5)(ii), Under no circumstances may the City recapture funds exceeding the net proceeds. The net proceeds are the sales price minus superior loan repayment (other than HOME funds) and any closing costs. Notwithstanding the above provision, the City may recapture the unpaid balance HOME funds should the homeowner otherwise default under the terms of any mortgage, note, land use restriction agreement, or any other agreement or covenant executed in connection with the acquisition. In the event the Property is conveyed pursuant to a foreclosure sale, the provisions of 24 CFR § 92.254 (a)(5)(ii) of the HOME Program shall apply. The recapture provision provides for shared net proceeds (if any) from the foreclosure sale. If there are no net proceeds from the foreclosure, July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 210 repayment by the City or the Borrower is not required, and HOME Program requirements are considered to be satisfied. 3. A description of the guidelines for resale or recapture that ensures the affordability of units acquired with HOME funds? See 24 CFR 92.254(a)(4) are as follows: See the response to number 2, above. 4. Plans for using HOME funds to refinance existing debt secured by multifamily housing that is rehabilitated with HOME funds along with a description of the refinancing guidelines required that will be used under 24 CFR 92.206(b), are as follows: The City will not use HOME funds to refinance the existing debt for multi-family projects. 5. If applicable to a planned HOME TBRA activity, a description of the preference for persons with special needs or disabilities. (See 24 CFR 92.209(c)(2)(i) and CFR 91.220(l)(2)(vii)). N/A - Not Applicable. The City will administer TBRA through a subrecipient. The subrecipient will assist individuals or families with rental assistance in the form of rental security deposit assistance to obtain permanent housing. The assistance will be used for individuals or families in the Very Low to Low-Income categories based on Area Median Income (AMI), without specific preference for persons special needs or disabilities aside from income-eligibility. 6. If applicable to a planned HOME TBRA activity, a description of how the preference for a specific category of individuals with disabilities (e.g. persons with HIV/AIDS or chronic mental illness) will narrow the gap in benefits and the preference is needed to narrow the gap in benefits and services received by such persons. (See 24 CFR 92.209(c)(2)(ii) and 91.220(l)(2)(vii)). N/A - Not Applicable. See the responses to number 5, above, and number 7, below. 7. If applicable, a description of any preference or limitation for rental housing projects. (See 24 CFR 92.253(d)(3) and CFR 91.220(l)(2)(vii)). Note: Preferences cannot be administered in a manner that limits the opportunities of persons on any basis prohibited by the laws listed under 24 CFR 5.105(a). July 15, 2025 City of Clearwater, FL 2025/2026 Annual Action Plan 211 For the 2025/2026 program year, the City intends to contract with the Clearwater Housing Authority (CHA) to provide TBRA to Housing Choice Voucher holders. Since the City of Clearwater will not deliver TBRA directly but through a subrecipient, the City defers to the CHA’s tenant selection criteria. However, the City’s written agreement with the CHA will specify that tenant selection criteria will limit occupancy in HOME-assisted rental housing to income-eligible persons or households consistent with the HOME program. No other preferences or limitations, aside from program eligibility, will be used to select tenants. DISCUSSION The City of Clearwater anticipates $474,674 in prior-year program income carried over (including $25,100 in program income and $449,574 from the Revolving Loan Fund). The Revolving Loan Fund will be used for continued housing activities shown in Table 58. The City has not identified funds for urgent need activities at this time; however, the percentage of overall benefit to low- and moderate-income persons is expected to be 95.98%. The City of Clearwater has calculated the percentage of overall benefit based on the first program year (2025/2026). July 15, 2025 City of Clearwater, FL Citizen Participation Plan 212 CITIZEN PARTICIPATION PLAN Citizen Participation Plan STATEMENT OF PURPOSE The City of Clearwater Citizen Participation Plan provides for a process that will promote public participation in the identification of local needs and priorities in regard to the City’s planned expenditures dealing with the U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) and HOME Investment Partnerships (HOME) programs. The City of Clearwater encourages citizens to participate in the following activities related to these programs: • Citizen Participation Plan • Consolidated Plan, including identification of priority needs and strategic goals • Annual Action Plan • Fair Housing reports, such as Assessment of Fair Housing (AFH), Analysis of Impediments to Fair Housing Choice (AI), or similar Fair Housing reports as required by HUD • Consolidated Annual Performance and Evaluation Report (CAPER) • Substantial amendments to the Consolidated Plan, Annual Action Plan, or CAPER • Federal regulatory changes requiring substantial amendments to any of the above • Consideration of objections and complaints Regulation 24 CFR Part 91.105 requires the City to develop a plan that encourages participation by low- and moderate-income persons, especially those living in targeted slum and blighted areas, in revitalization areas, or areas where Federal funds are proposed to be used. While the regulation allows each local governing body the flexibility in meeting the requirements, it does mandate certain guidelines. These requirements include developing and publicizing a plan for citizen participation in the formulation of grant applications and program development. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 213 The City of Clearwater encourages all citizens to participate in the development of local Housing and Community Development programs, with particular emphasis on participation by persons of low- and moderate-income that are residents of areas targeted for funding. The City also encourages minorities and non-English speaking persons, and persons with mobility, visual or hearing impairments to participate in the process. The City of Clearwater will provide citizens with access to local meetings, information, and records relating to the proposed use of funds. CONSULTATION The regulations in 24 CFR Part 91.100 establishes the minimum requirements the City will follow to consult with the public on the needs of the community that can be addressed with federal housing and community development funding. These regulations require the City to consult with the following entities when preparing the Consolidated Plan, Annual Action Plan, and Fair Housing reports: • The City shall consult with other public and private agencies that provide assisted housing, health services, and social services (including those focusing on services to children, elderly persons, persons with disabilities, persons with HIV/AIDS and their families, victims of domestic violence, and homeless persons served by the Continuum of Care) during preparation of such plans. • The City shall consult with broadband internet service providers, organizations engaged in narrowing the digital divide, agencies whose primary responsibilities include the management of flood prone areas, public land, or water resources, and emergency management agencies. • The City shall consult with business and civic leaders, employers, and educational institutions, and public transit or transportation providers serving low- and moderate-income persons. • The City shall consult with organizations that enforce Fair Housing laws and that represent protected class members and groups with regard to Fair Housing. • The City shall consult with State or local health and child welfare agencies and examine existing data related to lead-based paint hazards and poisonings, including health department data on the addresses of housing units in which children have been identified as lead poisoned. • The City shall consult with adjacent units of general local government, including local government agencies with metropolitan-wide planning responsibilities where they exist, particularly for problems and solutions that go beyond a single jurisdiction, to the extent July 15, 2025 City of Clearwater, FL Citizen Participation Plan 214 practical. When preparing the description of priority non-housing community development needs, the City shall notify adjacent units of general local government, to the extent practical. • The City shall consult with the local public housing agency regarding public housing needs, planned programs and activities, and strategies for affirmatively furthering Fair Housing. The City of Clearwater will encourage participation of public and assisted housing residents or representatives of such residents in the preparation of such plans. PHILOSOPHY OF CITIZEN INVOLVEMENT Citizen participation is important in the development of the Consolidated Plan, Annual Action Plan, Fair Housing reports, and CAPER, and any substantial amendments or revisions to these documents. This plan emphasizes the need for a broad range of citizen opinion in the establishment of goals, objectives, projects, and priorities in the use of CDBG and HOME or other funds that the City receives, and in the application, monitoring, and evaluation of funded programs. The philosophy that governs the planning process supports and encourages all sectors of the community to participate in the development of Clearwater’s grant applications and in all phases of the City’s federal and state programs, and to ensure that as many citizens as possible receive adequate information to form their recommendations. The role of the Housing Division staff is to educate citizens, solicit their opinions, and translate these opinions into specific recommendations within the program planning framework. Citizens should see their recommendations as advisory, recognizing that the final authority for decision- making rests with the City Council. NEIGHBORHOOD AND AFFORDABLE HOUSING ADVISORY BOARD Listed below are various sections from the City’s Neighborhood and Affordable Housing Advisory Board (NAHAB) ordinance. The City Council has created the NAHAB, consisting of seven members who are residents of or conduct work in the City of Clearwater. Members shall be appointed by the City Council. The board shall include the following: 1. One citizen who is actively engaged in the residential home building industry in connection with affordable housing. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 215 2. One citizen who is actively engaged in the banking or mortgage industry in connection with affordable housing. 3. One citizen who is activity engaged as an advocate for low-income persons in connection with affordable housing. 4. One citizen who is activity engaged as a not-for-profit provider of affordable housing. 5. One citizen who is activity engaged as a real estate professional in connection with affordable housing. 6. One citizen who resides within the City of Clearwater. 7. One citizen who represents employers within the City of Clearwater. The NAHAB shall elect from its membership a chairperson, a vice-chairperson, and such other officers as the board may find necessary. Each officer of the board shall serve for a term of one year. The chairperson shall not serve consecutive terms as chairperson. The City Manager shall designate a city employee to serve as staff liaison for the board and to assist the board in the performance of its duties, including the appointment of a recording secretary to meet the administrative needs of the board. Any request by the board for information, reports, or other significant work efforts that will reasonably be expected to exceed eight hours of staff time shall require the advanced approval of the City Council. POWERS AND DUTIES OF THE NAHAB The board shall have the following powers and duties: 1. Review the programs of the City which are directed to improving the physical environment and lifestyle of low- to moderate-income people assisted by the various federal, state, and county housing and community development funding the City receives, by: a. Assessing neighborhood needs; b. Formulating neighborhood goals and objectives; c. Establishing priorities for projects within neighborhoods; d. Monitoring programs; and e. Evaluating programs. 2. The monitoring and evaluation of programs shall, as a minimum, include the following activities: a. Attending and participating in public hearings regarding the programs; July 15, 2025 City of Clearwater, FL Citizen Participation Plan 216 b. Reviewing condition data; c. Reporting citizen reactions to projects and programs; d. Reviewing reports regarding projects and program activities; e. Reviewing goals and objectives and recommending priorities for the order in which activities are to be undertaken; and f. Reviewing applications for the funding of selected programs. 3. Make recommendations to the City Manager and City Council regarding such programs. 4. Carry out the duties of an advisory committee when and to the extent that an advisory committee may be required for the various federal, state, and county housing and community development funding the City receives. CITIZEN INVOLVEMENT Process The City of Clearwater encourages all citizens to participate in the development of the Consolidated Plan, Annual Action Plan, Fair Housing reports, and CAPER, and any substantial amendments or revisions to these documents. This Citizen Participation Plan places particular emphasis on participation by low- to moderate-income persons, particularly those living in areas designated by the City as a revitalization area or a slum and blighted area, or other areas where federal housing and community development funds are proposed to be used, and by residents of predominantly low- and moderate-income neighborhoods. The City will take whatever actions are appropriate to encourage the participation by minorities and non-English speaking persons, as well as persons with disabilities. The City will solicit citizen involvement at the community level through public meetings and hearings on community development matters. 1. All aspects of citizen participation shall be conducted openly with freedom of access to all meetings, information, and public records by all interested persons. 2. The NAHAB and the Housing Division will solicit the involvement and opinions of low- and moderate-income persons, members of minority groups, residents of the target areas, the elderly, persons with disabilities, and other persons directly affected by, or interested in, the community development programs. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 217 3. Where applicable the NAHAB will participate through all stages of the program, including development of the application, program implementation, monitoring, and evaluation. 4. The Housing Division and the NAHAB will provide the citizens of Clearwater with adequate and timely information, through press releases, advertisements, television programming and neighborhood meetings to enable them to be involved in decisions at various stages of the program. 5. To ensure that opportunities are available to hearing impaired citizens to participate in the process, the City has installed a telephone device system for the deaf. 6. To ensure that opportunities are available to non-English speaking people to participate in the process, the City will provide an English translator for public hearings where many non-English speaking residents are expected to participate. 7. The City will also take measures to encourage participation of residents of public and assisted housing developments low-income areas, and residents of targeted revitalization areas. 8. Clearwater will provide citizens with access to local meetings, information, and records relating to our proposed use of funds. The Housing Division will offer technical assistance to develop program proposals for groups representing persons of low and moderate income. 9. The City will hold public hearings to obtain citizen views and respond to citizen proposals and questions about proposed activities and program performance. The City will provide written answers, within 15 working days, to written complaints and grievances. The City encourages minorities and non-English speaking persons, and persons with mobility, visual or hearing impairments to participate in the process. Scope of Participation The NAHAB, as citizen representatives, shall participate through all stages of the program and, with the Housing Division, will be responsible for the development and inclusion of citizen comments. The NAHAB is to comment on all plans and programs they feel necessary before they are submitted to the City Council for public hearings. These plans and programs may include: 1. Citizen Participation Plan 2. Consolidated Plan 3. Annual Action Plan July 15, 2025 City of Clearwater, FL Citizen Participation Plan 218 4. Fair Housing reports 5. Local Housing Assistance Plan (LHAP) 6. Consolidated Annual Performance and Evaluation Report (CAPER) 7. Subsequent amendments, revisions, and other changes to the above 8. Identifying community development and housing needs, and the setting of priorities The NAHAB is to act as an advisory committee for any programs becoming operational under the Housing Division. With City Council approval, the Housing Division and/or their designees may directly assist in the operation of certain types of activities such as, but not limited to, other types of involvement that become feasible as tools to carry out the programs administered by the Housing Division. The NAHAB is to be given regular progress reports concerning implementation of activities funded under the Housing Division and will solicit direct opinion from individuals and groups directly affected by ongoing activities about the effective performance of the implemented activities. Submission of Views and Proposals The Housing Division and the NAHAB encourage the submission of views and proposals regarding programs by citizens, particularly those low- and moderate-income persons residing within targeted areas. This includes submission of such views: 1. Directly to the City during the planning period before public hearings on the application. 2. Directly to the NAHAB during regularly scheduled meetings. 3. At neighborhood and other public meetings scheduled by the Housing Division and/or the NAHAB before public hearings. 4. At formal public hearings. The Housing Division shall respond to all proposals submitted directly to the department, and/or referred by the NAHAB, including written responses to written proposals stating the reasons for the actions taken by the City on the proposal. PROGRAM AMENDMENT CRITERIA For the purposes of this Plan, “substantial” amendments to the City’s Consolidated Plan and/or Annual Action Plan, shall be defined as, and will be necessary when, one of the following criteria is met: July 15, 2025 City of Clearwater, FL Citizen Participation Plan 219 1. There is a change in the City’s allocation priorities or a change in the method of distribution of funds whereby: a. Funds are reprogrammed in an amount totaling more than 35 percent of the combined Federal CDBG and HOME allocation for that fiscal year to an activity or activities previously described in the Consolidated Plan and/or Annual Action Plan(s); or b. A decision is made to carry out an activity or activities not previously described in the Consolidated Plan and/or Annual Action Plan(s) if such activity or activities will be federally funded (i.e., Federal CDBG or HOME allocation, program income, reimbursements, repayments, recaptures, or reallocations from HUD). 2. The purpose, scope, location, or beneficiaries of an activity are substantially changed. An activity will be considered substantially changed when one of the following criteria is met: a. The activity will no longer address the low- and moderate-income needs identified in the Consolidated Plan and/or Annual Action Plan(s), or the activity ceases to address the qualifying National Objectives as per 24 CFR Part 570.208. b. The scope of the activity has increased such that its completion would result in the inability to carry out another activity; or would require reducing the scope of another activity to a point where that activity would not accomplish its purpose. c. The description or location of the activity has changed such that it will no longer principally benefit the targeted population identified in the Consolidated Plan and/or Annual Action Plan(s). Additionally, for the purposes of this Plan, “revisions” to the City’s Fair Housing reports, including the Assessment of Fair Housing (AFH), Analysis of Impediments to Fair Housing Choice (AI), or similar Fair Housing reports as required by HUD, shall be defined as and will be necessary when: 1. There is a material change in circumstances in the jurisdiction that affects the information on which the AFH, AI, or similar Fair Housing report is based, to the extent that the analysis, the fair housing contributing factors, or the priorities and goals of the AFH, AI, or similar Fair Housing report no longer reflect the actual circumstances. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 220 The City will adhere to all internal City policies in terms of notifying and obtaining proper approvals on all substantial amendments or revisions. Before making any substantial amendments to the Consolidated Plan and/or Annual Action Plan(s), or any revisions to Fair Housing reports, the City shall provide citizens with information concerning the proposed change(s) and an opportunity to comment on the proposed amendments or revisions and provide reasonable notice of such proposed changes. The City shall consider such comments and modify the proposed changes as appropriate. The City shall make available to the public, and to HUD, a description of such changes as adopted. The City will provide a period, not less than 30 days, to receive comments on the substantial amendments or revisions before the amendments or revisions are implemented. The City of Clearwater will consider any comments or views of citizens received in writing, or orally at public hearings, in preparing substantial amendments to the Consolidated Plan and Annual Action Plan or revisions to Fair Housing reports. A summary of these comments or views shall be attached to any substantial amendments to the Consolidated Plan and Annual Action Plan, or revisions to Fair Housing reports. TECHNICAL ASSISTANCE The Housing Division shall provide technical assistance through staff or other resources. Such assistance shall be available regularly: 1. To the NAHAB for their participation in planning, implementation, monitoring, and evaluation. 2. To groups representing persons of low- and moderate-income that request assistance developing proposals for funding under any of the programs covered by the Consolidated Plan and/or Annual Action Plan(s). 3. To assist citizens in carrying out Consolidated Plan and/or Annual Action Plan(s) activities. ADEQUATE INFORMATION The City, through the Housing Division will provide full disclosure and public access to citizens, public agencies, and interested parties, of all program information. The information will include the following: 1. The expected funds to be available (including annual grants, program income and any un- programmed funds) July 15, 2025 City of Clearwater, FL Citizen Participation Plan 221 2. The range of activities that may be undertaken with those funds 3. The estimated funds proposed for activities that will benefit low- and moderate-income persons 4. The proposed activities likely to result in displacement and the City’s plans for minimizing such displacement of persons because of its proposed activities 5. The types and levels of assistance the City will make available (or to require others to make available) to persons displaced by funded activities, even if the City expects no such displacement to occur. 6. The City will publish a summary of the proposed Consolidated Plan, Annual Action Plan, Fair Housing reports, or any substantial amendments or revisions, in a local newspaper of general circulation for 30-day public comment before such plans or amendments/revisions are submitted to HUD for review. The advertisement will also identify a location in which interested parties can view the entire document or obtain a copy of such plans. The City will provide copies of such plans or amendments/revisions upon request. ACCESS TO RECORDS The City will provide citizens, public agencies, and other interested parties with reasonable and timely access to information and records about the City’s Consolidated Plan, Annual Action Plan, Fair Housing reports, and CAPER, and the City’s use of funding under the programs covered by these plans. CITIZEN COMMENTS Consolidated Plan, Annual Action Plan, and Fair Housing Reports The City will provide citizens with a reasonable opportunity to comment on the Consolidated Plan, Annual Action Plan, and Fair Housing reports. The City will publish in a local newspaper of general circulation, such as the Tampa Bay Times, a notice of availability and summary of the proposed Consolidated Plan, Annual Action Plan, and/or Fair Housing reports. Copies of the proposed documents will be available in several areas throughout the City including the City’s website, public libraries, and the City’s Housing Division and City Clerk Departments. The City will establish a 30-day comment period on the Consolidated Plan, Annual Action Plan, and Fair Housing reports to receive public comments. The City will consider any comments or views of citizens received in writing, or orally at the public hearings, in preparation of final documents. A summary of any comments or views shall be attached to final documents. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 222 Performance Reports The City will provide citizens with reasonable notice and an opportunity to comment on the annual CAPER report. Copies of the CAPER will be available in several areas throughout the City including the City’s website, public libraries, and the City’s Housing Division and City Clerk Departments. The Citizen Participation Plan provides a period of not less than 15 days, to receive public comments on the annual CAPER report before its submission. The City will consider any comments or views of citizens received in writing, or orally at public hearings, in preparing the performance report. A summary of these comments or views shall be attached to the final report. PUBLIC HEARINGS The City will hold public hearings to address housing and community development needs, development of proposed activities, and the review of program performance. Public hearings will seek to obtain citizen views and respond to citizen proposals and questions. The City will hold at least two public hearings on the Consolidated Plan and Fair Housing reports, one of which must be held before each document is published for public comments. The City will hold at least one public hearing on the Citizen Participation Plan, Annual Action Plan, and CAPER. For the purposes of the Citizen Participation Plan, Consolidated Plan, Annual Action Plan, Fair Housing reports, and CAPER, a meeting of the NAHAB will be considered a Public Hearing. The City will place an ad in a local newspaper of general circulation at least 10 days before each public hearing to notify the citizens of each hearing, with sufficient information about the subject of the hearing to allow informed comments. The public hearings will be held at times and locations convenient to potential and actual beneficiaries, and with accommodations for persons with disabilities. The City will also provide translation for non-English speaking residents at public hearings where many non- English speaking residents are expected to participate. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 223 RESIDENTIAL ANTI-DISPLACEMENT AND RELOCATION ASSISTANCE According to section 104(d) of the Act, the City will adopt, make public, and certify that it is following a residential anti-displacement and relocation assistance plan providing one-for-one replacement units (paragraph (c)(1) of this section), and relocation assistance (paragraph (c)(2) of this section). Before the City enters a contract committing it to provide funds under this part of any activity that will directly result in the demolition of low- to moderate-income dwelling units or the conversion of low- to moderate-income dwelling units to another use, the City will make public, and submit the following information in writing to the HUD Field Office for monitoring purposes: A. A description of the proposed assisted activity B. The location on a map and the number of dwelling units by size (number of bedrooms) that will be demolished or converted to a use other than for low/moderate-income dwelling units as a direct result of the assisted activity; C. A time schedule for the commencement and completion of the demolition or conversion; D. The location on a map and the number of dwelling units by size (number of bedrooms) that will be provided as replacement dwelling units. If such data is not available at the time of the general submission, the submission shall identify the general location on an area map and the approximate number of dwelling units by size, and information identifying the specific location and number of dwelling units by size shall be submitted and disclosed to the public when it is available E. The source of funding and a time schedule for the provision of replacement dwelling units F. The basis for concluding that each replacement dwelling unit will remain a low/ moderate- income dwelling unit for at least 10 years from the date of initial occupancy G. Information demonstrating that any proposed replacement of dwelling units with smaller dwelling units (e.g., a 2-bedroom unit with two 1-bedroom units) is consistent with the needs analysis. CONSIDERATION OF COMPLAINTS AND GRIEVANCES Any complaint or grievance initiated by a citizen and received in written form should first be referred for administrative disposition to the Housing Division Assistant Director who shall reply directly to the citizen in written form within 15 working days of receipt, and further indicate to the citizen avenues of July 15, 2025 City of Clearwater, FL Citizen Participation Plan 224 appeal available. If the citizen is not satisfied with the determination of the Housing Division Assistant Director, he/she may appeal to NAHAB presenting the complaint in written or oral form. The NAHAB may decide that the staff has sufficiently addressed the problem and take no further action or it may request that staff respond in another manner. DOCUMENTS Documents used for the Housing Division administered federal and state programs shall be available upon request, during normal working hours. Copies of the following materials shall be available from the Housing Division located at the Economic Development and Housing Department. 1. All mailings and promotional material 2. Records of hearings 3. All key documents, including all prior applications, letters of approval, performance reports, evaluation reports, Fair Housing reports, other reports required by HUD and the State of Florida, and the proposed and approved Consolidated Plan and/or Annual Action Plan for the current year 4. Copies of regulations and issuances governing the program To give adequate notice of public hearing: 1. Prior to each public hearing, the City shall publish notice in easily readable type, no smaller than seven point, in the non-legal section of a newspaper of general circulation reaching persons of low/moderate income. 2. The City may supplement this with advertisements in neighborhood newspapers or periodicals serving low/moderate-income neighborhoods. 3. The City shall, if required and at the determination of the City Attorney, publish additional legal notice. Such notices shall show the dates, times, places and procedures of the hearing, the topics to be considered, basic information about the program, and the procedures and timing being followed in the development and approval of the application 4. The City may, as appropriate, use radio, television, newspapers, websites, and other media to publicize public hearings. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 225 POINTS OF CONTACT As a guide for citizen interaction through the Consolidated Planning process, the following specific contacts are furnished: July 15, 2025 City of Clearwater, FL Citizen Participation Plan 226 Local Government: Dylan Mayeux, Interim Housing Manager Economic Development & Housing Department 509 S. East Ave, Suite 227 Clearwater, FL 33756 Phone: (727) 444-7168 Jesus Niño, Executive Director, Community Redevelopment Agency and Interim Director Economic Development & Housing Department 600 Cleveland Street, Suite 600 Clearwater, Florida 33755 Phone: (727) 444-8544 Jennifer Poirrier, City Manager 600 Cleveland Street, Suite 600 Clearwater, Florida 33755 Phone: (727) 562-4040 Bruce Rector, Mayor 600 Cleveland Street, Suite 600 Clearwater, Florida 33755 Phone: (727) 562-4050 Neighborhood and Affordable Housing Advisory Board (NAHAB): Robyn Fiel, Chair P.O. Box 4748, Clearwater, FL 33758 Phone: (727) 562-4030 The United States of America: Lori Serino, Director of Community Planning & Development U.S. Dept. of Housing & Urban Development 400 West Bay Street, Suite 1015 Jacksonville, FL 32202 Phone: (904) 208-6108 MEDIA USAGE All requisite public notices and advertisements shall be advertised in the Tampa Bay Times. Additional supplementary advertisements and notices may be placed in The Weekly Challenger and other publications. Also, notices shall be published on the City of Clearwater website at www.myclearwater.com/housing or www.myclearwater.com/housingnotices. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 227 DEPOSITORIES OF INFORMATION All program documents, including all mailings and promotional material; records, prior applications; grant agreements; this plan; performance reports; evaluation reports; regulations and any other documentation concerning the CDBG, HOME, and SHIP programs for the preceding five (5) years are available during normal working hours at the Economic Development & Housing Department. Copies of any documentation will be furnished to interested persons upon request and without charge by that office. In addition, copies of the current Citizen’s Participation Plan, the Consolidated Plan, Annual Action Plan(s) and the most recent performance report are available for inspection at the following location: Economic Development & Housing Department City of Clearwater 509 S. East Ave, Suite 227 Clearwater, FL 33756 CITIZEN INVOLVEMENT DURING EMERGENCY SITUATIONS In the event that the conditions or urgent needs of a national, state, or local emergency limit the City’s ability to carry-out the citizen participation plan process outlined in this Citizen Participation Plan; the City hereby establishes expedited procedures for citizen involvement. These expedited procedures may apply to all HUD-related plans and reporting documents, including the Consolidated Plan, Annual Action Plan, CAPER, Fair Housing reports, and substantial amendments. • Any required public notice and comment period may be reduced to five (5) days in duration, or the minimum number of days advised by any HUD waiver of citizen participation requirements. • If in-person public hearings are not allowed for the health and safety reasons cited by national, state, or local authorities, public hearing requirements may be met with virtual public hearings if such virtual public hearings provide: o Reasonable notification and access for citizens, o Timely response from local officials to all citizen questions and issues, and o Public access to all questions and response. July 15, 2025 City of Clearwater, FL Citizen Participation Plan 228 • Documents and reports should be made available for public review as defined within the City’s current Citizen Participation Plan. In the event that conditions prohibit hard-copy distribution of documents and reports, the City will make such materials available upon request. HUD may issue further or alternative guidance for citizen participation during a national, state, or local emergency event, in which case such guidance from HUD will supersede and replace the expedited process outline herein. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix APPENDIX 1. Maps 2. Public Participation 3. SF 424 4. Certifications July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-Maps Maps July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-Public Participation Public Participation July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-SF-424 SF 424 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix- Certifications Certifications July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix APPENDIX 1. Maps 2. Public Participation 3. SF 424 4. Certifications July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-Maps Maps SR 580 DREW ST US HIGHWAY 19 NCURLEW RD DRUID RD MAIN STCR 1BELLEAIR RD SUNSET POINT RD TAMPA RD MCMULLEN BOOTH RDN KEENE RDGULF TO BAY BLVDN BELCHER RDSR 590 GULF BLVDCLEVELAND ST NURSERY RD BELCHER RDLAKEVIEW RD C OUN TRYSIDEBLVDN BETTY LNENTERPRISE RD E COURT ST LA NDMARKDRBAYSHORE BLVDS KEENE RDS LAKE DRDOUGLAS AVEN HERCULES AVEPHILLIPPE PKWYVIRGINIA ST S MISSOURI AVES BELCHER RDBAY SI DE BRI DGEN HIGHLAND AVEISLA NDWAY M A RS HALLST SHOREDREPATRICIA AVEFISHER RDCAUSEWAY BLVD EDGEWATER DRS FT HARRISON AVENE COACHMAN RDKINGS HIGHWAYUNION ST MICHIGAN BLVD HARNBLVDN MYRTLE AVEPINEHURST RDCOURTNEY CAMPBELL CSWYN FT HARRISON AVEBELTRE ESST NEW YORK AVEMONTCLAIR RD SOLON AVE S MYRTLE AVEEVANS RD DRUID RD SFORESTLA K E S B L V D 9TH AVE NN SATURN AVES LAKE AVESAN CHRISTOPHER DR FLAGLER DR ELMST MEMORIAL CSWY BROADWAYPAL M BLVDNBA YSH OREBLVDPINE AVE NENT E RPRISE RDINDIANROCKSRDKEENE RDS BAYSHORE BLVDCOMMERCEBLVDOAKLEAF BLVDNORTHSIDE DR SOULE RDCR 90REPUBLIC DROMAHA STPALMETTO ST VIRGINIA AVEG REENBRIARBLVDBEACON PLACE DRLAKE HAVEN RDA LTIRAA VE14TH AVE SMANDALAY AVEOAK CREEK DR MIL RA YDRNHAGEN AVE SAN SALVADOR DR MANDALAY AVEBROADWAYCR 90MAIN ST SR 580 N BELCHER RDKEENE RDUNION ST MEMORIALCSWY CR 1PALMETTO ST City ofClearwater City ofDunedin City ofSafetyHarbor City ofOldsmar City ofLargo Town ofBelleair City ofBelleair Beach City ofClearwater City ofClearwater 2025-2029 CONSOLIDATED PLAN Low & Moderate Income Areas £¤ !(590 19 !(611 !(1 !(60 !(580 !(590 £¤19 !(611 !(584 !(586 OldTampaBay GulfofAmerica LakeChautauqua HarborLake JerryLake SafetyHarbor ClearwaterHarbor [0 0.5 10.25 Miles Water BodiesOther Incorporated Cities and TownsUnincorporated Pinellas County Major Roads City of Clearwater - Other Income Areas Data Source: U.S. Department of Housing and Urban Development (HUD)FY 2024 LMISD by Block Group, Based on 2016-2020 ACS, for Entitlement CDBG Grantees; TIGER/Line® Shapefiles: Block Groups*EFFECTIVE AUGUST 1, 2024 CITY OF CLEARWATER LakeBellevue NorthGreenwood LakeBellevue Neighborhood Revitalization Strategy Areas DowntownGateway City of Clearwater - Low/Mod Income AreasBlock Groups with >= 51.0% Low/Mod Persons DowntownClearwater City ofDunedin Town ofBelleair !(1 !(60 JerryLake ClearwaterHarbor LakeBellevue NorthGreenwood LakeBellevue DowntownGateway City of Largo 026102.1 026101.2 025800.3 026200.1 026402.3 026402.2 026402.1 026300.4 025901.2 026200.2 025800.2 025901.1 025901.3 DREW ST N KEENE RDUNION ST BELLEAIR RD LAKEVIEW RDN BETTY LNS KEENE RDS LAKE DRN HERCULES AVESUNSET POINT RD PALMETTO ST NURSERY RDN HIGHLAND AVEI S LA NDWAY EDGEWATER DRS FT HARRISON AVEKINGS HIGHWAYNFTHARRISONAVEMEMORIAL CSWY DRUID RD SFLAG L ER DRBROADWAY KEENE RDDRUID RD 2025-2029 CONSOLIDATED PLAN Neighborhood Revitalization Strategy Areas [0 0.5 10.25 Miles Water BodiesOther Incorporated Cities and TownsUnincorporated Pinellas County Major Roads City of Clearwater - Other Income Areas Data Source: U.S. Department of Housing and Urban Development (HUD)FY 2024 LMISD by Block Group, Based on 2016-2020 ACS, for EntitlementCDBG Grantees; TIGER/Line® Shapefiles: Block Groups*EFFECTIVE AUGUST 1, 2024 CITY OF CLEARWATER Neighborhood Revitalization Strategy Areas City of Clearwater - Low/Mod Income AreasBlock Groups with >= 51.0% Low/Mod Persons July 15, 2025 1 NEIGHBORHOOD REVITALIZATION STRATEGY Lake Bellevue, North Greenwood, and Downtown Gateway District Updated July 15, 2025 July 15, 2025 2 CITY OF CLEARWATER, FLORIDA NEIGHBORHOOD REVITALIZATION STRATEGY The City of Clearwater’s Community Development Block Grant (CDBG) program is requesting the renewal of the City’s Neighborhood Revitalization Strategy Areas (NRSAs) for the Lake Bellevue Neighborhood, located in the southwest area of Clearwater, the North Greenwood Neighborhood, located in the northwest area of Clearwater, and the Downtown Gateway District (formerly known as the East Gateway District), located in the central west area of Clearwater. The NRSA is a program established to promote coordinated use of the City’s CDBG resources provided by the U.S. Department of Housing and Urban Development (HUD) to create communities of opportunity by stimulating the reinvestment of human and economic capital by empowering low- and moderate-income residents in income-eligible areas as designated by HUD. Through this effort, the community may define a NRSA that meets the threshold for low- to -moderate income residents. Within this area, the City of Clearwater is then afforded greater flexibility for CDBG funds for economic development, housing, and public service activities. In terms of economic development relief, the strategy allows any job creation or retention efforts relief by not requiring businesses to track the income of people hired or retained. Economic development activities carried out in the approved neighborhood revitalization area are also exempt from the aggregate public benefits standards. The benefits of a NRSA are described in amendments to the CDBG regulations at 24 CFR 570 which were published in the Federal Register on January 5, 1995, and then updated in the final rule changes published on November 9, 1995, in the Federal Register. They are as follows: •Job Creation/Retention as Low/Moderate Income Area Benefit: Job creation/retentionactivities pursuant to the strategy may be qualified as meeting area benefit requirements,thus eliminating the need for a business to track the incomes of persons that take, or areconsidered for, such jobs (24 CFR 570.208(a)(1)(vii) and (d)(5)(i)); •Aggregation of Housing Units: Housing units assisted pursuant to the strategy may beconsidered to be part of a single structure for purposes of applying the low- andmoderate- income national objective criteria, thus providing a greater flexibility to carryout housing programs that revitalize a neighborhood (24 CFR 570.208(a)(3) and(d)(5)(ii)); •Aggregate Public Benefit Standard Exemption: Economic development activities carried outunder the strategy may, at the grantee’s option, be exempt from the aggregate publicbenefit standards, thus increasing a grantee’s flexibility for program design as well asreducing its record-keeping requirements (24 CFR 570.209(b)(2)(v)(L) and (M)); and •Public Service Cap Exemption: Public services carried out pursuant to the strategy by aCommunity-Based Development Organization (CBDO) will be exempt from the public servicecap (24 CFR 570.204(b)(2)(ii)). Moreover, the relief for public service activities can be viewed in terms of the regulatory July 15, 2025 3 requirement that no more than 15% of the total CDBG allocation can be used for public services activities. Under this strategy, all public services offered with the subject neighborhood and carried out as part of qualified projects by a CBDO are exempt from the public service cap of 15%. Therefore, the City of Clearwater will be able to offer a more aggressive level of service to stimulate community revitalization. It will also allow the City of Clearwater to address some of the urgent needs of the disadvantaged communities by offering job training and other related economic development assistance. In terms of housing, the revitalization strategy will allow the City to track scattered site housing units as a single strategy. This will permit the City of Clearwater to provide housing opportunities to not only low- to moderate-income families, but to other families who earn between 80% to 120% of area median income. This will increase the level of affordable housing units and thereby raise the income level of the neighborhood. NRSA Boundaries The City of Clearwater has previously established and currently maintains three (3) different strategy areas. The first strategy area encompasses Census Tract 261.01, Block Group 2; Census Tract 261.02, Block Group 1; Census Tract 262.00, Block Groups 1 and 2; and Census Tract 263.00, Block Group 4, collectively known as the North Greenwood Neighborhood Revitalization Strategy Area. The North Greenwood Strategy Area is bounded by Kings Highway to the east, N. Osceola Avenue to the west, Union Street/Sunset Point Road to the north, and Drew Street/Maple Street/Palmetto Street to the south. The second strategy area encompasses Census Tract 258.00, Block Groups 2 and 3; and Census Tract 259.01, Block Groups 1, 2, and 3, known as the Lake Bellevue Neighborhood Revitalization Strategy Area, bounded by South Missouri Avenue to the east, South Ft. Harrison Avenue to the west, Chestnut Street/Court Street to the north, and Belleair Road to the south. The third strategy area encompasses Census Tract 264.02, Block Groups 1, 2, and 3, known as the Downtown Gateway District Neighborhood Revitalization Strategy Area, bounded by Highland Avenue to the east, Missouri Avenue to the west, Drew Street to the north, and Court Street to the south. Please see the attached Strategy Areas Map. Neighborhood & Demographic Criteria It is important to note that all ACS data in this section and subsequent data analysis sections are aggregates which include all block groups within the Census Tracts of the NRSAs. Not all block groups within these tracts are within the NRSA. North Greenwood Neighborhood Revitalization Strategy Area (NGNRSA) At the time of the 2020 U.S. Census, the NGNRSA included block groups within Census Tracts 261.01, 261.02, 262.00, and 263.00. According to 2024 HUD Low- and Moderate-Income Summary Data (LMISD), which is based on the 2016-2020 ACS, the NGNRSA has a combined population of 6,410 July 15, 2025 4 people of which 65.9% is considered low- to moderate-income. Census Tract 261.01 has a population of 1,215 people of which approximately 73.3% is low- to moderate-income, Census Tract 261.02 has a total population of 425 people of which 33.2% is low- to moderate-income, Census Tract 262.00 has a population of 2,185 people of which 78.7% is low- to moderate-income, and Census Tract 263.00 has a population of 1,730 people of which 68.8% is low- to moderate- income. The following data points are calculated using the 2019-2023 ACS data, which indicates a total population for the NGNRSA of 13,910. It is important to note that all ACS data are aggregates which include all block groups within the Census Tracts 261.01, 261.02, 262.02, 262.00 and 263.00. Not all block groups within these tracts are within the NRSA. Additionally, with the exception of Census Tract 261.02, individuals in the NGNRSA experience a much higher percentage of poverty compared to the City of Clearwater (15.4%). The 2019-2023 ACS reported that persons living below the poverty level during the last 12 months in Tracts 261.01, 261.02, 262.00, and 263.00 were 20.7%, 1.4%, 37.8%, and 25.5%, respectively. The total land area for the NGNRSA is approximately 1.4 square miles. According to the 2019-2023 ACS, the population in the area is relatively young with the median age being estimated at approximately 43.6 years. There are approximately 3,212 families in the area with 1,803, or 56.1%, of the families living as married couples, and 1,098, or 34.2%, of the families living as a single female householder, with no husband present. The area is also primarily residential in nature. According to the 2019-2023 ACS, there are a total of 6,081 housing units in this area. Out of the 6,081 housing units, 12.7% are vacant. According to the 2019-2023 ACS, with the exception of Census Tracts 261.01 and 261.02, the median owner-occupied home value in this area is lower than the rest of the City. The median value of homes in Tract 261.01, 261.02, 262.00, and 263.00 is $350,000, $435,400, $238,500, and $256,400, respectively. These are aggregate values that include some block groups not included in the NRSA. The median value of owner- occupied homes in the City of Clearwater is $326,100. According to the 2019-2023 ACS, the median contract rent is $1,195 per month for Tract 261.01, $1,126 for Tract 261.02, $898 for Tract 262.00, and $1,158 for Tract 263.00. The median contract rent for the City of Clearwater is $1,344. The median gross rent is $1,436 for Tract 261.01, $1,322 for Tract 261.02, $1,143 for Tract 262.00, and $1,386 for Tract 263.00. The median gross rent for the City of Clearwater is $1,539. The median household income is also lower than the rest of the City. According to the 2019-2023 ACS, the median household income for the City of Clearwater is $64,440. The median household income is $70,000 for Tract 261.01, $58,125 for Tract 261.02, $35,100 for Tract 262.00, and $56,005 for Tract 263.00. Lake Bellevue Neighborhood Revitalization Strategy Area (LBNRSA) The LBNRSA includes various block groups from Census Tracts 258.00 and 259.01. According to 2024 HUD Low- and Moderate-Income Summary Data (LMISD), which is based on the 2016-2020 ACS, the LBRNSA has a population of 5,805 persons of which 70.9% are considered low- to moderate-income. July 15, 2025 5 Additionally, the 2019-2023 ACS reported that 21.9% of persons in the LBNRSA were living below the poverty level during the past 12 months, compared to a citywide percentage of 15.4%. It is important to note that all ACS data are aggregates which include all block groups within the Census Tracts 258.00 and 259.01. Not all block groups within these tracts are within the NRSA. The total land area for the LBNRSA is approximately 1.1 square miles. According to the 2019-2023 ACS, the population in the area is nearly middle aged with the median age estimated at approximately 38.6 years. There are approximately 1,441 families in the area with 761, or 52.8% of the families living as married couples, and 339 of the families living as a single female householder with no husband present, however no data was available for families living as a single female householder with no husband present in census tract 259.01. The area is also primarily residential in nature. According to the 2019-2023 ACS, there are a total of 4,142 housing units in this area. Out of the 4,142 housing units, 21% are vacant. According to the 2019-2023 ACS, the median home owner-occupied value in this strategy area is much lower than the rest of the City. The median value of homes in Census Tract 258.00 is $215,300 and is $256,400 in Census Tract 259.01. The median value of owner-occupied homes in the City of Clearwater is $326,100. According to the 2019-2023 ACS, the median contract rent for is $1,185 per month, and $1,168 per month in Tracts 258.00 and 259.01, respectively. The median contract rent for the City of Clearwater is $1,344. The median gross rent for Tract 258.00 is $1,433 and is $1,270 for Tract 259.01, whereas the median gross rent in the City of Clearwater is $1,539. The median household income is also lower than the rest of the City. According to the 2019-2023 ACS, the median household income for the City of Clearwater is $64,440. The median household income for Tract 258.00 and Tract 259.01 is $47,551 and $51,467, respectively. Downtown Gateway District Neighborhood Revitalization Strategy Area (DGDNRSA) The DGDNRSA includes Census Tract 264.02. According to 2024 HUD Low- and Moderate-Income Summary Data (LMISD), which is based on the 2016-2020 ACS, the DGDNRSA has a population of 3,575 persons of which 89.6% are considered low to moderate income. The 2019-2023 ACS reported that 17.1% of persons in the DGDNRSA were living below the poverty level during the past 12 months, compared to a citywide percentage of 15.4%. It is important to note that all ACS data are aggregates which include all block groups within the Census Tracts 264.02. Not all block groups within these tracts are within the NRSA. The total land area for the DGDNRSA is approximately 0.4 square mile. According to the 2019-2023 ACS, the population in the area is relatively young with the median age being nearly 41 years. There are approximately 660 families in the area with 177, or 26.8% of the families living as married couples, and 250, or 37.9% of the families living as a single female householder, with no husband present. The area is a mix of residential and commercial land uses. According to the 2019-2023 ACS, there are a total of 1,554 housing units in this area. Out of the 1,554 housing units, 16.9% are vacant. The median value of homes in the Downtown Gateway District was not provided by the 2019-2023 July 15, 2025 6 ACS. According to the 2019-2023 ACS, the median contract rent for Tract 264.02, is $942 per month. The median contract rent for the City of Clearwater is $1,344. The median gross rent for Downtown Gateway is $1,111, whereas the median gross rent in the City of Clearwater is $1,539. The median household income in the Downtown Gateway District is considerably lower than the rest of the City. According to the 2019-2023 ACS, the median household income for the City of Clearwater is $64,440. The median household income for Downtown Gateway is $39,167. This value includes block groups that are not within the Downtown Gateway District; as such, the median income value of those block groups only within the Downtown Gateway District is likely lower. Community Consultation Community consultation involves soliciting input on the revitalization strategy from the residents of the area, owner-operators of businesses, local financial institutions, non-profit organizations, and community groups. The process used by the City of Clearwater in this section included holding two public information-gathering meetings in the communities with key stakeholders, holding a workshop with grant subrecipients and service providers, providing a 30-day comment period, holding a public hearing with the Neighborhood and Affordable Housing Advisory Board (NAHAB), and holding a public hearing with the City Council with the results. The first public meeting was held on February 10, 2025, for the NGNRSA, and the second public meeting was held on February 11, 2025, for the LBNRSA and DGDNRSA. The subrecipient and service provider workshop was held on February 26, 2025. The NAHAB met on May 13, 2025, and July 8, 2025. The City Council met to discuss the NRSAs, along with the 2025-2029 Consolidated Plan and the 2025-2026 Annual Action Plan, on August 7, 2025. Assessment Level of Employment According to the 2019-2023 ACS, there are an estimated 117,075 persons living in the City of Clearwater. Of that, 99,150 were 16 years or older. The ACS reported that of this population, 59.1% is in the labor force. Moreover, 56.1% are employed and 2.8% are unemployed. Although the City of Clearwater illustrates a vibrant City with employment opportunities, some neighborhoods within the City do not show this type of success. In the NRSAs, the employment outlook is not as bright as the City as a whole. Some reasons for the disparities vary from educational attainment to economic disadvantage. The 2019-2023 ACS estimated that a total of 11,150 persons 16 years of older living in the NGNRSA. Of this total, 60.7%, or 6,769 persons, are listed in the civilian labor force. The Bureau of Labor Statistics stated that the unemployment rate for the State of Florida has increased by 0.8% from January 2023 to March 2025. Based on these estimates, it is estimated that the current unemployment rate in the North Greenwood area may have also increased. The 2019-2023 ACS estimated that a total of 6,548 persons 16 years of older living in the LBNRSA. Of July 15, 2025 7 this total, 61.7%, or 4,043 persons, are listed in the civilian labor force. Again, based on the Bureau of Labor Statistics data, it is estimated that the current unemployment rate for Tract 258.00 and 259.01 may be higher than previous years. Based on the 2019-2023 ACS, the unemployment rate for the DGDNRSA is estimated at 54.8% of the population age 16 years or older in the labor force. Of the population age 16 years or older, 54.8% is in the civilian labor force and 53.7% are employed. Based on the Bureau of Labor Statistics data, it is estimated that the current unemployment rate for Tract 264.02 may be higher than previous years. Pervasive Poverty Within the combined NRSAs, the majority of residents are low- to moderate-income and many live below the poverty line. There are many factors that contribute to persons living in or below poverty. Some of these factors include educational attainment, households receiving public assistance/ supplemental security income, and childhood poverty rates. Educational Attainment According to the 2019-2023 ACS, the percentage of persons 25 years and older in the NGNRSA with no high school diploma is 12%, which is higher than the citywide percentage of 9.1%. Additionally, the LBNRSA has a high rate of persons over the age of 25 without a high school diploma. According to the 2019-2023 ACS, 14.8% of persons 25 years and older are without a high school diploma. Likewise, the DGDNRSA has a higher rate of persons over the age of 25 without a high school diploma. According to the 2019-2023 ACS, 23.5% of persons 25 years and older are without a high school diploma. Households Receiving Public Assistance According to the 2019-2023 ACS, the percentage of households who received supplemental security income, cash public assistance income, or food stamps/SNAP public assistance in the NGNRSA is 53.1%. The citywide rate of households receiving supplemental security income, public assistance, or food stamps/SNAP is 35.1%. According to the 2019-2023 ACS, there were at least 776 households in LBNRSA who received supplemental security income, cash public assistance income, or food stamps/SNAP public assistance, totaling 58.6%. According to the 2019-2023 ACS, there were at least 751 households in DGDNRSA who received supplemental security income, cash public assistance income, or food stamps/SNAP public assistance, totaling 79.1%. Childhood Poverty Rate There is a strong association with childhood poverty rate, educational attainment, and persons who receive public assistance and/or supplemental security income. According to the 2019-2023 ACS, the percentage of families with related children under 18 years of age who live below the poverty level in Clearwater is 17.3%. July 15, 2025 8 However, the NGNRSA is at a much higher rate. According to the 2019-2023 ACS, the percentage of families with related children under 18 years of age who are below poverty level is estimated at 47.3% for the block groups within the NGNRSA. In the LBNRSA, the percentage of families with related children under 18 years of age who are below poverty level is 44.7%. For the DGDNRSA, the percentage of families with related children under 18 years of age who are below poverty level is 16.5% in the DGDNRSA. Neighborhood Business & Employment Data Data on the number of businesses located in the area and the number of people employed was not available for the current year. While the NGNRSA and LBNRSA are primarily residential, the DGDNRSA contains a greater commercial presence. As presented in the original 2009 East Gateway District Neighborhood Revitalization Strategy Report (revised August 28, 2009) (now known as the Downtown Gateway District NRSA) that established the EGDNRSA (now DGDNRSA), the following businesses and employment conditions exist in the DGDNRSA. According to City business tax receipts, there are 217 licensed businesses in the [East Gateway] district. Of these businesses, approximately five opened in the past year. Non- home-based businesses are predominately located in owned or leased commercial space of 1,000 square feet or less. Larger-scale commercial buildings (25,000 and 50,000 square feet) accommodate general and professional office uses. Aging infrastructure and chronic social ills including vagrancy, prostitution, and illegal drug activity have diminished the marketability of commercial space. It is estimated that 50 percent of commercial space in the district is currently vacant. Although very low commercial rents provide opportunity for small business enterprise, these businesses are characteristically undercapitalized and highly vulnerable to failure. East Gateway business owners frequently complain that city sign regulation impede the ability to attract customers through signage. The mid-twentieth century “modern” architecture predominant in the district is more likely a factor since the style does not lend itself to sign placement. Also affecting the district’s customer base was the rerouting of a state road outside the district in conjunction with a new bridge opening in 2005. This action is linked to a greater than 50 percent decline in traffic volumes (largely beach traffic) on East Gateway’s major corridors. Capital is available to East Gateway businesses through SBA lenders and several community banks in Clearwater offering counseling for business loan products. The University of South Florida (USF) Small Business Development Center & Entrepreneurial Training has a Clearwater Office that counsels clients and connects them with lending institutions. Also, the East Gateway Action Program includes an effort to develop low-interest lending programs that would benefit businesses in the area. It is estimated that 540 persons are employed by non-home-based businesses in the district. It July 15, 2025 9 is estimated that the small businesses which represent the majority of East Gateway businesses employ from 1 to 10 employees. With the recent relocation of the Consumer Energy Solutions (call center) that employed 140 persons in the district, Achieva Credit Union is now the largest employer in East Gateway with approximately 50 employees. Source: East Gateway Neighborhood Revitalization Strategy, approved March 5, 2009, and revised August 28, 2009. Presently, it is estimated that 2% of persons over 16 years of age in the DGDNRSA are unemployed, compared to the citywide rate of 4.7%. The District’s unemployment rate has decreased since 2020, when the rate was 23.1% during the pandemic. District residents not in the labor force (i.e., neither employed nor looking for work) account for nearly 45.2% of persons over 16 years of age compared to the citywide figure of 40.9%. ACS data shows that 56 of the 1,342 workers (age 16 and older) in the DGDNRSA work at home and approximately 88 workers (6.5%) have less than a 10-minute travel time to work. Based on this information, it is estimated that 93.5% of DGDNRSA residents are employed outside the district. Access to Capital for Area Businesses Potential business owners who seek capital from the private sector have found it difficult to secure resources. Private sector loans are normally larger than the amount of the funds needed by area small businesses and have underwriting criteria that most new or expanded businesses could not meet. Public Participation Based on City of Clearwater community meetings and surveys completed by the residents of the three active NRSAs in 2025, the unmet demand for specific types of housing and community development activities include the following: North Greenwood NRSA (2025) •Housing o Concerns Lack of affordable housing (all housing types) Insurance/taxes that compound housing costs and cost burden Condition of aging housing stock Aging infrastructure, particularly aging sewer connections (interior to housing andexterior connections) and neighborhood stormwater systems o Needs Financial assistance, including gap assistance for home repairs Housing rehabilitation and home hardening against natural disasters (e.g., energy July 15, 2025 10 efficiency, weatherization, and hardening) “Handy Van” program to help with housing repairs that do not qualify forrehabilitation loans •Homelessness o Concerns Lack of homeless shelter facilities o Needs Overnight shelter •Public Services o Concerns Lack of mental/behavioral health resources and programs o Needs “Handy Van” program to help with minor home repairs Mental/behavioral health resources and programs Job training Affordable daycare Elderly transit/transportation services Food assistance (e.g., Meals on Wheels, etc.) Community messaging (e.g., digital info board or marquee in public places) •Public Facilities and Infrastructure o Concerns Lack of security lighting for public safety Condition of public infrastructure (e.g., road resurfacing, sewer connections, andstormwater drainage/flooding) Maintenance of public spaces (e.g., trash and tree debris cleanup, etc.) o Needs Street improvements (e.g., resurfacing/repair of potholes, drainage/floodimprovements, and regular maintenance for trash cleanup) July 15, 2025 11 Solar-powered crosswalks, streetlights, and lighted intersections with push buttonfor flashing lights Sidewalk improvements for ADA compliance and connectivity Safe bus stops/elementary school safety improvements Improvements to, or rehabilitation of, public facilities for usability (e.g., lightedsports fields/ball courts, community gardens, dog parks, bicycle/skate parks foryouth) Improvements to Cherry Harris Park (e.g., outdoor exercise equipment for adults) Passive open space for recreation Lake Bellevue NRSA and Downtown Gateway NRSA (2025) •Housing o Concerns Elderly homeowners unable to afford home improvements Lack of supply and aging housing stock (e.g., deteriorated units) Disaster-related housing impacts o Needs Housing rehabilitation (homeowner and rental) Homeowner counseling for mortgage readiness Coordination with realtors/real estate industry regarding funding options Accessory dwelling units (ADUs) as affordable housing option Natural disaster assistance •Homelessness o Concerns Homelessness, particularly among subpopulations such as veterans, personswith mental health or substance abuse/behavioral challenges, and personsleaving prison o Needs Homeless shelters Rapid re-housing July 15, 2025 12 Self-sufficiency and job/employment training (specific to homelessness) Street outreach (e.g., mental health unit) Encampment removal and patrol (CSX coordination) •Public Services o Needs Mental health services Salary support for community policing and social work programs Economic development (e.g., micro-enterprise/small business assistance) •Public Facilities and Infrastructure o Concerns Homelessness in parks/on street Lack of shade at public facilities(parks) o Needs Dog park Neighborhood cleanup Public greenspaces, interpretive/education signage One of the primary impediments that disadvantaged communities encounter is the lack of investment or reinvestment from the private sector. The public sector has traditionally been the catalyst for funding in the redevelopment process. Additionally, community opposition to certain types of development may be a challenge to the NRSAs. The NRSAs are primarily residential in character. The NGNRSA and LBNRSA are low- and moderate- income communities with housing stock comprised primarily of single-family homes. The DGDNRSA is approximately 80% residential but is comprised of more multi-family rental units. Based on the community meetings and stakeholder workshop held, residents of the NGNRSA, LBNRSA, and DGDNRSA have identified what they feel are the community’s unmet needs. Any development activities that would limit efforts to overcome unmet needs would be strongly opposed by the communities. Two community centers, the Ross Norton and North Greenwood (both recreation and aquatic complexes), are focal points for their respective neighborhoods and common meeting places. Most local community groups and organizations have been in existence for over a decade and are well-established in the community. These community groups and organizations include, but are not limited to, Suncoast Center and Homeless Empowerment Program (HEP). July 15, 2025 13 Additional organizations include the Willa Carson Health and Wellness Center, Clearwater Neighborhood Family Center, Community Service Foundation/Lake Belleview Community Association, and various neighborhood groups. These groups and organizations are experienced in their areas of service; however, technical assistance would enhance the efforts of these groups and organizations. The NGNRSA, LBNRSA, and DGDNRSA have actively participated in crime reduction tactics for years. They have organized crime watch programs that actively monitor and report suspicious activities to the police department. Future efforts to eliminate crime in the strategy areas include working with the City’s Police Department to continue community policing efforts, developing a community enforcement program, establishing crime watch programs throughout the neighborhoods, and using code enforcement to reduce criminal activities. Existing code enforcement efforts have benefited the communities. These efforts are not systematic in the neighborhood revitalization areas but based upon code enforcement efforts practiced throughout the city as a whole. Economic Empowerment In order to accomplish successful objectives and to improve infrastructure and public services, there is a need to establish and implement strategies that will provide economic empowerment. The following goals and strategies will be pursued through interdepartmental efforts to ensure that the public realm and infrastructure reflect a commitment to revitalization in the NRSAs. Objective 1: The first objective is to identify and remove impediments that are barriers to investment or reinvestment into the community. •Allow for creative reuse of buildings and land. •Increase small business startups and decrease failure rate of small business. •Promote job skill training to the youth and minorities; and promotewomen owned businesses and workforce development training for NRSAresidents. Lack of investment in the communities may be attributed to a high number of substandard structures, low per capital income of the residents, the perception of crime, and declining tax base. In order to reduce the number of substandard structures, the City of Clearwater will continue to provide loans to eligible low- and moderate-income homeowners to repair their structures. Objective 2: Identify and improve the safety and condition of parks and other facilities throughout the NRSAs. •Increase and improve infrastructure within the designated parks andtrails throughout the communities. Objective 3: Expand the accessibility to and coordination of social services to City of Clearwater’s special needs population, youth, and senior citizens. July 15, 2025 14 Objective 4: Enhance the living environment for persons in the NRSAs. •Improve public service activities and programs that eliminate blight andurban decay. Objective 5: Help prevent and reduce homelessness within the NRSAs. •Assist agencies that engage in homeless prevention and provide services. Unmet Needs Analysis The following unmet needs have been identified by residents of the NRSAs and key stakeholders through the public community meetings, subrecipient and service provider workshop, and online survey. NGNRSA Unmet Needs (2025) •Housing assistance and rehabilitation, including home hardening •Homeless overnight shelter facilities •Public services, such as mental/behavioral health resources and programs, job training, daycare,elderly transit/transportation services, food assistance, and improved communications andmessaging with the community •Public facilities and infrastructure improvements, such as street and sidewalk improvements forpublic safety and accessibility, and additional recreation options for usability LBNRSA and DGDNRSA Unmet Needs (2025) •Housing assistance and rehabilitation, including homeowner counseling and coordination offunding options, rehabilitation loans and grants, disaster assistance, and ADUs as affordablehousing •Homeless overnight shelter facilities, rapid re-housing, self-sufficiency and job/employmenttraining, and street outreach (e.g., mental health unit) •Public services, mental health services, salary support for community policing and social workprograms, and economic development (e.g., microenterprise and small business assistance). •Public facilities and infrastructure improvements, such as dog parks and public greenspaces, andprograms for neighborhood cleanup and beautification. July 15, 2025 15 Performance Measures North Greenwood NRSA To measure the success of the City’s strategies to reach the goals identified, the following performance measurements are established for a five-year period: 1.Housing – Provide availability of, and accessibility to, decent affordable housing for theresidents of the North Greenwood Neighborhood. a.Construct or rehabilitate 5 affordable rental housing units. b.Construct or rehabilitate 5 affordable “for sale” units. c.Provide 20 eligible homeowners with housing rehabilitation/repair. d.Provide 15 eligible homebuyers with purchase assistance. e.Provide 30 eligible renters with rental or utility assistance. f.Provide homebuyer education classes for 15 households who are eligible forassistance. 2.Homelessness – Help to prevent and reduce homelessness within the NorthGreenwood Neighborhood. a.Sponsor overnight shelter stays at two (2) homeless facilities for homeless persons. b.Provide assistance for nutrition/food bank programs to serve 3,500 persons. c.Support local agencies for the screening and treatment of 25 personsfor behavioral/mental health services or substance abuse treatment. 3.Community Development and Public Services – Enhance the living environment for personsin the North Greenwood Neighborhood through community development activities, publicservice programs, and elimination of blight. a.Remove blight by supporting a community clean-up day conducted byneighborhood groups/organizations. b.Provide funding for a minimum of one (1) public facility projects (e.g.,public building/resource center, park improvements, bus stops, etc.). c.Reduce/prevent poverty. i.Collaborate with a minimum of two (2) agencies to support tutorial programsto increase basic education and life skills. ii.Sponsor 35 youth in mentoring programs designed to enhance growthand development skills. July 15, 2025 16 d.Promote self-sufficiency. i.Work with private not-for-profit agency to provide 10 persons with accessto career training programs. ii.Work with private not-for-profit agencies to provide 10 personswith access to career training programs. 4.Economic Development – Support programs that create economic opportunities in theNorth Greenwood Neighborhood, particularly for low- and moderate-income residents. a.Assist businesses with micro-business development activities and job creation. b.Provide a minimum of one (1) business with façade improvements. c.Assist businesses with micro-business development activities and job creation. Lake Bellevue NRSA To measure the success of the City’s strategies to reach the goals identified, the following performance measurements are established for a five-year period: 1.Housing – Provide availability of, and accessibility to, decent affordable housing for theresidents of the Lake Bellevue Neighborhood. a.Construct or rehabilitate 12 housing units for rental or homeownership, and supporthomebuyer activities. b.Provide 4 eligible homeowners with housing rehabilitation/repair. c.Provide 10 eligible homebuyers with purchase assistance to purchase a home. d.Provide 5 eligible renters with rental or utility assistance. e.Provide homebuyer education classes for 12 persons who are eligible for assistance. 2.Homelessness – Help to prevent and reduce homelessness within the LakeBellevue Neighborhood. a.Sponsor overnight shelter stays at two (2) homeless facilities for homeless persons. b.Provide assistance for nutrition/food bank programs to serve 1,000 persons. c.Support local agencies for the screening and treatment of 25 personsfor behavioral/mental health services or substance abuse treatment. 3.Community Development and Public Services – Enhance the living environment for personsin the Lake Bellevue Neighborhood through community development activities, publicservice programs, and elimination of blight. July 15, 2025 17 a.Remove blight by supporting a community clean-up day conducted byneighborhood groups/organizations. b.Provide funding for a minimum of two (2) public facility projects (e.g., publicbuilding/resource center, park improvements, bus stops, etc.). c.Reduce/prevent poverty. i.Collaborate a minimum of one (1) agency to support tutorial programsto increase basic education and life skills. ii.Sponsor 10 youth in mentoring programs designed to enhance growthand development skills. d.Promote self-sufficiency i.Collaborate with area social service agencies to provide vouchersfor transportation for 10 persons conducting job searches. ii.Work with non-profit agencies to offer 10 persons access to computerliteracy and internet skills. 4.Economic Development – Support programs that create economic opportunities in the NorthGreenwood Neighborhood, particularly for low- and moderate-income residents. a.Assist businesses with micro-business development activities and job creation. b.Provide a minimum of one (1) business with façade improvements. c.Assist businesses with micro-business development activities and job creation. Downtown Gateway NRSA To measure the success of the City’s strategies to reach the goals identified, the following performance measurements are established for a five-year period: 1.Housing – Provide availability of, and accessibility to, decent affordable housing for theresidents of the Downtown Gateway Neighborhood. a.Construct or rehabilitate 2 affordable “for sale” units. b.Construct or rehabilitate 2 affordable rental units. c.Provide 10 eligible homebuyers with purchase assistance to purchase a home. d.Provide 5 eligible renters with rental or utility assistance. e.Provide homebuyer education classes for 15-20 persons who are eligible for assistance. 2.Non-Homeless Special Needs – Expand the accessibility and coordination of social services July 15, 2025 18 to special needs populations in the Downtown Gateway Neighborhood. a.Collaborate with a minimum of two (2) agencies to assist frail/elderly, disabled,or veteran populations with special needs programs or reentry programs forpersons leaving institutional systems. 3.Community Development and Public Services – Enhance the living environment for personsin the Downtown Gateway Neighborhood through community development activities,public service programs, and elimination of blight. a.Provide funding for a minimum of one (1) public facility project (e.g.,public building/resource center, park improvements, bus stops, etc.). b.Reduce/prevent poverty. i.Sponsor 50 youth in mentoring programs designed to enhance growthand development skills. 4.Economic Development – Support programs that create economic opportunities in theDowntown Gateway Neighborhood, particularly for low- and moderate-incomeresidents. a.Provide a minimum of one (1) business with façade improvements. b.Provide small businesses with technical support and training. c.Assist businesses with micro-business development activities and job creation. July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-Public Participation Public Participation 19074-1 NOTICE OF COMMUNITY MEETINGS CITY OF CLEARWATER,FLORIDA FIVE-YEAR CONSOLIDATED PLAN FOR FISCAL YEARS 2025/2026 THROUGH 2029/2030 The City of Clearwater is preparing a Five-Year Consolidated Plan, including comprehensive neighborhood revitalization strategies,to create partnerships among the local government,the private sector, community organizations,and neighborhood residents.The Plan will include goals to address community development,housing, homeless,and special needs in the City’s neighborhoods.The City is holding three community meetings to help prioritize needs and identify strategies that may be eligible for federal funding through the Community Development Block Grant (CDBG)and HOME Investment Partnerships Program under the U.S.Department of HousingandUrban Development (HUD).These federalprogramsare intended to benefit low-to moderate-income residents. Meeting #1:February10,2025,at 5:30 PM North Greenwood Recreation Center 900 N.Martin Luther King,Jr.Ave., Clearwater,FL 33755 Meeting #2:February11,2025,at 6:30 PM Ross Norton Recreation Center 1426 S.Martin Luther King,Jr.Ave., Clearwater,FL 33756 Meeting #3:February12,2025,at 5:30 PM The Long Center 1501 N.Belcher Rd.,Clearwater,FL 33765 If you have any questions about this notice,please contact: Dylan Mayeux,Real Estate Coordinator II,City of Clearwater, Economic Development and Housing Department,509 S.East Ave., Suite 227,Clearwater,FL 33756,(727)444-7168,or by email at: Dylan.Mayeux@MyClearwater.com ACOPYOF THISAD IN LARGEPRINT ISAVAILABLEINOFFICIAL RECORDS &LEGISLATIVE SERVICES.ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS MEETING SHOULD CALL (727)562-4093 WITH THEIR REQUEST. LEGAL NOTICE 1/22/2025 WHAT WILL YOUR COMMUNITY LOOK LIKE IN THE NEXT 5 YEARS? Are you concerned about affordable housing, fair housing, homelessness, community services, public facilities/infrastructure, or business/entrepreneur assistance? Here is your opportunity to share your ideas. What Community meetings regarding the City of Clearwater Five-Year (2025-2029) Consolidated Plan for the Community Development Block Grant (CDBG) and HOME Investments Partnerships Program When/Where Meeting #1: February 10, 2025, at 5:30 PM North Greenwood Recreation Center 900 N. Martin Luther King, Jr. Ave. Clearwater, FL 33755 Meeting #2: February 11, 2025, at 6:30 PM Ross Norton Recreation Center 1426 S. Martin Luther King, Jr. Ave. Clearwater, FL 33756 Meeting #3: February 12, 2025, at 5:30 PM The Long Center 1501 N. Belcher Rd. Clearwater, FL 33765 The City of Clearwater is preparing a Five-Year Consolidated Plan, including comprehensive neighborhood revitalization strategies, to create partnerships among the local government, the private sector, community organizations, and neighborhood residents. The Plan will include goals to address community development, housing, homeless, and special needs in the City’s neighborhoods. The City is holding three community meetings to help prioritize needs and identify strategies that may be eligible for federal funding through the Community Development Block Grant (CDBG) and HOME Investment Partnerships Program under the U.S. Department of Housing and Urban Development (HUD). These federal programs are intended to benefit low- to moderate-income residents. If you have any questions about this notice, please contact: Dylan Mayeux, Real Estate Coordinator II, City of Clearwater, Economic Development and Housing Department, 509 S. East Ave., Suite 227, Clearwater, FL 33756, (727) 444-7168, or by email at: Dylan.Mayeux@MyClearwater.com ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THESE MEETINGS SHOULD CALL (727) 562-4093 WITH THEIR REQUEST. If you are unable to attend one of these meetings, you may also provide comments by completing a brief online SURVEY before February 28, 2025, which can be accessed at: https://www.surveymonkey.com/r/ClearwaterConsolidatedPlanSurvey Or by scanning the following QR code with your smartphone: 1 of 3 City of Clearwater Five-Year Consolidated Plan Community Meeting: North Greenwood February 10, 2025 | 5:30 p.m. North Greenwood Recreation Center 900 N. Martin Luther King Jr. Avenue Clearwater, FL 33755 MEETING SUMMARY The City of Clearwater is in the process of drafting a Five-Year Consolidated Plan for Program Years (PY) 2025/2026-2029/2030 to create a strategic and unified vision for HUD funding over the next five years. In order to develop this vision, the City conducted a series of community meetings during February 2025 to collect input regarding the Five-Year Consolidated Plan. On February 10, 2025, the City conducted a community meeting at the North Greenwood Recreation Center on N. Martin Luther King Jr. Avenue. Approximately 12 participants representing the North Greenwood neighborhood and surrounding community attended the meeting. Additionally, representatives of the City of Clearwater and the City’s consultant (Wade Trim) were in attendance. To provide an environment that would allow for all attendees to be heard, a three-tier approach was conducted. The first was to present an educational PowerPoint which provided background on the purpose of drafting a Five-Year Consolidated Plan, which activities and areas are eligible for HUD funding, and the schedule that City of Clearwater will follow to adopt the Five-Year Consolidated Plan in 2025. The second was a paper or online survey asking the participants about their needs and experiences working with the City of Clearwater to administer HUD funds. The third was an open discussion where the participants were asked to discuss their housing and community development priorities over the next five years. Survey The survey was intended to allow participants to convey their familiarity with HUD programs administrated by City of Clearwater and to provide input on specific needs for federal fund administration. The survey included 14 questions. Links to the online survey were shared and participants were encouraged to invite friends and neighbors to take the online survey. The online survey was made available on January 22, 2025, and kept open until February 28, 2025. Results of the online survey are documented separately. Open Discussion During the discussion, the participants were asked to speak openly regarding issues affecting their neighborhood and surrounding community. A number of priorities were brought to City’s attention. These priorities are listed below, specific to the North Greenwood neighborhood: • Housing o Concerns Lack of affordable housing (all housing types) Insurance/taxes that compound housing costs and cost burden Condition of aging housing stock Aging infrastructure, particularly aging sewer connections (interior to housing and exterior connections) and neighborhood stormwater systems o Needs Financial assistance, including gap assistance for home repairs Housing rehabilitation and home hardening against natural disasters (e.g., energy efficiency, weatherization, and hardening) “Handy Van” program to help with housing repairs that do not qualify for rehabilitation loans 2 of 3 • Homelessness o Concerns Lack of homeless shelter facilities o Needs Overnight shelter • Public Services o Concerns Lack of mental/behavioral health resources and programs o Needs “Handy Van” program to help with minor home repairs Mental/behavioral health resources and programs Job training Affordable daycare Elderly transit/transportation services Food assistance (e.g., Meals on Wheels, etc.) Community messaging (e.g., digital info board or marquee in public places) • Public Facilities and Infrastructure o Concerns Lack of security lighting for public safety Condition of public infrastructure (e.g., road resurfacing, sewer connections, and stormwater drainage/flooding) Maintenance of public spaces (e.g., trash and tree debris cleanup, etc.) o Needs Street improvements (e.g. resurfacing/repair of potholes, drainage/flood improvements, and regular maintenance for trash cleanup) Solar-powered crosswalks, streetlights, and lighted intersections with push button for flashing lights Sidewalk improvements for ADA compliance and connectivity Safe bus stops/elementary school safety improvements Improvements to, or rehabilitation of, public facilities for usability (e.g., lighted sports fields/ball courts, community gardens, dog parks, bicycle/skate parks for youth) Improvements to Cherry Harris Park (e.g. outdoor exercise equipment for adults) Passive open space for recreation Conclusion Although there are many priorities that the North Greenwood neighborhood and surrounding community felt are important, these priorities can be summarized as follows: • Housing assistance and rehabilitation, including home hardening • Homeless overnight shelter facilities • Public services, such as mental/behavioral health resources and programs, job training, daycare, elderly transit/transportation services, food assistance, and improved communications and messaging with the community • Public facilities and infrastructure improvements, such as street and sidewalk improvements for public safety and accessibility, and additional recreation options for usability 3 of 3 For questions regarding the Five-Year Consolidated Plan, please contact Dylan Mayeux at (727) 444-7168 or Dylan.Mayeux@MyClearwater.com. City of Clearwater Economic Development & Housing Department 509 S. East Ave., Suite 227 Clearwater, FL 33756 More information can be found at www.myclearwater.com/housing 1 of 2 City of Clearwater Five-Year Consolidated Plan Community Meeting: Lake Bellevue February 11, 2025 | 6:30 p.m. Ross Norton Recreation Center 1426 S. Martin Luther King Jr. Ave. Clearwater, FL 33756 MEETING SUMMARY The City of Clearwater is in the process of drafting a Five-Year Consolidated Plan for Program Years (PY) 2025/2026-2029/2030 to create a strategic and unified vision for HUD funding over the next five years. In order to develop this vision, the City conducted a series of community meetings during February 2025 to collect input regarding the Five-Year Consolidated Plan. On February 11, 2025, the City conducted a community meeting at the Ross Norton Recreation Center on S. Martin Luther King Jr. Avenue. Approximately eight (8) participants representing the Lake Bellevue neighborhood and surrounding community attended the meeting. Additionally, representatives of the City of Clearwater and the City’s consultant (Wade Trim) were in attendance. To provide an environment that would allow for all attendees to be heard, a three-tier approach was conducted. The first was to present an educational PowerPoint which provided background on the purpose of drafting a Five-Year Consolidated Plan, which activities and areas are eligible for HUD funding, and the schedule that City of Clearwater will follow to adopt the Five-Year Consolidated Plan in 2025. The second was a paper or online survey asking the participants about their needs and experiences working with the City of Clearwater to administer HUD funds. The third was an open discussion where the participants were asked to discuss their housing and community development priorities over the next five years. Survey The survey was intended to allow participants to convey their familiarity with HUD programs administrated by City of Clearwater and to provide input on specific needs for federal fund administration. The survey included 14 questions in an open-ended format. Links to the online survey were shared and participants were encouraged to invite friends and neighbors to take the online survey. The online survey was made available on January 22, 2025, and kept open until February 28, 2025. Results of the online survey are documented separately. Open Discussion During the discussion, the participants were asked to speak openly regarding issues affecting their neighborhood and surrounding community. A number of priorities were brought to City of Clearwater’s attention. These priorities are listed below, specific to the Lake Bellevue neighborhood: • Housing o Concerns Elderly homeowners unable to afford home improvements Lack of supply and aging housing stock (e.g. deteriorated units) Disaster-related housing impacts o Needs Housing rehabilitation (homeowner and rental) Homeowner counseling for mortgage readiness Coordination with realtors/real estate industry regarding funding options Accessory dwelling units (ADUs) as affordable housing option Natural disaster assistance • Homelessness o Concerns 2 of 2 Homelessness, particularly among subpopulations such as veterans, persons with mental health or substance abuse/behavioral challenges, and persons leaving prison o Needs Homeless shelters Rapid re-housing Self-sufficiency and job/employment training (specific to homelessness) Street outreach (e.g., mental health unit) Encampment removal and patrol (CSX coordination) • Public Services o Needs Mental health services Salary support for community policing and social work programs Economic development (e.g., micro-enterprise/small business assistance) • Public Facilities and Infrastructure o Concerns Homelessness in parks/on street Lack of shade at public facilities(parks) o Needs Dog park Neighborhood cleanup Public greenspaces, interpretive/education signage Conclusion Although there are many priorities that the Lake Bellevue and surrounding community felt are important, these priorities can be summarized as follows: • Housing assistance and rehabilitation, including homeowner counseling and coordination of funding options, rehabilitation loans and grants, disaster assistance, and ADUs as affordable housing • Homeless overnight shelter facilities, rapid re-housing, self-sufficiency and job/employment training, and street outreach (e.g., mental health unit) • Public services, mental health services, salary support for community policing and social work programs, and economic development (e.g., microenterprise and small business assistance). • Public facilities and infrastructure improvements, such as dog parks and public greenspaces, and programs for neighborhood cleanup and beautification For questions regarding the Five-Year Consolidated Plan, please contact Dylan Mayeux at (727) 444-7168 or Dylan.Mayeux@MyClearwater.com. City of Clearwater Economic Development & Housing Department 509 S. East Ave., Suite 227 Clearwater, FL 33756 More information can be found at www.myclearwater.com/housing 1 of 2 City of Clearwater Five-Year Consolidated Plan Community Meeting: Long Center February 12, 2025 | 5:30 p.m. The Long Center 1501 N. Belcher Rd. Clearwater, FL 33765 MEETING SUMMARY The City of Clearwater is in the process of drafting a Five-Year Consolidated Plan for Program Years (PY) 2025/2026-2029/2030 to create a strategic and unified vision for HUD funding over the next five years. In order to develop this vision, the City conducted a series of community meetings during February 2025 to collect input regarding the Five-Year Consolidated Plan. On February 12, 2025, the City conducted a community meeting at The Long Center on N. Belcher Road. Approximately six (6) participants representing the surrounding community attended the meeting. Additionally, representatives of the City of Clearwater and the City’s consultant (Wade Trim) were in attendance. To provide an environment that would allow for all attendees to be heard, a three-tier approach was conducted. The first was to present an educational PowerPoint which provided background on the purpose of drafting a Five-Year Consolidated Plan, which activities and areas are eligible for HUD funding, and the schedule that City of Clearwater will follow to adopt the Five-Year Consolidated Plan in 2025. The second was a paper or online survey asking the participants about their needs and experiences working with the City of Clearwater to administer HUD funds. The third was an open discussion where the participants were asked to discuss their housing and community development priorities over the next five years. Survey The survey was intended to allow participants to convey their familiarity with HUD programs administrated by City of Clearwater and to provide input on specific needs for federal fund administration. The survey included 14 questions. Links to the online survey were shared and participants were encouraged to invite friends and neighbors to take the online survey. The online survey was made available on January 22, 2025, and kept open until February 28, 2025. Results of the online survey are documented separately. Open Discussion During the discussion, the participants were asked to speak openly regarding issues affecting their neighborhood and surrounding community. A number of priorities were brought to City of Clearwater’s attention. These priorities are listed below: • Housing o Concerns Aging housing stock Slum/blight conditions in neighborhoods o Needs Housing rehabilitation Post-storm home repairs Slum/blight removal • Homelessness o Concerns Homelessness Lack of homeless facilities o Needs Homeless shelter (e.g., Safe Harbor) 2 of 2 Homeless prevention Permanent supportive housing (PSH) • Public Services o Concerns Lack of public resources and programs o Needs Self-sufficiency programs Job skills/employment training (e.g., interpersonal skills, etc.) Affordable daycare and afterschool programming Academic tutoring Transportation services Salary support for programs listed above • Public Facilities and Infrastructure o Concerns Aging parks Slum/blight conditions in commercial areas o Needs Park renovations Façade improvements Post-storm infrastructure repairs Conclusion Although there are many priorities that the community felt are important, these priorities can be summarized as follows: • Housing assistance and rehabilitation, such as post-storm repairs, and slum/blight removal in eligible neighborhoods • Homeless overnight shelter, homeless prevention activities, and permanent supportive housing • Public services, such as self-sufficiency programs, job skills/employment training, affordable daycare, transportation services, and salary-support for program delivery • Public facilities and infrastructure improvements, such as park renovations and post-storm repairs to public facilities/infrastructure, and façade improvements For questions regarding the Five-Year Consolidated Plan, please contact Dylan Mayeux at (727) 444-7168 or Dylan.Mayeux@MyClearwater.com. City of Clearwater Economic Development & Housing Department 509 S. East Ave., Suite 227 Clearwater, FL 33756 More information can be found at www.myclearwater.com/housing 1 of 8 City of Clearwater Five-Year Consolidated Plan Community Survey Results January 22, 2025 – February 28, 2025 https://www.surveymonkey.com/r/ClearwaterConsolidatedPlanSurvey SURVEY SUMMARY The City of Clearwater is in the process of drafting a Five-Year Consolidated Plan for PY 2025/2026-2029/2030 to create a strategic and unified vision for HUD funding over the next five years. In order to develop this vision, City of Clearwater conducted a community survey from January 22, 2025, through February 28, 2025, to collect input regarding the Five-Year Consolidated Plan. The survey was intended to allow participants to convey their familiarity with HUD programs administrated by City of Clearwater and to provide input on specific needs for federal fund administration. The survey included 14 questions in multiple-choice and open-ended formats. An example of the survey is attached. The online survey, available in both English and Spanish languages, was advertised on the City’s Housing webpage and on flyers/posters for public participation activities, including the community and service provider meetings held on February 10, 11, and 12, 2025. Copies of the paper survey were offered to each meeting participant and links to the online survey were shared during presentations and on handouts. The online survey was made available from January 22, 2025, through February 28, 2025. The survey was closed, and results were tallied during the month of March 2025. In total, 67 surveys (electronic and paper) were returned by the end of survey period. Survey Results Question #1 How familiar are you with the City of Clearwater’s housing programs and community services? Results This was a multiple-choice question. The choices were “very familiar,” “somewhat familiar,” or “not at all familiar.” • Approximately 13% of respondents were “very familiar” • Approximately 51% of the survey respondents were “somewhat familiar” • Approximately 36% of respondents were “not at all familiar” Question #2 What have you perceived to be the major housing or community development concerns in the City of Clearwater over the past five (5) years? Results This was an open-ended question. Applicants were able to provide three open-ended responses. The following summarizes the most repeated responses: Housing Affordable housing (owned and rented, existing and new construction) Barriers to affordable housing (e.g., outdated codes, density limitations) Competition with short-term rentals/investor real estate Cost of insurance, interest rates 2 of 8 Disaster relief/repair assistance Down-payment assistance Energy efficiency assistance Housing for the elderly and/or disabled or veterans Housing rehabilitation (owned and rented, age of housing stock) Post-storm repairs Homelessness Homelessness (facilities and services) Public Services Information dissemination/public education programs Programs/services for the elderly and/or disabled Transportation services for the elderly Community Development/Public Facilities and Infrastructure ADA accessibility Child-friendly facilities Code enforcement/blight elimination (e.g., trash/debris, dilapidated properties) Community gardens Historic preservation Infrastructure (sidewalks, roads, public transit, pedestrian/bicycle safety, walkability, stormwater/drainage) Lack of parking Neighborhood safety/security (e.g., crime prevention, drug prevention) Overdevelopment/growth/density/congestion Scientology Question #3 Please rate each of the following housing activities on a scale of 1 to 5, with 5 being the highest priority. Results This was a ranking question. Respondents were given 6 different housing activities to rank from 1 to 5, with 5 being the most needed. Of the 67 returned surveys, 67 responses were received for this question. The following summarizes the responses in order of the weighted average response: • Owner-Occupied Housing Rehabilitation 3.89 • Homeowner Assistance 3.85 • New Construction, Single Family 3.44 • Renter-Occupied Housing Rehabilitation 3.28 • New Construction, Multi-Family 3.14 • Prevention of Mobile Home Resident Displacement 3.05 Open-ended “other” entries generally included: specialized housing for seniors and disabled populations, housing rehabilitation, enforcement of building code, and mobile home inspections for safety. The highest priority housing activity identified in this question is Owner-Occupied Housing Rehabilitation. 3 of 8 Question #4 Please rate each of the following homeless services activities on a scale of 1 to 5, with 5 being the highest priority. Results This was a ranking question. Respondents were given 8 different housing activities to rank from 1 to 5, with 5 being the most needed. Of the 67 returned surveys, 66 responses were received for this question. The following summarizes the responses in order of the weighted average response: • Employment Training 4.18 • Homeless Services for Youth 4.09 • Substance Abuse Services 4.03 • Mental Health Services 4.00 • Homeless Facilities and Shelters 3.88 • Transitional Housing and Services 3.80 • Case Management 3.67 • Meal Provision Locations 3.58 Open-ended “other” entries generally included: youth engagement, availability of resources and housing, and transportation access for jobs/employment. The highest priority homeless services activity identified in this question is Employment Training. Question #5: Please rate each of the following public/social services activities on a scale of 1 to 5, with 5 being the highest priority. Results This was a ranking question. Respondents were given 8 different housing activities to rank from 1 to 5, with 5 being the most needed. Of the 67 returned surveys, 67 responses were received for this question. The following summarizes the responses in order of the weighted average response: • Senior Services 4.20 • Health Services 4.09 • Youth Services 4.06 • Transportation Services 4.02 • Affordable Child Care 4.02 • Services for Persons with Disabilities 3.83 • Legal Services 3.57 • Translation Assistance 2.89 Open-ended “other” entries generally included: evacuation assistance for seniors/elderly, community gardens, and childcare/afterschool programming. The highest priority public/social services activity identified in this question is Senior Services. 4 of 8 Question #6: Please rate each of the following community and economic development activities on a scale of 1 to 5, with 5 being the highest priority. Results This was a ranking questions question. Respondents were given 8 different housing activities to rank from 1 to 5, with 5 being the most needed. Of the 67 returned surveys, 66 responses were received for this question. The following summarizes the responses in order of the weighted average response: • Public Utility Improvements (Water, Sewer, Stormwater) 4.35 • Road Repair/Reconstruction 3.98 • Sidewalk Improvements 3.80 • Youth Centers 3.80 • Senior Centers 3.68 • Community/Recreation Centers 3.58 • Public Park Improvements 3.48 • Building Façade Improvements 3.11 Open-ended “other” entries generally included: signage, parks, playground and other child-friendly facilities, and road improvements for safety. The highest priority community and economic development activity identified in this question is Public Utility Improvements (Water, Sewer, Stormwater). Question #7 What do you perceive to be the three (3) highest priorities for housing and community development in the City of Clearwater over the next five (5) years? Results This was an open-ended question. Applicants were able to provide three open-ended responses. Of the 67 returned surveys, 56 responses were received for this question. The following summarizes the most repeated responses: Adaptive reuse Addressing competition with short-term rentals/investor real estate Affordable housing (owned and rented, existing and new construction) Availability of essential services (e.g., police, fire, EMS, etc.) Code enforcement/blight elimination Community centers, parks, libraries and family/child-friendly programming Down-payment/mortgage assistance for homeownership Growth management Healthcare Homeless housing and services (e.g., mental health) Housing for seniors and/or persons with disabilities Housing rehabilitation (owned and rented) Infrastructure (lighting, sidewalks, roads, public transit, pedestrian/bicycle safety, walkability, stormwater/drainage to prevent flooding) Managing overdevelopment/growth/density/congestion More parks and recreation programming (e.g., farm markets, community garden, etc.) Neighborhood beautification/clean-up Post-storm repairs Public transportation 5 of 8 Safe neighborhoods (e.g., lighting for safety, traffic control, crosswalks, speed limits, etc.) Utility assistance Youth programs/services Question #8 Have you visited the City’s housing website? Results This was a multiple-choice question. Of the 67 returned surveys, 66 responses were received for this question. The choices were “yes” or “no”. • Approximately 50% of respondents selected “yes” • Approximately 50% of respondents selected “no” Question #9 Do you feel that information pertaining to housing programs and community services is readily available to you? Results This was a multiple-choice question. Of the 67 returned surveys, 66 responses were received for this question. The choices were “yes,” “no,” or “I don’t know.” • Approximately 32% of respondents selected “yes” • Approximately 21% of respondents selected “no” • Approximately 47% of respondents selected “I don’t know” Question #10 What suggestions, if any, do you have for the City of Clearwater to better communicate and work with housing providers or community development initiatives? Results This was an open-ended question. Applicants were able to provide one open-ended response. Of the 67 returned surveys, 39 responses were received for this question. The following summarizes the responses: • Advance notice for meetings • Case managers at homeless facilities • Communicate incentives for affordable housing • Consider zoning/code changes • Coordinate with St. Pete College • Detailed list of apartments available for senior, elderly, or disabled residents on fixed incomes • Frequent housing expos • Hold afterwork meetings so non-retirees can attend • Interact with schools and community groups (e.g., churches, etc.) • Meet with neighborhood representatives • News, social media, and text messaging • Not enough information to respond • Post notices for a longer period of time • Talk with people that have families (e.g., youth needs) • Town Hall meetings, more opportunities to comment at City Council meetings • Work with local realtors to share information 6 of 8 Question #11 What is your relationship to the City of Clearwater? (choose all that apply) Results This was a multiple-choice question with an optional “other” entry. Of the 67 returned surveys, 65 responses were received for this question • Approximately 83% of respondents selected “Full-time resident” • Approximately 19% of respondents selected “Work in Clearwater” • Approximately 14% of respondents selected “Visit/recreate/shop in Clearwater” • Approximately 12% of respondents selected “Community Service Provider” • Approximately 9% of respondents selected “Own a business in Clearwater” • Approximately 9% of respondents selected “Community Leader/Organizer” • Approximately 5% of respondents selected “Part-time resident” Question #12 Where do you live? Results This was a multiple-choice question. Of the 67 returned surveys, 66 responses were received for this question. • Approximately 47% of respondents selected “Elsewhere in the City of Clearwater” • Approximately 23% of respondents selected “Pinellas County” • Approximately 21% of respondents selected “Other (please specify)” • Approximately 5% of respondents selected “North Greenwood Neighborhood” • Approximately 3% of respondents selected “Downtown Gateway Neighborhood” • Approximately 1% of respondents selected “Lake Bellevue Neighborhood” Other entries included Pasco County, Clearwater Beach, Beckett Lake Estates (Belcher/Sunset Point), Brentwood Estates, Countryside, Marymont, Morningside Estates, and Glenwood. Question #13 If a business owner, where is your business located? Results This was an open-ended question. Applicants were able to provide one open-ended response. Of the 67 returned surveys, 19 responses were received for this question. The responses were as follows: • Approximately 37% of respondents selected “Elsewhere in the City of Clearwater” • Approximately 26% of respondents selected “Other (please specify)” • Approximately 16% of respondents selected “Pinellas County” • Approximately 11% of respondents selected “East Gateway Neighborhood” • Approximately 5% of respondents selected “North Greenwood Neighborhood” • Approximately 5% of respondents selected “Lake Bellevue Neighborhood” 7 of 8 Open-ended “other” entries generally included: Gulf-to Bay Blvd. or home-based business. Question #14 Additional Comments Results This was an open-ended question. Applicants were able to provide one open-ended response. Of the 67 returned surveys, 23 responses were received for this question. The responses were as follows: • Housing issues impact some more than others but it impacts everyone. • Thank you for your time and consideration. • Don't commercialize Let's find our own identity! • Beach is fine, help areas deal with density, price, permits, ADU's, etc. vs. more affordable apartments or rentals or Airbnb or hedge fund homeowners -- especially those that do not live/work in the area. • Hope many citizens take an interest in happenings in our city. • More assistance with the homeless. • Please make the Citizen a priority instead of focusing on tourism. You are ruining our city by ignoring the citizen’s needs! • Many ow income seniors do not have a car which makes it very hard to get to medical appointments or to get groceries. • Clearwater is a beautiful city being suffocated by Scientology. The taxes that other entities would provide to the community would help our community thrive. Our parks are fantastic now. We need to put more money into helping local businesses so that prices can come down and make things (like rent and owning a home) more affordable. • Execute safe streets. stop changing former plans made by council. Imagine being an employee of the city and changing course every 2 years. Help us all get solar and save money from Duke increases. Talk to the state officials. • Drew St. is STILL overcrowded, too narrow and dangerous. CrestLake Park installed a “giving” wall. A waste of money IMO. Needs maintenance on the plant life there as well. Weeds are overtaking the plants, another waste of money spent on good landscaping. Still the most beautiful park in Clearwater but could be magnificent. • The budget is surprisingly low! • I believe in the power of teamwork and working together to improve the lives of everyone we can truly make a difference in our community regardless of any social status or position. • Over development and traffic congestion make living here less desirable than it used to be. • The Belcher Rd/Gulf to Bay intersection could be very easily improved with very low cost. 1) Repaint the crosswalks with bright and fun colors. It's the "doorway" to Clearwater. 2) Add an all-way pedestrian crossing cycle to the traffic lights. (east/west, north/south, pedestrians) It would improve traffic flow too. 3) Add flashing lights to indicate an upcoming red traffic light on Gulf to Bay 4) Move the entrance to CVS on Belcher Rd to the sidewalk area a few hundred feet north in the parking lot. Then the west left turn lane could be extended. Super easy quick fixes! • Improve the traffic. • North greenwood needs more effective support in its regeneration efforts. 8 of 8 • People should not be allowed to live like squatters. Tarps on roofs for many years, and that was before the two hurricanes hit. The city needs to enforce the code violations. • Very important that we go this plan and then follow it. Too many plans just die. • Thank you for including citizens in this important process. I hope that the city will be transparent with the outcomes of such citizen engagement and demonstrate that residents' and other stakeholders' voices are taken to heart in the development of the five-year comprehensive plan. I and other neighbors were greatly distressed that years of robust work and public participation invested in the Drew Street plan were so quickly disposed of by new city council members. This is an opportunity for our city's leaders to demonstrate that you represent EVERYONE in Clearwater, not only special interests with the financial means to wield undue influence on the future of our city. • I volunteer throughout Pinellas County and are now living at Pinellas Hope due to fire at complex at Lutheran Apts St. Petersburg. • Stop letting people walk across Gulf to Bay, getting killed. End of Survey Results For questions regarding the Five-Year Consolidated Plan, please contact Dylan Mayeux at (727) 444-7168 or Dylan.Mayeux@MyClearwater.com. City of Clearwater Economic Development & Housing Department 509 S. East Ave., Suite 227 Clearwater, FL 33756 More information can be found at www.myclearwater.com/housing Tuesday, May 13, 2025 9:00 AM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Neighborhood and Affordable Housing Advisory Board Meeting Agenda May 13, 2025Neighborhood and Affordable Housing Advisory Board Meeting Agenda 1. Call To Order 2. Approval of Minutes Approve the April 8, 2024, NAHAB Meeting Minutes.ID#25-04022.1 3. Citizens to be Heard Regarding Items Not on the Agenda 4. New Business Items Approve the staff recommended funding allocations for use of CDBG funding for Program Year 2025/26. ID#25-03774.1 Recommend City Council approval of the Substantial Amendment to City of Clearwater’s Fiscal Year 2021/2022 Annual Action Plan, which includes the HOME-ARP Allocation Plan, and authorize the City to modify existing agreements and request new applications for funding. ID#25-04014.2 5. Director's Report 6. Board Members to be Heard 7. Adjourn Page 2 City of Clearwater Printed on 5/12/2025 CITY OF CLEARWATER2025-2029 CONSOLIDATED PLAN &FY 2025 ANNUAL ACTION PLAN30-DAY PUBLIC COMMENT PERIOD &PUBLIC HEARINGS The City of Clearwater is hereby publishing the proposed 2025-2029 Consolidated Plan and Fiscal Year (FY)2025 Annual Action Plan (AAP)to allocate federal funding from the Community Development Block Grant Pro-gram(CDBG)andHOME Investment Partnerships Program (HOME)under theU.S.Department of Housing andUrbanDevelopment(HUD).The Consolidated Plan identifies strategic goals to address the needs of low-andmoderate-income persons over the next fi ve-year period,which begins on October 1,2025,and ends onSeptember30,2030.The AAP identifies projects and activities to be implemented by the City during FY 2025,which begins on October 1,2025,and ends on September 30,2026.CDBG funds are used to provide decenthousing,suitablelivingenvironments,and economic opportunities to principally benefit low-and moderate-in-come persons.HOMEfunds are usedtofoster private sector partnerships withfor-profi t and non-profitorgani-zations to develop affordable housing. In addition to the entitlement grant,fundingallocationsinclude anticipated program income generatedby the City’sRevolvingLoanFundaswellasprior-year (i.e.,carryover)resources fromprojects that were eithercancelled orcom-pleted under budget to be applied toward new projects.The City of Clearwater anticipates an estimated $925,886innewCDBGfunds,$52,900 in CDBG program income,and $367,673 in prior-year CDBG resources.The City alsoanticipatesanestimated$383,226 in new HOME funds,$2,416,313 in HOME program income,and $2,591,861inprior-year HOME resources.These funds will be programmed to eligible activities under thesegrant programs. The list below,organizedby strategic goal,captures all proposed projects to be funded with CDBG and HOMEresourcesinFY2025.Funding for these and other projects are estimated resources only and funding amountsmayincreaseordecreasebaseduponactualprogramincome,prior-year adjustments,and/or fi nal federalfundingallocations.Due to these and other factors,the City of Clearwater reserves the right to add or deleteprojectsand/or adjust fundingallocations proportionally. ESTIMATED RESOURCESCommunityDevelopmentBlock Grant Program (CDBG)–Entitlement $925,886CDBG-Program Income $52,900CDBG-Prior-Year Resources $367,673RevolvingLoanFund$538,474HOMEInvestmentPartnershipsProgram(HOME)–Entitlement $383,226HOME-Program Income $2,416,313HOME-Prior-Year Resources $2,591,861TOTAL$7,276,333 PROPOSED PROJECTS Program AdministrationCDBG(from Entitlement)$185,177CDBG(from Program Income)$5,560HOME(from Entitlement)$38,323HOME(from Program Income)$10,800 HousingCreationand Preservation of Rental Housing $3,593,351CreationandPreservationofOwner-Occupied Housing $1,094,157HomePurchaseAssistance/Loan Processing $500,000TenantBasedRentalAssistance(TBRA)$285,599CommunityHousingDevelopmentOrganization(CHDO)Set-Aside $57,484 HomelessnessWestCareGulfCoast Florida (A Turning Point Program)$23,147MetropolitanMinistries(NeighborHOPEProgram)$23,147PinellasOpportunityCouncil(Emergency Assistance Program)$23,147St.Vincent de Paul Community Kitchen and Resource Center (Facility Improvements)$105,000 Non-Homeless Special NeedsNoprojectsproposedinFY2025 Community Development &Public ServicesHispanicOutreachCenter(Youth Leadership/Victim Advocacy)$23,147GulfcoastLegalServices(Housing Legal Services for Homeless Prevention)$23,147HopeVillagesofAmerica(Senior Wellness Pantry)$23,147HopeVillagesofAmerica(Food Distribution &Basic Needs Center)$85,000DirectionsforLiving(ADA Accessibility/Doors/Stairwells)$191,340MattieWilliamsNeighborhoodFamilyCenter(Power Backup/Generator)$74,134TBD-Public Facilities Projects $85,400EliminationofSlum&Blight (Property Acquisition &Demolition)$68,052 Economic DevelopmentProspera(Technical Assistance for LMI Hispanic Businesses)$20,000WeeCaredbaUpwardsCare(Childcare BOOST Program)$19,600FaçadeImprovementProgram$180,000TOTAL$7,276,333 The public comment period begins on June 8,2025,and ends on July 7,2025.Please send any comments toDylanMayeux,Real Estate Coordinator II,City of ClearwaterEconomicDevelopment and Housing Department,509 S.East Ave,Suite 227,Clearwater,FL 33756 or via telephone at (727)444-7168 or via email at Dylan.Mayeux@myclearwater.com before 5:00 p.m.on July 7,2025.A draft copy of the proposed City of Clearwater2025-2029 Consolidated Plan and FY 2025 Annual Action Plan will be available for public comment begin-ning June 8,2025,onthe City’s website at https://www.myclearwater.com/My-Government/City-Departments/Economic-Development/Guiding-Documents-Plans-and-Reports.Hard copies will be available at the followinglocationsforreviewduringthepubliccommentperiod: Clearwater Main Library City of Clearwater City of Clearwater100N.Osceola Avenue Economic Development &Housing Department City Clerk’s Offi ceClearwater,FL 33755 509 S.East Avenue,Suite 227 600 Cleveland Street,Suite 600Clearwater,FL 33756 Clearwater,FL 33755 Additionally,the City of Clearwater will hold two public hearings to receive comments on the 2025-2029 Con-solidated Plan and FY 2025 Annual Action Plan prior to submittal to HUD.Both public hearings will be heldinCityCouncilChambersintheMainLibrarylocatedat100N.Osceola Ave.,Clearwater,FL,33755.The firstpublichearingwillbeameetingoftheNeighborhoodandAffordableHousingAdvisoryBoard(NAHAB)to beheldonJuly8,2025,at 9:00 a.m.The second public hearing will be a meeting of the Clearwater City CounciltobeheldonAugust7,2025,at 6:00 p.m.Individuals with disabilities who need reasonable accommodationstoeffectivelyparticipateinthesemeetingsareaskedtocontacttheCityClerkat(727)444-7151 or rosemarie.call@myclearwater.com in advance. 6/4/25 jb 40161-1 LEGAL NOTICE 41467-1 CITY OF CLEARWATER 2025-2029 CONSOLIDATED PLAN &FY 2025 ANNUAL ACTION PLAN 30-DAY PUBLIC COMMENT PERIOD &PUBLIC HEARINGS CORRECTED NOTICE LEGAL NOTICE C!)% '>',?"#%' '&>-! !?")!# '>C( ?"!( '&? &? ? #!%'&;I%!#&* )''!!* !'! &!%%)*(% '#(! '#%!= %*'% %%, 0//;&!) ( %*'%<822644 ',!%*'% -! !")!# 'G I!(& "#%' ' 4/9 ;-&') (< ('116 %*'%<822645 ',!%*'% ',%E& 5//) '%'< ('5// %*'%<822644 '! ,<'',!%*'%*!'*!#(% &'!%)! '&! '1/14?1/19! &!' 81/14 ('! #%!%'!&('''!I ";!'#(% &* ',!( %& ' %%,!''0//;&!);<%*'%<8<22644;%&'#(% *' !' !%!! !%I!(& )&!%,!%AIB'!! (,7<1/14<'9=//;;&! #( % *' !'%*'%',!( '!! ((&'6<1/14<'5=//#;;J )(&*' &'&*! %&! !!'! &'!'),#%'#' '&' &%&'!! ''' ',%'A616B333?6040 !%%!&%;F,%*'%;! ) ; ',!%*'%&%,#(& '#%!#!&1/14?1/19! &!' 8&%A8B1/14 ( '! AB '!!'%( %!'!( ',")!# '!C% '%!%A"CB I- J )&' '%' %&#&%!%AI-B ( %' ; ;"#%' '!I!(& % ")!# 'AI "B; ! &!' '&&'%'!&'!%&&' &!!*? !%'? !#%&! &!)%' +')? ,%#%!<* &! '!%0<1/14< &! #'%2/<1/2/; '&#%!'& ')'& '!# ','',(% 81/14<* &! '!%0<1/14< &! #'%2/<1/15;"C ( &%(&'!#%!) '!(& <&(') )%! '&< ! !!##!%'( '&'!#% #, ' !*? !%'? !#%&! &;I-( &%(&'!!&'%#%)'&'!%#%' %&#&*'!%?#%!' ! ? #%!'!% .'! &'!)!#!%!(& ; J '! '!' '' '% '<( !'! & ( '#'#%!% ! %','',D& )!) ! 8( &*&#%!%?,%A;;<%%,!)%B%&!(%&%!#%!'&''*%'% !%!#' ( %(''!##'!*% *#%!'&;',!%*'% '#'& &''H914<775 *"C ( &<H41<9// "C #%!% !< H256<562 #%!%?,%"C %&!(%&; &''H427<363 * &!(%%!'',D& )!) ! 8( ;',&! '#'& &''H272<115 *I-( &< H1<305<202 I-#%!% !< H1<490<750 #%!%?,%I-%&!(%&;&( &*#%!%'! ')'&( %'&% '#%!%&; &'!*<!% .,&'%'!<#'(%&#%!#!&#%!'&'!( *'"C I-%&!(%& 81/14;8( !%'& !'%#%!'&%&''%&!(%&! , ( !( '&, %&!% %&&(#! '(#%!% !<#%!%?,%(&' '&< >!% %( !'! &;"('! '& !'%'!%&<'',!%*'%%&%)&'%''!!%'#%!'& >!%(&'( !'! & #%!#!%'! ,; "),""" !( ',")!# '!C% '%!%A"CB @- '' 'H914<775 "C?%!%J !H41<9// "C?%!%?% &!(%&H256<562 )!) ! 8( H427<363 I-J )&' '%' %&#&%!%AI-B@- '' 'H272<115 I-?%!%J !H1<305<202 I-?%!%?% &!(%&H1<490<750 +' # # "*" "CA%!- '' 'B H074<066 "CA%!%!%J !B H4<45/ I-A%!- '' 'B H27<212 I-A%!%!%J !B H0/<7// ( %'! %&%)'! ! 'I!(& H2<639<040 %'! %&%)'! !* %?(#I!(& H0<139<945 I!(%&&&&' >! %!&& H4//</// '& '&&&' A B H174<499 !( ',I!(& ")!# '% .'! AI"B '?&H46<373 ( &'%C(!&'8!%A(% ! '%!%B H12<036 C(!&' %)&AI!(& %)&!%I!&&%) '! B H12<036 '%!#!' &'%&A!%I-%!%B H12<036 &##!%'( ',!( A-% ,&&&' %!%B H12<036 '; '(!( ',' &!(% '%A8',J#%!) '&B H0/4</// %( I!#&!%A !% && '%,B H12<036 & I&# ('% '%A!('%&#>')!,B H12<036 I!#&!%A8!!"&'%('! G&& '%B H74</// "%'! &!%) A"&&',>"!!%&> '%*&B H090<23/ ''&!%!!8, '%A!*%(#>C %'!%B H63<023 "?(8'&%!'&H74<3// - '! ! (G 'A%!#%',$(&'! G"!'! B H57</41 " %!&#%A &&&' !%JI&# (& &&&B H1/</// % #*%&%A% %!%B H09<5// 8J#%!) '%!%H3/5<764 "$ "@ "&&'% A8( !( '"&! )%&!(% (% ' B;H/ +' # # #(! '#%! &! ( 7<1/14< &! (,00<1/14;&& ,! '&'!", ,(+< -&''!!% '!%JJ<',!%*'%-! !")!# ' I!(& "#%' '<4/9 ;-&')< ('116<%*'%<822645!%)'#! '616?333?6057!%)'", ;,(+F,%*'%;!!% 4=//#;;! (,00<1/14 A+' %!'!% ('!(,6<1/14<!%2/,&'%'&!%%' !'& #(&B;%'!#,!'#%!#!&',!%*'%1/14?1/19! &!' 81/14 ('! *)!%#(! ' ( 7<1/14<! '',D&*&''''#&=>>***;,%*'%;!>,? 6/11/25 jb Tuesday, July 8, 2025 9:00 AM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Neighborhood and Affordable Housing Advisory Board Meeting Agenda July 8, 2025Neighborhood and Affordable Housing Advisory Board Meeting Agenda 1. Call To Order 2. Approval of Minutes Approve the May 13, 2025, NAHAB Meeting Minutes.ID#25-05832.1 3. Citizens to be Heard Regarding Items Not on the Agenda 4. New Business Items Recommend City Council approval of the adoption of the City of Clearwater’s 5-Year Consolidated Plan and FY2025/2026 Annual Action Plan, which is the first Action Plan of the new 2025/2026 - 2029/2030 Consolidated Plan, to implement the goals and objectives set forth in the Consolidated Plan and authorize the appropriate officials to enter into agreements with HUD and organizations approved for funding, together with authorization to execute administrative adjustments to same as needed. ID#25-05824.1 5. Old Business Items 6. Director's Report 7. Board Members to be Heard 8. Adjourn Page 2 City of Clearwater Printed on 6/25/2025 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-SF-424 SF 424 July 15, 2025 City of Clearwater, FL 2025/2026 – 2029/2030 Consolidated Plan Appendix-Certifications Certifications CDBG Entitlement - $925,886 TOTAL AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT HOME Entitlement - $383,226.12 AMOUNT PROPOSED PROPOSED PROPOSED PROPOSED PROPOSED RECOMMENDED SHIP Allocation - $825,856 CDBG HOME REVOLVING - REHAB-686REVOLVING - INFILL-689REVOLVING - E.D.687 SHIP TOTAL Public Facilities and Infrastructure Improvements * Hope Villages of America -Food Storage Upgrades 85,000.00$ Directions for Living - Facility Improvement Project 191,340.00$ Mattie Williams Cntr- Food Pantry Generator 74,134.00$ St. Vincent de Paul Comm Kitchen-Paving Lot, Dry Storage, Air Conditioners 105,000.00$ TBD - Public Facilities Projects 85,400.00$ (City staff may shift funds from one Public Facility project to another) Subtotal 540,874.00$ -$ -$ -$ -$ -$ 540,874.00$ Public Services InterCultural Advocacy Institute, Inc., dba Hispanic Outreach Center - Victim Advocacy Program Salary Support-16459 23,147.00$ WestCare GulfCoast-Florida, Inc. - Salary Support -16414 23,147.00$ Gulfcoast Legal Services, Inc. - Housing Legal Services -16438 23,147.00$ Metropolitan Ministries, Inc. - Salary Support-16449 23,147.00$ Pinellas Opportunity Council-Homeless Prev-Salary Support-16461 23,147.00$ Hope Villages of America, Inc., - Wellness Pantry-16432 23,147.00$ (City staff may shift funds from one Public Service agency to another) AMT AVAILABLE = $138882 (15% of CDBG Entitlement) (Amount Subject to Rounding of Funding Available) Subtotal 138,882.00$ -$ -$ -$ -$ -$ 138,882.00$ Administration City of Clearwater Administration - CDBG (Cap 20%) 185,177.20$ City of Clearwater Administration - HOME (Cap 10%) 38,322.61$ City of Clearwater Administration - SHIP 45,354.00$ City of Clearwater Administration -HOME-ARP City of Clearwater - Admin From Program Income (see caps above) 5,560.00$ 10,800.00$ 21,000.00$ City of Clearwater Administration - CDBG-CV Subtotal 190,737.20$ 49,122.61$ -$ -$ -$ 66,354.00$ 306,213.81$ Economic Development Prospera-Salary Support under ED-16435 20,000.00$ WeeCare 19,600.00$ Façade Improvement Projects 180,000.00$ 226,875.00$ Note: Economic Development Activities may include Façade Improvement Projects*, Small Business / Microenterprise Assistance, Child Care Operations, and Acquisition & Demolition to Address Slum & Blight Subtotal 219,600.00$ -$ -$ -$ 226,875.00$ -$ 446,475.00$ Housing Pool - New Const/Rehab/DPA Creation and Preservation of Rental Housing ** 94,156.70$ 3,499,194.59$ 102,396.00$ 53,404.00$ 350,731.00$ Creation and Preservation of Owner-Occupied Housing ** 94,156.70$ 1,000,000.00$ 102,395.00$ 53,404.00$ 600,000.00$ Down Payment Assistance / Loan Processing 475,250.00$ 250,000.00$ Loan Processing (CNHS/Suncoast)24,750.00$ Tenant Based Rental Assistance (TBRA) *** 285,599.00$ CHDO Set-Aside (15%) ** 57,483.92$ (City staff may shift funds from one Housing Pool activity project to another) Subtotal 188,313.40$ 5,342,277.51$ 204,791.00$ 106,808.00$ -$ 1,200,731.00$ 7,042,920.91$ FY 2025-2026 ALLOCATIONS CDBG Entitlement - $925,886 TOTAL AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT HOME Entitlement - $383,226.12 AMOUNT PROPOSED PROPOSED PROPOSED PROPOSED PROPOSED RECOMMENDED SHIP Allocation - $825,856 CDBG HOME REVOLVING - REHAB-686REVOLVING - INFILL-689REVOLVING - E.D.687 SHIP TOTAL FY 2025-2026 ALLOCATIONS Homebuyer / Homeowner Education & Counseling Education / Counseling Activities -$ Suncoast -16434 10,000.00$ CNHS-16448 50,000.00$ Subtotal -$ -$ -$ -$ -$ 60,000.00$ 60,000.00$ Removal of Slum & Blight Façade Improvement Loans Property Acquisition & Demolition - elimination of slum & blight 68,052.40$ Note: Depending on a project's national objective as defined by HUD, certain Façade Improvement Loans may fall under the economic development category Subtotal 68,052.40$ -$ -$ -$ -$ -$ 68,052.40$ ACTIVITY TOTAL 1,346,459.00$ 5,391,400.12$ 204,791.00$ 106,808.00$ 226,875.00$ 1,327,085.00$ 8,603,418.12$ Amount of Funding Available Prior Years Remaining Entitlement Funds (Carry-Over)367,673.00$ 2,591,861.00$ -$ Prior Years Remaining Program Income (Carry-Over)25,100.00$ 2,308,313.00$ 119,791.00$ 105,908.00$ 223,875.00$ -$ FY 25-26 Program Income (Estimated new PI to receive during FY 25-26)27,800.00$ 108,000.00$ 85,000.00$ 900.00$ 3,000.00$ 501,229.00$ FY 25-26 Entitlement Allocation 925,886.00$ 383,226.12$ -$ -$ -$ 825,856.00$ FUNDING TOTAL 1,346,459.00$ 5,391,400.12$ 204,791.00$ 106,808.00$ 226,875.00$ 1,327,085.00$ 8,603,418.12$ REMAINING BALANCE CARRYOVER INTO FY 26-27 -$ -$ -$ -$ -$ -$ -$ Notes: * Amounts include additional $5,000 for each public facility project and each façade project for inspection fees ** May include acquisition, construction, developer fees, and up to 10% of total project cost may be used for Project Delivery *** Up to 10% of total project cost may be used for Project Delivery |1CITY OF CLEARWATER 2025–2029 Five-Year Consolidated Plan 2025-2026 Annual Action Plan Year 1 of the Consolidated Plan |2CITY OF CLEARWATER CITY OF CLEARWATER, FLORIDA FIVE–YEAR CONSOLIDATED PLAN Program Years 2025-2029 |3CITY OF CLEARWATER WHY IS A CONSOLIDATED PLAN REQUIRED? •Application for federal grant funding from U.S. Department of Housing and Urban Development (HUD) •Documentation of public input and community needs •Strategic Plan for carrying out community goals •Action Plan to implement projects and measure progress CITY OF CLEARWATER FUNDS COVERED BY THE CONSOLIDATED PLAN INCLUDE: •Community Development Block Grant (CDBG) •HOME Investment Partnerships Program (HOME) COMMUNITY MEETINGS HELD IN: •North Greenwood •Ross Norton •Lake Bellevue Date Purpose January 22, 2025 Community Survey Available February 10–12, 2025 Community Meetings February 28, 2025 Community Survey Closed |4CITY OF CLEARWATER TIMELINE •Jan – Feb 2025 – Public Participation •January – March 2025 – NOFA & Application Period March 14 – Deadline for application submittals •March – May 2025 Allocations, Strategic Plan & Action Plan March 12 –Strategic Plan Goals-Set Meeting March 19 – Technical Review Committee Meeting #1 April 16 – Technical Review Committee Meeting #2 •May 13 – NAHAB Public Hearing – Budget Allocations •June 2025 – 30-Day Comment Period •July 2025- NAHAB Approval & City Council Adoption July 8 – NAHAB Meeting (final public hearing) August 4 – City Council Meeting (public hearing) •August 2025 Final Plan Submittal to HUD August 15 – Deadline for submittal to HUD •October 1 – Program Year begins |5CITY OF CLEARWATER Priority Needs •Program Administration •Housing Rehabilitation (Owner and Rental) •Housing New Construction (Owner and Rental) •Homeowner Assistance •Rental Assistance •Behavioral/Mental Health & Substance Abuse Services •Facilities/Services for Homeless Youth & Youth Aging Out of Foster Care •Facilities/Services for Homeless Adults & Families •Case Management •Health Services •Facilities/Services for Youth •Facilities/Services for Seniors/Elderly •Facilities/ Services for Persons with Disabilities •Transportation Services •Legal Services •Nutrition/Food Services •Public Utilities/Infrastructure Improvements •Public Park Improvements •Community Resource & “One-Stop” Referral Centers •Community Building/Facility Rehabilitation/ Retrofit •Pedestrian/Sidewalk, Transit, & Roadway Improvements •Code Enforcement/Blight Elimination •Community Outreach & Public Safety/Security •Employment Assistance/Job Training •Building Façade Improvements •Economic Opportunity/Business Assistance •Emergency/Disaster Response |6CITY OF CLEARWATER FIVE–YEAR CONSOLIDATED PLAN GOALS PROGRAM ADMINISTRATION –Administer federally funded grant programs to implement the goals of the five-year consolidated plan. HOUSING -Provide availability of, and accessibility to, decent affordable housing for the residents of the City of Clearwater. HOMELESSNESS -Help to prevent and reduce homelessness within the City of Clearwater. NON-HOMELESS SPECIAL NEEDS -Provide accessibility and coordination of social services to City of Clearwater special needs population. COMMUNITY DEVELOPMENT AND PUBLIC SERVICES -Enhance the living environment for persons in low-and moderate- income areas through community development activities, public services programs, and elimination of blight. ECONOMIC DEVELOPMENT -Support programs that create economic opportunities in the City of Clearwater, particularly for persons of low and moderate incomes and in Neighborhood Revitalization Strategy Areas. EMERGENCY / DISASTER RESPONSE -Provide assistance prior to, during, and after a community emergency and/or disaster event to prepare for and/or mitigate loss, protect during and event, and aid with recovery. |7CITY OF CLEARWATER Targeted Areas 1. Citywide Low-and Moderate-Income Areas 2. Lake Bellevue Neighborhood Revitalization Strategy Area 3. Downtown Gateway District Neighborhood Revitalization Strategy Area 4. North Greenwood Neighborhood Revitalization Strategy Area |8CITY OF CLEARWATER 2025- 2026 Annual Action Plan Year 1 of the Consolidated Plan |9CITY OF CLEARWATER AVAILABLE FUNDS FY 2025-2026 Allocation CDBG HOME Prior Year Entitlement Funds to Carry Over*$367,673 $2,591,861 Prior Year Program Income to Carry Over*$25,100 $2,308,313 Entitlement to be Received in FY 2025/26*$925,886 $383,226.12 Revolving Loan Fund – Housing $311,599 N/A Revolving Loan Fund – Economic Development $226,875 N/A TOTAL $1,884,933 $5,391,400.12 * Estimated |10CITY OF CLEARWATER PUBLIC FACILITIES |11CITY OF CLEARWATER Hope Villages of America -Food Storage Upgrades 700 Druid Rd $85,000 Directions for Living -Facility Improvement Project 1437 S. Belcher Rd $191,340 Mattie Williams - Food Pantry Generator 1003 Dr MLK Jr St N $74,134 St. Vincent de Paul -Community Kitchen Paving Lot, Dry Storage and Air Conditioner 1345 Park St. $105,000 To Be Determined – Public Facilities Project $85,400 First come, first service basis |12CITY OF CLEARWATER PUBLIC SERVICES |13CITY OF CLEARWATER Senior Wellness Pantry $23,147 InterCultural Advocacy Institute Victim Advocacy and Support Service Program $23,147 WestCare GulfCoast-Florida A Turning Point (Prevent and Reduce Homelessness) $23,147 |14CITY OF CLEARWATER Gulfcoast Legal Services Housing Legal Services $23,147 Pinellas Opportunity Council Emergency Assistance Program $23,147 Metropolitan Ministries NeighborHOPE Program $23,147 |15CITY OF CLEARWATER ECONOMIC DEVELOPMENT |16CITY OF CLEARWATER Prospera Technical Assistance for LMI Businesses $20,000 Upwards, Inc. BOOST Program – Technical Assistance for Microenterprise Childcare Providers $19,600 Façade Improvement Program $406,875 RLF ED & CDBG |17CITY OF CLEARWATER PUBLIC SERVICES SHIP FUNDS |18CITY OF CLEARWATER Clearwater Neighborhood Housing Services, Inc. Homeownership Education and Counseling $50,000 Tampa Bay Community Development Corporation Homeownership Education and Counseling $10,000 |19CITY OF CLEARWATER PURCHASE ASSISTANCE LOAN PROCESSING |20CITY OF CLEARWATER CITY OF CLEARWATER ADMINISTRATION CDBG - $ 185,177.20* HOME - $38,322.61* *Estimates |21CITY OF CLEARWATER HOUSING CDBG RLF HOME Creation and Preservation of Rental Housing $94,156.70 $155,800 $3,499,194.59 Creation and Preservation of Owner-Occupied Housing $94,156.70 $155,799 $1,000,000 Purchase Assistance / Loan Processing $0.00 $0.00 $500,000 Tenant Based Assistance $0.00 $0.00 $285,599 CHDO Set-Aside $0.00 $0.00 $57,483.92 |22CITY OF CLEARWATER REMOVAL OF SLUM & BLIGHT Property Acquisition & Demolition – Elimination of Slum & Blight $68,052.40 2025-2029 Five-Year Consolidated Plan 2025-2026 Annual Action Plan Year 1 of the Consolidated Plan Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0654 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of $12,713,580.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback, 2.563(1)(d) Non-competitive purchases, and 2.561(5) Small Purchases; Authorize an increase to purchase order with Enforcement One of Oldsmar, FL for the upfit of ten Ford Police Interceptors in an amount of $169,172.75 bringing the purchase order total to $444,172.75 pursuant to ITB 46-22; Declare the vehicles and equipment being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code Section 2.623(7)(c) public auction or (e) trade-in; Authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest and authorize the appropriate officials to execute the same. (Consent) SUMMARY: The Fleet Division is requesting consolidated expenditure authorization in a not-to-exceed amount of $12,713,580.00 for the acquisition of vehicles and equipment as outlined in the attached spreadsheet. These purchases are intended to replace designated units scheduled for replacement in Fiscal Year 2026, which have reached the end of their useful and economic life. Determination of end-of-life status is based on several factors, including but not limited to: ·Age and life-to-date performance ·Mileage and hours of operation ·Historical maintenance costs compared to similar units ·Operating cost per mile or hour ·Ongoing and anticipated repair needs ·Overall physical condition The attached spreadsheet outlines the full list of vehicles and equipment planned for purchase. This includes an additional $5,050,100.00 for the acquisition of heavy-duty equipment for Solid Waste and Recycling and Public Works, which was previously approved by the Council under Item #25-0501 on 06/18/25 and Item #25-0596 on 7/10/25. This request seeks authorization for the remaining funding needed to complete the purchases. Due to continued delays in manufacturing and order fulfillment, the Fleet Division is seeking approval to begin the procurement process for the vehicles and equipment identified on the FY26 vehicle purchase/replacement list in advance of the FY26 budget, which begins October 1, 2025. In addition to extended lead times, vehicle order banks remain unpredictable and can open and close without notice. Early ordering will enable Fleet to secure placement ahead of other municipalities that may submit orders later. This authorization will also help protect the City from anticipated price increases to be made based on current quotes. Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0654 Piggyback Procurement Authorization Authorization is requested to piggyback off the following cooperative contracts, pursuant to Clearwater Code Section 2.563(1)(c): ·Bradford County Sheriff's Office (BCSO) o Contract No. BCSO 22 27-1.0 valid through 09/12/2027 ·Florida Sheriffs Association (FSA) o Contract No. FSA24-VEL32.0 - Pursuit, Administrative & Other Vehicles valid through 09/30/2025 o Contract No. FSA23-VEH21.1 - Heavy Trucks valid through 9/30/2025 o Contract No. FSA23-EQU21.0 - Heavy Equipment valid through 9/30/2025 ·Omnia Partners (City of Kansas City, MO) o Contract No. EV2671-01 - Utility, Transportation, and Golf Vehicles valid through 12/31/2026 ·Sourcewell (formerly NJPA) o Contract No. 032824-NAF - Class 4-8 Chassis & Related Equipment valid through 7/9/2028 o Contract No. 091521-NAF - Cars, Trucks, Vans, SUVs, Cab Chassis, & Other Vehicles valid through 11/8/2026 ·State of Florida, Department of Management Services o Contract No. 25100000-23-STC - Motor Vehicles valid through 5/16/2026 o Contract No. 25101600-21-STC - Medium & Heavy Trucks valid through 9/30/2026 o Contract No. 25101900-21-STC - Agricultural & Lawn Equipment valid through 12/31/2026 o Contract No. 2210000-21-STC - Construction & Industrial Equipment valid through 6/30/2027 Authorization to add additional piggyback contracts is requested as needed to ensure the City is receiving the most competitive pricing for vehicles and equipment which will be monitored by the Procurement Division. Should a specific vehicle model become unavailable, Fleet requests authorization to procure a comparable vehicle with similar features, in accordance with procurement requirements. Authorization to procure optional features not included on the piggyback contract, as impractical, due to delay in receipt of vehicle and/or equipment, possible void of warranty for after-market items, manufacturer delay in receiving parts, etc., pursuant to Clearwater Code 2.563(1)(d). Procuring optional features directly through the dealership often results in pricing below Manufacturer Suggested Retail Price (MSRP). This will be monitored for compliance by the Procurement Division. While most of the vehicles and equipment are procured through piggyback contracts, for those that do not fall under this category, authorization is requested to procure these vehicles and equipment through competitive quotes pursuant to Section 2.561(5) Small Purchases, for items under $50,000.00. This will be monitored for compliance by the Procurement Division. Additionally, in good faith, Alan Jay has reserved ten Police Interceptors for the City of Clearwater, contingent upon approval of this authorization. To upfit these ten vehicles to road ready condition, Fleet is requesting an increase to our current purchase order with Enforcement One in the amount of $169,172.75, bringing the purchase order total to $444,172.75. Fleet and the Police Department are also requesting to retain 15 Ford Interceptors, vehicles G4257, G4393, G4396, G4397, G4398, G4400, G4401, G4541, G4543, G4676, G4698, G4707, G4708, G4709, and G4711, to maintain a surplus of vehicles available when others are undergoing repairs or are temporarily out of service. Industry standards recommend a 10-15% surplus for active fleets and retaining these vehicles will help meet that target. These holdover vehicles will not be replaced once they become inoperable or too costly to maintain, instead each year we will assess the fleet replacement list and holdover “newer” vehicles to maintain this surplus. Once the new vehicle is road ready, including installation of graphics, accessories, and any required upfitting, with Council authorization, the corresponding vehicles and equipment identified for replacement will be declared surplus and transferred for disposal. Surplus assets will be sent to Royal Auction Group which was competitively solicited by Pinellas County under Contract No. 190-537-R, valid through November 16, 2027. APPROPRIATION CODE AND AMOUNT: Budget is available, planned with lease/purchase financing, in capital project L1910, Motorized Vehicle Page 2 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0654 Replacement - L/P, and L2301, Motorized Vehicle Purchase - L/P to fund these purchase orders. This project is budgeted as lease/purchase for short term financing; debt payments are included in fleet charge backs of the user departments. Fund Impacted: 010 General Fund 5,032,675.00 L1910 419 PW-Stormwater 1,724,000.00 L1910 419 PW-Parking 111,000.00 L1910 421 Public Utilities 1,643,600.00 L1910 423 Gas 904,000.00 L1910 424 Solid Waste 868,000.00 L1910 555 Customer Service/IT 35,000.00 L1910 565 General Services 650,600.00 L1910 566 General Services 389,000.00 L1910 Total Replacements - L1910 $ 11,357,875.00 Penny 94238 327,050.00 Cash Garage Equip-Cash 94233 110,080.00 Cash Police L2301 132,075.00 L2301 Solid Waste L2301 187,500.00 L2301 Public Works L2301 145,000.00 L2301 Public Utilities L2301 165,000.00 L2301 Gas L2301 118,000.00 L2301 Bldg & Maint L2301 171,000.00 L2301 Total New Purchases $ 1,355,705.00 Total - Consolidated Authorization $ 12,713,580.00 Previously Approved Solid Waste L1910 986,000.00 L/P - L1910 Recycling L1910 2,027,000.00 L/P - L1910 Solid Waste L2301 1,526,000.00 L/P - L2301 Public Works C1908 511,100.00 L/P - L2301 Total Previously Approved $ 5,050,100.00 Grand Total All Vehicles $ 17,763,680.00 Total 25/26 Vehicle Replacement Budget $ 17,763,680 Total for 24/25 Vehicle Replacement Budget $ 17,575,900 Budget Change 25/26 vs 24/25 $ 187,780 Budget Increase/Decrease 1% STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 3 City of Clearwater Printed on 1/14/2026 Dept Cost Center Old Unit #Year Old Make Mileage/ Hours Estimated L/P Cost L1910 Cash / CIP 94233 New Funding L2301/C1908 Penny lll Funding 94238 Dept Cash Dept Total New Year New Make Customer 9883 G4066 2014 Ford 150 Reg Cab 2WD 63,392 35,000 2026 Ford Maverick Crew 2WD Hybrid 35,000 0 0 0 0 35,000 Public Works 31599 Alamo MGF60 Flail Head turn in no replacementPublic Works 1331 G0305 1980 Homemade Trailer - 27,200 2026 Air Tow UT1410 Drop Deck TrailerPublic Works 1331 G0330 1992 Yanmar Generator - 2,340 2026 Honda EU3000iS1AN Public Works 1331 G0331 1992 Yanmar Generator - 2,340 2026 Honda EU3000iS1ANPublic Works 1331 G0335 1992 Yanmar Generator - 2,340 2026 Honda EU3000iS1AN Public Works 1331 G0338 1992 Yanmar Generator - 2,340 2026 Honda EU3000iS1AN Public Works 1331 G3022 2006 Ford F450 Reg Cab 2WD W/Crane 34,503 113,000 2026 Ford F450 Reg Cab 2WD w Stellar CranePublic Works 1331 G3843 2012 Ford F250 Reg Cab SVC 2WD 53,941 75,000 2026 Ford F350 Reg Cab SVC Body 2WDPublic Works 1312 G3846 2012 Freightliner/M2 Jaws 74,041 272,750 2026 Intl MV607 Reg Cab 4x2 Brush Hawg Grapple Public Works 1341 G2605 2002 Crosley 8x14 - 29,300 2026 Air Tow UT14-12 Drop Deck TrailerPublic Works 1312 G4081 2015 Ford F350 1-ton flat dump 61,167 97,100 2026 Ford F450 Crew Cab Public Works 1312 G4269 2016 Bobcat MT55 Track Loader 1340 41,000 2026 Bobcat MT100 Public Works 1334 G3824 2012 Ford Taurus 62,952 39,000 2026 Ford Escape Hybrid 2WDPublic Works 1334 G4037 2014 Ford Escape 62,514 36,000 2026 Ford Maverick 4WD (to Pub Comm)Public Works 1334 G4038 2014 Ford Escape 60,161 36,000 2026 Ford Maverick 4WD Public Works 2090 G2279 2000 Honda EB3500X ' Generator - 3,100 2026 Honda EB3500X Portable GeneratorPublic Works 2090 G2786 2004 Hatz 6VATP-H4-W 6" Pump 5,952 189,000 2026 Tradewinds TDK64CD 6" Pump Public Works 2090 G3207 2006 Wacker PDT3A 3" Diaphragm Pump na 3,000 2026 Multiquip 3" Diaphragm PumpPublic Works 2090 G3372 2007 Ingersol Rand P185GWJD 379hrs 45,000 2026 Ingersol Rand P185GWJDPublic Works 2090 G4668 2018 MowerMax Boom Mower 2174hrs 368,000 2026 John Deere 6120M Alamo Industrial Mower Public Works 2090 G4690 Elgin 44726 561,000 2026 Schwarze A8SE Twister SweeperPublic Works 2090 G4691 Elgin 50398 561,000 2026 Schwarze A8SE Twister SweeperPublic Works 2090 New add 145,000 2026 Bobcat T770 Skidsteer to replace Catloader $ 2,490,350 $ 15,460 $ 145,000 $ - $ - $ 2,650,810 Planning 1430 G4237 2016 Chevrolet Equinox 74,386 49,000 2026 Toyota Highander HybridPlanning1430G42382016 Chevrolet Equinox 85,862 49,000 2026 Toyota Highander HybridPlanning1430G42392016 Chevrolet Equinox 80,290 49,000 2026 Toyota Highander Hybrid $ 147,000 $ - $ - $ - $ - $ 147,000 Fire 1240 G3639 2011 Ford F250 Reg Cab 29,998 68,000 2026 Ford F250 Crew Cab 4WD-RedFire1210G40502014Ford F250 Reg Cab 54,094 68,000 2026 Ford F250 Crew Cab 4WD-Red Fire 1230 G4263 2016 Ford F250 Crew Cab 4WD 92,288 38,000 2026 Ford Maverick 2WD Fire 1230 G4425 2016 Ford F250 Crew Cab 4WD 102,400 38,000 2026 Ford Maverick 2WD Fire 1240 G5236 2022 Polaris Ranger XP1000 494hrs 31,000 2026 Polaris Ranger XP1000 Fire-Beach 1372 G5311 2022 Polaris Ranger XP1000 509hrs 31,000 2026 Polaris Ranger XP1000 Fire-Beach 1372 G5321 2023 Polaris Ranger 570 483hrs 10,300 2026 Polaris Ranger 570 Fire 1240 G5322 2023 Polaris Sportsman 570 449hrs 10,300 2026 Polaris Ranger 570 $ 274,000 $ 20,600 $ - $ - $ - $ 294,600 Marine/Aviatio 1371 G1553 1993 Water Tank Trailer M149A2 na 12,800 2025 Cargo Mate EHW612A2 6x12 Encl Trailer $ - $ 12,800 $ - $ - $ - $ 12,800 Pub Comm 9872 G3785 2011 Ford Transit Connect 72,847 2014 Ford Escape (G4037 fm Parking) Pub Comm 9215 G3013 2016 Ford F150 80,290 45,000 2026 Toyota Sienna Van $ 45,000 $ - $ - $ - $ - $ 45,000 Bldg & Maint 6531 G0363 1976 Chancey Low Boy Trailer NA 21,000 2026 Felling F7 EZ-T Drop Deck TrailerBldg & Maint 6531 G0967 1986 General B9DOW Trailer na 20,000 2026 Cargo Mate BL716TA3 Enclosed TrailerBldg & Maint 6531 G1673 1965 Fontaine Trailer na 20,000 2026 Cargo Mate BL716TA3 Enclosed TrailerBldg & Maint 6531 G3493 2008 Ford Ranger 60,771 92,000 2026 Ford T350 DRW High Roof Van 11K GVWRBldg & Maint 6531 G4724 2019 Haulotte Boom Lift 103 158,000 2026 JLG 600AJ Boom LiftBldg & Maint 6531 FA27113 Genie Lift 78,000 2026 JLG E400AJPN Boom LiftBldg & Maint 6531 new add 92,000 2026 Ford T350 DRW High Roof Van 11K GVWRBldg & Maint 6531 new add 79,000 2026 Ford F250 Ext Cab SVC w/liftgate $ 389,000 $ - $ 171,000 $ - $ - $ 560,000 Fleet 6611 G0338 1992 Yanmar L90 Generator na turn in no replacement Fleet 6611 G1296 1985 Miller 35D Welder 676hrs turn in no replacement Fleet 6611 G1330 1994 Miller TRLBLZR250 Welder 32hrs turn in no replacement Fleet 6611 G1552 1993 Water Tank Trailer M149A2 na 15,000 2026 Potable Water Tank 500 Trailer Fleet 6611 G1704 1997 International 4800 4WD 102,428 65,000 2026 CAT DP25N5-D Fork Lift Fleet 6611 G2315 2000 Ford F650 47,995 201,600 2026 Ford F450 Crane Fleet 6611 G2450 2001 Ford F350 Reg Cab 2WD 43,006 123,000 2026 Ford F450 SVC Body Fleet 6611 G2902 2003 Toro 2110 Cart 372 turn in no replacement Dept Cost Center Old Unit #Year Old Make Mileage/ Hours Estimated L/P Cost L1910 Cash / CIP 94233 New Funding L2301/C1908 Penny lll Funding 94238 Dept Cash Dept Total New Year New Make Fleet 6611 G3085 2004 FWS Flatbed na turn in no replacement Fleet 6611 G3101 2005 Ford F750 Reg Cab 2WD 66,989 261,000 2026 Intl MV607 Generator Maint Truck $ 650,600 $ 15,000 $ - $ - $ - $ 665,600 Police 1131 G2812 2004 Ford F250 58,505 55,000 2026 Ford F250 Crew Cab w/ Cover Police 1131 G4055 2015 Ford Taurus (to Gas) 61,911 44,025 2026 Ford Explorer Interceptor Police 1121 G4057 2015 Ford Taurus 52,229 44,025 2026 Ford Explorer Interceptor Police 1131 G4058 2015 Ford Taurus (to Gas) 57,897 44,025 2026 Ford Explorer Interceptor Police 1129 G4153 2016 Chevrolet Impala 62,817 44,025 2026 Ford Explorer Interceptor Police 1131 G4257 2016 Ford Explorer 76,766 44,025 2026 Ford Explorer Interceptor Police 1121 G4273 2016 Nissan Altima 82,213 59,000 2026 Ford F150 Responder Police 1121 G4274 2016 Nissan Altima 99,271 44,025 2026 Ford Explorer Interceptor Police 1129 G4275 2016 Nissan Maxima 97,323 44,025 2026 Ford Explorer Interceptor Police 1131 G4378 2017 Ford Explorer 100,093 44,025 2026 Ford Explorer Interceptor Police 1131 G4379 2017 Ford Explorer 105,557 44,025 2026 Ford Explorer Interceptor Police 1131 G4383 2017 Ford Explorer 98,943 62,000 2026 Ford F150 Responder Gray (cover) Police 1136 G4389 2017 Ford Explorer K9 81,947 59,000 2026 Ford F150 Responder Police 1151 G4391 2017 Ford Explorer 90,264 44,025 2026 Ford Explorer Interceptor Police 1131 G4393 2017 Ford Explorer 90,458 44,025 2026 Ford Explorer Interceptor Police 1131 G4396 2017 Ford Explorer 84,749 44,025 2026 Ford Explorer Interceptor Police 1131 G4397 2017 Ford Explorer 87,589 44,025 2026 Ford Explorer Interceptor Police 1131 G4398 2017 Ford Explorer 89,324 44,025 2026 Ford Explorer Interceptor Police 1131 G4400 2017 Ford Explorer 92,641 44,025 2026 Ford Explorer Interceptor Police 1131 G4401 2017 Ford Explorer 80,146 44,025 2026 Ford Explorer Interceptor Police 1131 G4407 2017 Ford Explorer 98,434 44,025 2026 Ford Explorer Interceptor Police 1131 G4527 2018 Ford Explorer 109,492 44,025 2026 Ford Explorer Interceptor Police 1131 G4529 2018 Ford Explorer 96,814 44,025 2026 Ford Explorer Interceptor Police 1131 G4531 2018 Ford Explorer 86,823 44,025 2026 Ford Explorer Interceptor Police 1131 G4536 2018 Ford Explorer 80,017 44,025 2026 Ford Explorer Interceptor Police 1131 G4538 2018 Ford Explorer 81,256 44,025 2026 Ford Explorer Interceptor Police 1131 G4541 2018 Ford Explorer 80,030 44,025 2026 Ford Explorer Interceptor Police 1131 G4543 2018 Ford Explorer 86,001 44,025 2026 Ford Explorer Interceptor Police 1131 G4546 2018 Ford Explorer 117,727 44,025 2026 Ford Explorer Interceptor Police 1131 G4549 2018 Ford Explorer 96,562 44,025 2026 Ford Explorer Interceptor Police 1131 G4551 2018 Ford Explorer 90,922 44,025 2026 Ford Explorer Interceptor Police 1131 G4553 2018 Ford Explorer 84,270 44,025 2026 Ford Explorer Interceptor Police 1131 G4554 2018 Ford Explorer 100,601 44,025 2026 Ford Explorer Interceptor Police 1131 G4556 2018 Ford Explorer 98,376 44,025 2026 Ford Explorer Interceptor Police 1131 G4557 2018 Ford Explorer 57,234 59,000 2026 Ford F150 Responder Police 1136 G4559 2018 Ford Explorer K9 96,600 59,000 2026 Ford F150 Responder Police 1131 G4560 2018 Ford Explorer 67,812 60,000 2026 Ford Explorer Eco Black Police 1131 G4564 2018 Ford Taurus 90,757 62,000 2026 Ford F150 Responder Blue (cover) Police 1111 G4638 2018 Chevrolet Tahoe 76,244 63,000 2026 Chevrolet Tahoe Black Police 1131 G4639 2018 Chevrolet Tahoe 95,067 62,000 2026 Chevrolet Tahoe Dark Gray Police 1131 G4676 2018 Ford Explorer 96,788 60,000 2026 Ford Explorer Eco Gray Police 1131 G4679 2018 Chevrolet Tahoe 101,742 63,000 2026 Chevrolet Tahoe White K9 Police 1131 G4680 2018 Chevrolet Tahoe 78,933 63,000 2026 Chevrolet Tahoe White K9 Police 1131 G4698 2019 Ford Explorer 91,838 44,025 2026 Ford Explorer Interceptor Police 1131 G4705 2019 Ford Explorer 89,730 59,000 2026 Ford F150 Responder Police 1131 G4706 2019 Ford Explorer o 62,000 2026 Ford F150 Responder Black (cover) Police 1131 G4707 2019 Ford Explorer 94,668 62,000 2026 Ford F150 Responder (cover) Police 1131 G4708 2019 Ford Explorer 88,804 44,025 2026 Ford Explorer Interceptor Police 1131 G4709 2019 Ford Explorer 85,730 44,025 2026 Ford Explorer Interceptor Police 1131 G4711 2019 Ford Explorer 98,628 44,025 2026 Ford Explorer Interceptor Police 1131 G4713 2019 Ford Explorer 88,781 44,025 2026 Ford Explorer Interceptor Police 1131 G4716 2019 Ford Explorer 99,016 62,000 2026 Ford F150 Responder (cover) Police 1131 G4984 2019 Ford Taurus 90,986 62,000 2026 Ford F150 Responder Dark Gray (cover) Police 1131 G5001 2020 Ford Explorer 33,180 62,000 2026 Ford F150 Responder (cover) Police 1131 G5221 2022 Polaris Ranger 570 520hrs 28,000 2026 Polaris XP1000 Crew Police 1131 G5443 2024 Ford Explorer 11,681 44,025 2026 Ford Explorer Interceptor Police 1131 new 44,025 2026 Ford Explorer Interceptor Police 1131 new 44,025 2026 Ford Explorer Interceptor $ 2,396,825 $ - $ 132,075 $ 327,050 $ - $ 2,855,950 Parks 1872 G2655 2004 Dewalt DG6000 Generator na 2,400 2026 Champion 11K Watt Generator Parks 1877 G2969 2005 Sterling Lt7500 59,040.00 235,000 2026 Intl HV Reg Cab 6x4 12YD Dump Parks 1861 G3085 2004 FWS Flatbed Trailer 26,000 2026 Wells Cargo 8'5x20 Enclosed Trailer Parks 1877 G3125 Intl 5YD Flatbed Dump 59,522.00 165,000 2026 Freightliner M2106 Parks 1877 G3516 2007 Barber 600HD na 104,000 2026 Barber 600HD Beach Rake Dept Cost Center Old Unit #Year Old Make Mileage/ Hours Estimated L/P Cost L1910 Cash / CIP 94233 New Funding L2301/C1908 Penny lll Funding 94238 Dept Cash Dept Total New Year New Make Parks 1868 G3791 2011 Ford F450 Service Body 47,825.00 75,000 2026 Ford F450 Reg Cab 2WD 12'Flatbed Parks 1895 G3851 2012 Ford Transit Connect Van 75,500.00 58,000 2026 Ford F150 Transit Van Med Roof Parks 1863 G4078 2015 Ford F350 Crew Cab 2WD 69,699.00 95,000 2026 Ford F350 Crew Cab 4WD Parks 1863 G4082 2015 Ford F350 Crew Cab 2WD 70,299.00 95,000 2026 Ford F350 Crew Cab 4WD Parks 1868 G4087 2015 Ford F350 Reg Cab 2WD 69,746.00 85,000 2026 Ford F350 Reg Cab 4WD Parks 1868 G4136 2015 Lesco Chariot Ride on Spreader 221hrs 21,000 2026 Toro Top Dresser 2500 Parks 1881 G4362 2017 Toro Reelmaster 3,254hrs 104,000 2026 Toro Reelmaster 5510-D Parks 1883 G4363 2017 Toro Reelmaster 3356 hrs 104,000 2026 Toro Reelmaster 5510-D Parks 1862 G4913 2020 John Deere 5090M Tractor 3,984hrs 99,000 2026 John Deere 5090M Tractor Parks 1863 G4914 2020 John Deere 5090M Tractor 4,310hrs 99,000 2026 John Deere 5090M Tractor Parks 1877 G5181 2022 Morris Padgett Beach WheelChair na 52,500 2026 Bobcat Drum Mulcher 72" Kit Parks 1891 G5223 2022 Morris Padgett Beach WheelChair na 97,000 2026 Trail King TK50RB Trailer $ 1,514,500 $ 2,400 $ - $ - $ - $ 1,516,900 Gas 2066 G1097 1990 Ingersol Rand P185GWJD 734hrs 36,000 2026 Ingersol Rand P185GWJD Gas 2066 G1098 1990 Ingersol Rand P185GWJD 575hrs 36,000 2026 Ingersol Rand P185GWJD Gas 2077 G3538 2009 Honda Civic N/A 0 2015 Ford Taurus (G4055 fm PD) Gas 2067 G4073 2014 Ford F150 Ext Cab 4WD 84,497 78,000 2026 Ford F250 Ext Cab SVC Body Gas 2068 G4140 2015 Ford F450 Reg Cab 2WD SVC Body 89,116 91,000 2026 Ford F450 Reg Cab 2WD SVC Body Gas 2068 G4141 2016 Ford F450 Reg Cab 2WD SVC Body 86,371 91,000 2026 Ford F450 Reg Cab 2WD SVC Body Gas 2174 G4142 2016 Ford F450 Reg Cab 2WD SVC Body 100,006 91,000 2026 Ford F450 Reg Cab 2WD SVC Body Gas 2176 G4178 2015 Chevrolet Cruze 75,434 0 2015 Ford Taurus (G4058 fm PD) Gas 2068 G4310 2016 Ford F350 Reg Cab 2WD SVC Body 92,870 78,000 2026 Ford F250 Ext Cab SVC Body Gas 2067 G4447 2017 Ford F150 Ext Cab 2WD 93,281 78,000 2026 Ford F250 Ext Cab SVC Body Gas 2067 G4448 2017 Ford F150 Ext Cab 2WD 119,003 78,000 2026 Ford F250 Ext Cab SVC Body Gas 2067 G4495 2017 Ford Transit T250 141,894 78,000 2026 Ford F250 Ext Cab SVC Body Gas 2066 G4755 2019 Ford F450 Reg Cab 2WD SVC Body 104,905 91,000 2026 Ford F450 Reg Cab 2WD SVC Body Gas 2067 G4796 2019 Ford F250 Ext Cab 2WD CNG 105,913 78,000 2026 Ford F250 Ext Cab SVC Body Gas new add 118,000 2026 Vermeer LP873SDT Vac Excavator $ 904,000 $ - $ 118,000 $ - $ - $ 1,022,000 Pub Utilities 2051 G1794 1997 Target large concrete saw 126 hrs Turn in - Dept does not use Pub Utilities 2051 G1876 1997 Crosley Trailer 5x10 Drop Deck Trailer na 15,280 2026 Big Tex 14LP-14 Dump Trailer 7x14 Pub Utilities 1346 G3192 2006 Wacker Neuson PDT3A 3" Diaphragm Pump na 3,000 2026 Multiquip 3" Diaphragm Pump Pub Utilities 1346 G3193 2006 Wacker Neuson PDT3A 3" Diaphragm Pump na 3,000 2026 Multiquip 3" Diaphragm Pump Pub Utilities 2051 G3774 2011 Ford F250 Reg Cab SVC Body 2WD 56,181 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2051 G3775 2011 Ford F350 Reg Cab SVC Body 2WD 67,731 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2054 G3849 2012 Ford F450 Reg Cab SVC Body 2WD 67,819 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 1346 G3858 2012 Ford F350 Reg Cab SVC Body 2WD 59,744 84,000 2026 Ford F350 Crew Cab 4WD DRW SVC Body Pub Utilities 2051 G3905 2012 Wacker Neuson PDT3A 3" Diaphragm Pump na 3,000 2026 Wacker or Multiquip 3" Diaphragm Pump Pub Utilities 2051 G3906 2012 Wacker Neuson PDT3A 3" Diaphragm Pump na 3,000 2026 Wacker or Multiquip 3" Diaphragm Pump Pub Utilities 2051 G3907 2012 Wacker Neuson PDT3A 3" Diaphragm Pump na 3,000 2026 Wacker or Multiquip 3" Diaphragm Pump Pub Utilities 2056 G3915 2013 Ford F150 Reg Cab 2WD 63,635 53,000 2026 Ford F150 Reg Cab 4WD Pub Utilities 2057 G3916 2013 Ford F150 Reg Cab 2WD 52,464 53,000 2026 Ford F150 Reg Cab 4WD Pub Utilities 2057 G4012 2014 Ford Explorer 70,566 49,000 2026 Toyota Highlander Pub Utilities 1353 G4047 2014 Ford Transit Connect XL 74,603 57,600 2026 Ford F150 Transit Low Roof Pub Utilities 1346 G4083 2015 Ford F350 Reg Cab SVC Body 2WD 63,482 77,000 2026 Ford F350 Reg Cab SVC Body 2WD Pub Utilities 2054 G4084 2015 Ford F350 Reg Cab SVC Body 2WD 50,086 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2054 G4085 2015 Ford F350 Reg Cab SVC Body 2WD 52,394 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2054 G4086 2015 Ford F350 Reg Cab SVC Body 2WD 39,560 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2054 G4093 2015 Ford F450 Reg Cab SVC Body 2WD 59,987 88,000 2026 Ford F450 Reg Cab 2WD SVC Body Pub Utilities 2051 G4137 2015 Vermeer D913X13 Directional drill 208 hrs 83,000 2026 Vermeer CV SGT Vacuum Excavat 873 SGT Pub Utilities 2051 G4138 2015 Vermeer trailer for G4137 na 13,540 2026 Big Tex 14TL22 HD Tilt Deck Trailer Pub Utilities 1346 G4298 2016 Ford F250 Ext Cab 4WD 67,511 54,000 2026 Ford F150 Ext Cab 4WD Dept Cost Center Old Unit #Year Old Make Mileage/ Hours Estimated L/P Cost L1910 Cash / CIP 94233 New Funding L2301/C1908 Penny lll Funding 94238 Dept Cash Dept Total New Year New Make Pub Utilities 1347 G4341 2016 Godwin CD150 6" Pump 469 hrs 84,000 2026 Thompson 6" Jet Solid Compressor Pump Pub Utilities 1347 G4342 2016 Godwin CD150 6" Pump 940 hrs 122,000 2026 Thompson 8" Jet Solid Compressor Pump Pub Utilities 1347 G4416 2016 Godwin CD250 10" Pump 201 hrs 140,000 2026 Thompson 10" Jet Solid Compressor Pump Pub Utilities 1355 G4733 2019 Toro Workman GTX 2,665hrs 24,000 2026 Bobcat UV3400 Cart Pub Utilities 2051 G4870 2020 Vermeer Vac-Tron 120 hrs 83,000 2026 Vermeer CV SGT Vacuum Excavator 873 SGT Pub Utilities 2051 G5169 2022 KM 8000TEDD C2M2 Asphalt Trailer na 64,000 2026 Bobcat E35 R2 Compact Excavator Pub Utilities 2054 NEW ADD 165,000 2026 2025 Freightliner M2-106 12' Dump $ 1,643,600 $ 43,820 $ 165,000 $ - $ - $ 1,852,420 Solid Waste 2082 G4095 2014 John Deere 644E 5111 487,000$ 2026 John Deere 644P Backhoe Solid waste 2083 G4287 2016 Ford F150 Crew Cab 55141 67,000$ 2026 Ford F150 Crew 4WD Solid waste 2083 G4944 2020 Broyhill LoadPack 1714 hrs $ 314,000 2026 Broyhill LoadPack Solid waste 2084 New add 88,000$ 2026 S76 Skid Steer Solid waste 2084 New add 7,500$ 2026 Bobcat 68'' Angle Broom Brush Solid waste 2087 New add 92,000$ 2026 Manitou Forklift/M30-2 $ 868,000 $ - $ 187,500 $ - $ - $ 1,055,500 $ 11,357,875.00 $ 110,080.00 $ 918,575.00 $ 327,050.00 $ - $ 12,713,580.00 Public Works 2090 New add 121,000 2026 Weedoo TC-3012 with attachments Public Works 2090 New add 390,100 2026 Amphi-King 6450 Amphibious Surf Solid waste 2089 G3969 2013 Peterbilt 365 RO 197,692 374,000$ 2026 Kenworth T880 Galbreath RO Recycling 2043 G4324 2016 Peterbilt 320 FEL 109,086 $ 637,000 2026 Autocar ACX Heil FEL-CNG Recycling 2041 G4458 2017 Autocar ACX ASL 54,320 $ 389,000 2026 Battle LET2 McNeilus Atlantic FEL Recycling 2041 G4459 2017 Autocar ACX ASL 56,590 $ 612,000 2026 Autocar ACX ASL-CNG Recycling 2041 G4460 2017 Autocar ACX ASL 51,948 $ 389,000 2026 Battle LET2 McNeilus Atlantic FEL Solid Waste 2082 G4652 2018 Autocar ACX ASL 50,821 $ 612,000 2026 Autocar ACX ASL-CNG Solid waste 2083 New add 389,000$ 2026 Battle LET2 McNeilus Atlantic FELSolid waste 2083 New add 389,000$ 2026 Battle LET2 McNeilus Atlantic FELSolid waste 2083 New add 374,000$ 2026 Kenworth T880 Galbreath RO Solid waste 2083 New add 374,000$ 2026 Kenworth T880 Galbreath RO 3,013,000$ -$ 1,526,000$ -$ -$ 5,050,100$ 17,763,680 17,575,900 187,780 1% 010 General Fund $ 5,032,675.00 L/P 419 PW-Stormwater $ 1,724,000.00 L/P 419 PW-Parking $ 111,000.00 L/P 421 Public Utilities $ 1,643,600.00 L/P 423 Gas $ 904,000.00 L/P 424 Solid Waste $ 1,854,000.00 L/P 426 Recycling $ 2,027,000.00 L/P 432 Marina $ - L/P 435 Beach Guard $ - L/P 555 Customer $ 35,000.00 L/P 565 General $ 650,600.00 L/P 566 General $ 389,000.00 L/P TOTAL $ 14,370,875.00 $ 327,050.00 Cash $ 110,080.00 Cash $ 511,100.00 L/P $ 132,075.00 L/P $ 1,713,500.00 L/P $ 145,000.00 L/P $ 165,000.00 L/P Gas L2301 $ 118,000.00 L/P $ 171,000.00 L/P $ 3,392,805.00 L/P Already Approved at Council Agenda Items 25-0596 and 25-0501 Total 25/26 Vehicle Replacement BudgetTotal for 24/25 Vehicle Replacement Budget Budget Change 25/26 vs 24/25 Budget Increase/Decrease Public Utilities L2301 Bldg & Maint L2301 Penny Funds (315-94238) Garage Fund-Motorize Equip (315-94233) Public Works (C1908) Police L2301 Solid Waste L2301 Public Works L2301 FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Contract Packet NOTICE OF FINAL AWARD CONTRACT FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles Date: October 1, 2024 To: All Prospective Bidders and Purchasers From: Steve Casey, Executive Director Sarrah Glassner, Deputy Executive Director of Administration Hugh Oliver, Director of the Cooperative Purchasing Program Re: Contract Number FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles: Contract Awards We are pleased to announce that the Florida Sheriffs Association (FSA) has successfully completed its latest nationwide cooperative bid for Pursuit, Administrative, and Other Vehicles. This contract is in effect beginning October 1, 2024, through September 30, 2025. This notification is for the Florida Sheriffs Association (FSA), Cooperative Purchasing Program (CPP) Intent to Award for contract FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles. All bids were received in a timely manner, reviewed, and evaluated by the FSA and its Fleet Advisory Committee. The contract specifications include: • Administrative Sedans • Cab and Chassis Trucks: 1 Ton (DRW) 4x2 • Cab and Chassis Trucks: 1 Ton (DRW) 4x4 • Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 • Cargo & Passenger Vans Medium/High Roof • Cargo & Passenger Vans Standard/Low Roof • Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans • Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles • Electric Bikes & Transporters • Pickup Trucks – 4x2 • Pickup Trucks – 4x4 • Pursuit Rated & Pursuit Hybrid Vehicles • Special Service Vehicles • Utility & Hybrid Utility Vehicles – 4x2 • Utility & Hybrid Utility Vehicles – 4x4 and AWD The competitive process for this award began in January 2024, when the FSA Fleet Advisory Committee, bidders, and stakeholders provided input regarding automotive and equipment procurement needs. Specifications were developed based on prior years activity, and new additions were included based on feedback from the FSA Committee, bidders, and stakeholders. Advertisements of the Invitation to Bid (ITB) were placed on the FSA website on April 1, 2024, and within the Florida Administrative Register on April 1, 2024, and May 1, 2024. From the ITB, thirty-two bidders completed the pre-bid process. Of these respondents, twenty-six submitted bids. Nineteen responsive bidders were awarded after bids were evaluated by the FSA Fleet Advisory Committee and FSA staff. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and other entities approved by the manufacturer to participate in this contract. Out-of-state sales are permitted under this contract. All purchasers are bound by their local governing purchasing ordinances, rules, and regulations. All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Intended Awards in Alphabetical Order: 1.Bachrodt FT, LLC. DBA Palmetto Ford of Miami 2.Bozard Ford 3.Carl Black of Orlando, LLC. 4.Duval Ford, LLC. 5.ETR, LLC. 6.Florida Transportation Systems, Inc. 7.Garber Ford, Inc. 8.Garber Chevrolet Buick GMC, Inc. 9.Garber Chrysler Dodge Truck, Inc. 10.Matheny Fire & Emergency 11.Recon Power Bikes 12.SAG Cocoa, LLC. 13.Seminole Toyota 14.Step One Automotive DBA Kia Ft. Walton Beach 15.Tampa Truck Center 16.Terry Taylor’s DeLand Nissan, Inc. 17.Tesla 18.Treaty Oak Outdoors, LLC. 19.Woody Folsom of Douglas, Inc. The final award page document for all awarded bid items is attached. A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Final Award Report Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:1, Ford, Mustang Ecoboost, P8T Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,524.00 $30,599.00 $30,835.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,304.00 $30,552.00 $30,635.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,404.00 $30,582.00 $30,735.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,504.00 $30,611.00 $30,835.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 2/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:2, Kia, Soul, B2522 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 3/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:3, Kia, K5, L42232 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $28,995.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $29,445.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $29,750.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $30,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 4/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:4, Nissan, Versa S CVT, 10115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$19,150.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$19,110.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$19,110.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$19,190.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 5/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:5, Nissan, Sentra S, 12015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$20,631.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$20,602.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$20,607.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$20,697.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 6/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:6, Nissan, Altima 2.5 S FWD, 13115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$25,440.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$25,390.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$25,390.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$25,493.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 7/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:7, Nissan, Murano SV FWD, 23115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$36,490.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$36,410.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$36,415.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$36,490.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 8/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:8, Nissan, Murano SV AWD, 23015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$37,390.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$37,310.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$37,315.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$37,390.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 9/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:9, Toyota, Camry LE Hybrid, 2559 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $27,956.00 Build Options Northern Primary Seminole Toyota $27,956.00 Build Options Central Primary Seminole Toyota $27,956.00 Build Options Southern Primary Seminole Toyota $27,956.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 10/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:10, Toyota, Prius LE Hybrid, 1223 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $27,994.00 Build Options Northern Primary Seminole Toyota $27,994.00 Build Options Central Primary Seminole Toyota $27,994.00 Build Options Southern Primary Seminole Toyota $27,994.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 11/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:11, Toyota, Corolla LE, 1852 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $22,352.00 Build Options Northern Primary Seminole Toyota $22,352.00 Build Options Central Primary Seminole Toyota $22,352.00 Build Options Southern Primary Seminole Toyota $22,352.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 12/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:12, Toyota, Corolla LE Hybrid, 1882 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $23,732.00 Build Options Northern Primary Seminole Toyota $23,732.00 Build Options Central Primary Seminole Toyota $23,732.00 Build Options Southern Primary Seminole Toyota $23,732.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 13/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:13, Toyota, Corolla Hatchback SE CVT A/T, 6272 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $23,447.00 Build Options Northern Primary Seminole Toyota $23,447.00 Build Options Central Primary Seminole Toyota $23,447.00 Build Options Southern Primary Seminole Toyota $23,447.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 14/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:14, Chevrolet, Silverado 3500HD Regular Cab, CC31003 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,067.00 $43,259.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,867.00 $43,109.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,967.00 $43,007.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,067.00 $43,108.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 15/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:15, Chevrolet, Silverado 3500HD Crew Cab, CC31043 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,036.00 $46,058.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,836.00 $45,907.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $45,806.00 $45,936.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $45,907.00 $46,036.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 16/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:16, Ford, F-350 Regular Cab, F3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $47,433.00 $47,620.00 $47,667.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $47,213.00 $47,367.00 $47,521.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $47,167.00 $47,313.00 $47,592.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $47,167.00 $47,413.00 $47,754.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 17/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:17, Ford, F-350 Crew Cab, W3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,025.00 $50,237.00 $50,260.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $49,805.00 $49,960.00 $50,133.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $49,760.00 $49,905.00 $50,208.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $49,760.00 $50,005.00 $50,359.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 18/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:18, Ford, F-350 Super Cab, X3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $49,052.00 $49,255.00 $49,286.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $48,832.00 $48,986.00 $49,152.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $48,786.00 $48,932.00 $49,226.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $48,786.00 $49,032.00 $49,274.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 19/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:19, Chevrolet, Silverado 3500HD Regular Cab, CK31003 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,986.00 $45,154.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,786.00 $45,003.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,886.00 $44,902.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,986.00 $45,003.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 20/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:20, Chevrolet, Silverado 3500HD Crew Cab, CK31043 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,954.00 $48,054.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,754.00 $47,903.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $47,802.00 $47,854.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $47,903.00 $47,954.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 21/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:21, Ford, F-350 Regular Cab, F3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,593.00 $50,811.00 $50,828.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $50,373.00 $50,528.00 $50,705.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,328.00 $50,493.00 $50,781.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $50,328.00 $50,573.00 $50,930.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 22/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:22, Ford, F-350 Crew Cab, W3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,208.00 $53,442.00 $53,451.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,988.00 $53,142.00 $53,340.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,942.00 $53,088.00 $53,419.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $52,942.00 $53,188.00 $53,558.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 23/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:23, Ford, F-350 Super Cab, X3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $52,239.00 $52,472.00 $52,473.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,019.00 $52,173.00 $52,363.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,973.00 $52,119.00 $52,441.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $51,973.00 $52,219.00 $53,197.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 24/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:24, Chevrolet, Silverado 4500HD Regular Cab, CC56403 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $51,610.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $51,459.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $51,358.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $51,459.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 25/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:25, Ford, F-450 Regular Cab, F4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,957.00 $51,178.00 $51,192.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $50,737.00 $50,892.00 $51,072.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,692.00 $50,837.00 $51,148.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,692.00 $50,937.00 $51,199.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 26/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:26, Ford, F-450 Crew Cab, W4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,089.00 $53,324.00 $53,331.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,869.00 $53,024.00 $53,220.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,824.00 $52,969.00 $53,299.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,824.00 $53,069.00 $53,352.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 27/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:27, Ford, F-450 Super Cab, X4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $52,130.00 $52,362.00 $52,364.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $51,910.00 $52,064.00 $52,253.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,864.00 $52,010.00 $52,331.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,864.00 $52,110.00 $52,383.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 28/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:28, Ford, F-450 Regular Cab, F4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,594.00 $53,828.00 $53,840.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,374.00 $53,528.00 $53,728.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $53,328.00 $53,474.00 $53,808.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $53,328.00 $53,574.00 $53,862.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 29/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:29, Ford, F-450 Crew Cab, W4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $56,276.00 $56,510.00 $56,548.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $56,056.00 $56,210.00 $56,430.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $56,010.00 $56,156.00 $56,514.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $56,010.00 $56,256.00 $56,570.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 30/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:30, Ford, F-450 Super Cab, X4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $55,312.00 $55,547.00 $55,576.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $55,092.00 $55,247.00 $55,460.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $55,047.00 $55,192.00 $55,543.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $55,047.00 $55,292.00 $55,598.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 31/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:31, Ford, Transit T-150 Medium Roof Cargo Van RWD, E1C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,514.00 $46,097.00 $46,380.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,294.00 $45,897.00 $46,114.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,394.00 $45,997.00 $46,209.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,494.00 $46,097.00 $46,403.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 32/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:32, Ford, Transit T-250 Medium Roof Cargo Van RWD, R1C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,377.00 $46,969.00 $47,270.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,157.00 $46,769.00 $46,999.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,257.00 $46,869.00 $47,095.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,357.00 $46,969.00 $47,293.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 33/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:33, Ford, Transit T-250 High Roof Cargo Van RWD, R1X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,287.00 $47,379.00 $48,207.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,067.00 $47,179.00 $47,930.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,167.00 $47,279.00 $48,028.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,267.00 $47,379.00 $48,230.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 34/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:34, Ford, Transit T-350 High Roof Cargo Van RWD, W1X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,423.00 $49,035.00 $49,376.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,203.00 $48,835.00 $49,092.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,303.00 $48,935.00 $49,193.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,403.00 $49,035.00 $49,399.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 35/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:35, Ford, Transit T-350 Medium Roof Cargo Van RWD, W9C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,514.00 $48,117.00 $48,440.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,294.00 $47,917.00 $48,162.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,394.00 $48,017.00 $48,261.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,494.00 $48,117.00 $48,463.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 36/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:36, Ford, Transit T-350 Medium Roof Passenger Van (Wagon) RWD, X2C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,259.00 $52,555.00 $53,918.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,059.00 $52,253.00 $53,558.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,159.00 $52,360.00 $53,506.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,259.00 $52,580.00 $53,609.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 37/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:37, Ford, Transit T-350 High Roof Passenger Van (Wagon) RWD, X2X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,920.00 $53,229.00 $57,954.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,720.00 $52,924.00 $57,593.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,820.00 $53,032.00 $57,541.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,920.00 $53,255.00 $57,644.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 38/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:38, Mercedes-Benz, Sprinter 2500 170 WB 4 cyl. Diesel High Output AWD High Roof Cargo Van, M2CA7H Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $58,007.00 Build Options Northern Primary Tampa Truck Center $58,007.00 Build Options Central Primary Tampa Truck Center $58,007.00 Build Options Southern Primary Tampa Truck Center $58,007.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 39/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:39, Mercedes-Benz, Sprinter 2500 170 WB 4 cyl. Diesel High Roof Cargo Van, M2CA7S Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $55,094.00 Build Options Northern Primary Tampa Truck Center $55,094.00 Build Options Central Primary Tampa Truck Center $55,094.00 Build Options Southern Primary Tampa Truck Center $55,094.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 40/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:40, Chevrolet, Express 2500 1WT 135 Cargo Van, CG23405 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$38,060.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$37,860.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$37,960.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$38,060.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 41/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:41, Chevrolet, Express 2500 LS 135 Passenger Van, CG23406 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$41,793.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$41,593.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$41,693.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$41,793.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 42/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:42, Chevrolet, Express 2500 1WT 155 Cargo Van, CG23705 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$39,843.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$39,643.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$39,743.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$39,843.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 43/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:43, Chevrolet, Express 3500 1WT 135 Cargo Van, CG33405 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$40,554.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$40,354.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$40,454.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$40,554.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 44/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:44, Chevrolet, Express 3500 LS 135 Passenger Van, CG33406 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$42,504.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$42,304.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$42,404.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$42,504.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 45/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:45, Chevrolet, Express 3500 1WT 155 Cargo Van, CG33705 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$41,304.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$41,104.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$41,204.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$41,304.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 46/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:46, Chevrolet, Express 3500 LS 155 Passenger Van, CG33706 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$43,669.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$43,469.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$43,569.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$43,669.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 47/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:47, Chrysler, Paci ca Select, RUCH53 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$42,434.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$42,234.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$42,334.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$42,434.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 48/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:48, Ford, Transit T-150 Low Roof Cargo Van RWD, E1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,382.00 $43,943.00 $44,185.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,162.00 $43,743.00 $43,932.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,262.00 $43,843.00 $44,022.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,362.00 $43,943.00 $44,207.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 49/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:49, Ford, E-350 Cutaway Van, E3F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,500.00 $37,348.00 $37,975.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,280.00 $37,305.00 $37,613.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,380.00 $37,323.00 $37,561.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Duval Ford LLC $37,395.00 $37,665.00 $39,480.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 50/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:50, Ford, E-450 Cutaway Van, E4F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,766.00 $39,669.00 $40,354.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,546.00 $39,622.00 $39,991.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,646.00 $39,642.00 $39,940.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,746.00 $39,719.00 $40,043.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 51/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:51, Ford, Transit T-250 Low Roof Cargo Van RWD, R1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,241.00 $44,811.00 $45,070.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,021.00 $44,611.00 $44,812.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,121.00 $44,711.00 $44,903.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,221.00 $44,811.00 $45,092.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 52/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:52, Ford, Transit T-350 Low Roof Cargo Van RWD, W1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,382.00 $45,804.00 $45,963.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,162.00 $45,530.00 $45,763.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,262.00 $45,687.00 $45,863.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,362.00 $45,844.00 $45,963.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 53/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:53, Ford, Transit T-350 Low Roof Passenger Van (Wagon) RWD, X2Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $50,012.00 $51,284.00 $53,204.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,812.00 $50,990.00 $52,843.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,912.00 $51,095.00 $52,791.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $50,012.00 $51,309.00 $52,895.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 54/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:54, Kia, Kia Carnival, M4222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $38,500.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $37,750.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $37,750.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $38,500.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 55/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:55, Mercedes-Benz, Sprinter 3500XD 170" WB 6 cyl. Diesel Cab & Chassis/Cutaway, MXCC7H Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $52,524.00 Build Options Northern Primary Tampa Truck Center $52,524.00 Build Options Central Primary Tampa Truck Center $52,524.00 Build Options Southern Primary Tampa Truck Center $52,524.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 56/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:56, Toyota, Sienna LE Hybrid, 5402 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $37,895.00 Build Options Northern Primary Seminole Toyota $37,895.00 Build Options Central Primary Seminole Toyota $37,895.00 Build Options Southern Primary Seminole Toyota $37,895.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 57/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:57, Toyota, Sienna AWD LE, 5403 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $39,871.00 Build Options Northern Primary Seminole Toyota $39,871.00 Build Options Central Primary Seminole Toyota $39,871.00 Build Options Southern Primary Seminole Toyota $39,871.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 58/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:58, BrightDrop/General Motors, Zevo 400 FWD, 5J32705 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $78,413.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $78,262.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $78,161.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $78,262.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 59/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:59, BrightDrop/General Motors, Zevo 600 FWD, 5J32905 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $79,924.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $79,773.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $79,673.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $79,773.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 60/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:60, BrightDrop/General Motors, Zevo 400 AWD, 5M32705 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $81,033.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $80,882.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $80,781.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $80,882.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 61/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:61, BrightDrop/General Motors, Zevo 600 AWD, 5M32905 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $82,544.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $82,393.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $82,292.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $82,393.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 62/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:62, Chrysler, Paci ca Select PHEV, RUET53 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$52,734.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$52,534.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$52,634.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$52,734.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 63/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:63, Ford, E-Transit T-350 Low Roof Cargo Van Regular Wheelbase, W1Y/99K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,454.00 $48,783.00 $49,645.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,234.00 $48,583.00 $49,143.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,334.00 $48,683.00 $49,505.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,434.00 $48,783.00 $49,650.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 64/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:64, Nissan, Leaf S 40kW, 17015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$21,680.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$21,652.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$21,652.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$21,698.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 65/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:65, Nissan, Leaf SV Plus 60kW, 17115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$28,930.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$28,885.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$28,885.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$28,935.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 66/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:66, Tesla, Model 3, Model 3 Long Range AWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$49,498.00 Build Options Northern Primary Tesla, Inc.$49,498.00 Build Options Central Primary Tesla, Inc.$49,498.00 Build Options Southern Primary Tesla, Inc.$49,498.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 67/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:67, Tesla, Model 3, Model 3 RWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$40,935.00 Build Options Northern Primary Tesla, Inc.$40,935.00 Build Options Central Primary Tesla, Inc.$40,935.00 Build Options Southern Primary Tesla, Inc.$40,935.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 68/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:68, Tesla, Model Y, Model Y AWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$51,010.00 Build Options Northern Primary Tesla, Inc.$51,010.00 Build Options Central Primary Tesla, Inc.$51,010.00 Build Options Southern Primary Tesla, Inc.$51,010.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 69/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:69, Tesla, Model Y, Model Y RWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$47,988.00 Build Options Northern Primary Tesla, Inc.$47,988.00 Build Options Central Primary Tesla, Inc.$47,988.00 Build Options Southern Primary Tesla, Inc.$47,988.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 70/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:70, Chevrolet, Equinox EV FWD, 1MB48 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,196.00 $34,797.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,996.00 $34,646.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,096.00 $34,546.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,196.00 $34,646.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 71/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:71, Chevrolet, Equinox EV AWD, 1MC48 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$38,983.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$38,783.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$38,883.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$38,983.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 72/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:73, Chevrolet, Blazer EV AWD, 1MC26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $48,480.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,796.00 $48,329.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,896.00 $48,228.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $48,329.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 73/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:74, Chevrolet, Silverado EV Crew Cab 4x4, CT35843 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,676.00 $58,272.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,476.00 $58,120.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,576.00 $58,020.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,676.00 $58,120.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 74/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:75, Ford, Mustang Mach-E (BEV) Electric, K1R Select Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,895.00 $36,833.00 $37,146.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,769.00 $36,473.00 $36,946.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,769.00 $36,421.00 $37,046.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,927.00 $36,524.00 $37,146.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 75/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:76, Ford, Escape Plug-in Hybrid FWD, U0E Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,662.00 $36,970.00 $37,591.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,442.00 $36,873.00 $37,391.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,542.00 $36,912.00 $37,491.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,642.00 $37,035.00 $37,591.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 76/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:77, Jeep, Wrangler Sport 4-Door 4xE Hybrid, JLXL74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$51,081.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$50,881.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$50,981.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$51,081.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 77/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:78, Jeep, Grand Cherokee 4xE Hybrid, WLXP74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 78/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:79, Nissan, Ariya Engage AWD, 24015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$34,892.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$34,840.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$34,840.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$34,892.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 79/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:80, Nissan, Ariya Engage FWD, 24415 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$30,812.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$30,755.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$30,755.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$30,840.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 80/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:82, Workhorse, All-Electric Workhorse Class 4 Cab Chassis, W4 CC Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Northern Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Central Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Southern Primary Florida Transportation Systems, Inc.$165,190.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 81/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:84, Recon, Hummer EV AWD Power Bike, Hummer EV AWD Zone Rank Vendor Price Build File Options File Western Primary Recon Power Bikes $4,179.00 Build Options Northern Primary Recon Power Bikes $4,179.00 Build Options Central Primary Recon Power Bikes $4,179.00 Build Options Southern Primary Recon Power Bikes $4,179.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 82/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:85, Specialized, Levo Comp Alloy, Levo Comp Alloy Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $5,984.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $5,784.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $5,784.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $6,134.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 83/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:86, Trek, Marlin+, Marlin+ 6 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,655.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,595.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,595.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,655.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 84/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Cargo Item:87, Specialized, Globe ST, Globe ST Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,750.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,550.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,550.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 85/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Cargo Item:88, Trek, Fetch - Cargo E-Bike, Fetch - Cargo E-Bike Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,480.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,480.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,695.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 86/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Commuter Item:90, Specialized, Vado 3.0, Vado 3.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,920.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,820.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,820.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,950.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 87/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Commuter Item:91, Trek, Dual Sport - Commuter E-Bike, Dual Sport - Commuter E-Bike Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,345.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,145.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,145.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,345.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 88/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:96, Recon, Commando Police Power Bike, Commando Zone Rank Vendor Price Build File Options File Western Primary Recon Power Bikes $2,979.00 Build Options Northern Primary Recon Power Bikes $2,979.00 Build Options Central Primary Recon Power Bikes $2,979.00 Build Options Southern Primary Recon Power Bikes $2,979.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 89/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:97, Recon, Interceptor Police Power Bike, Interceptor Zone Rank Vendor Price Build File Options File Western Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Northern Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Central Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Southern Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 90/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:98, Specialized, Tero 3.0, Tero 3.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,670.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,520.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,520.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,680.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 91/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:99, Specialized, Turbo TeroX 4.0, Turbo TeroX 4.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,320.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,225.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,225.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,360.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 92/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:100, Trek, Service - Patrol Front Suspension, Service - Patrol Front Suspension Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,725.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,725.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 93/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:103, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT, CC10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $40,111.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,596.00 $39,960.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,696.00 $39,859.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $39,960.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 94/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:104, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT, CC10743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,795.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $40,644.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,896.00 $40,544.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,644.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 95/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:105, Chevrolet, Silverado 1500 Double Cab 1WT, CC10753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,616.00 $38,464.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,416.00 $38,314.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,516.00 $38,213.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,616.00 $38,314.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 96/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:106, Chevrolet, Silverado 1500 Regular Cab 1WT, CC10903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,496.00 $37,370.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,296.00 $37,219.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,396.00 $37,119.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,496.00 $37,219.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 97/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:107, Chevrolet, Silverado 2500HD Regular Cab 1WT, CC20903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,793.00 $43,869.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,593.00 $43,718.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,693.00 $43,617.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,793.00 $43,718.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 98/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:108, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT, CC20943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,881.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,996.00 $46,729.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,096.00 $46,629.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,729.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 99/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:109, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT, CC20953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,451.00 $45,018.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,251.00 $44,867.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,351.00 $44,766.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,451.00 $44,867.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 100/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:110, Chevrolet, Silverado 3500HD Regular 1WT DRW, CC30903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,942.00 $46,688.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,742.00 $46,537.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,842.00 $46,436.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,942.00 $46,537.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 101/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:111, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW, CC30943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,596.00 $49,297.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,396.00 $49,146.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,496.00 $49,045.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,596.00 $49,146.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 102/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:112, Chevrolet, Silverado 3500HD Double Cab 1WT DRW, CC30953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,696.00 $47,334.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,496.00 $47,182.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,596.00 $47,082.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,696.00 $47,182.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 103/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:113, ETR/Chevrolet, HD 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$122,259.00 Build Options Northern Primary ETR, L.L.C.$121,539.00 Build Options Central Primary ETR, L.L.C.$121,539.00 Build Options Southern Primary ETR, L.L.C.$122,259.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 104/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:114, ETR/Chevrolet, HD 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$123,699.00 Build Options Northern Primary ETR, L.L.C.$122,979.00 Build Options Central Primary ETR, L.L.C.$122,979.00 Build Options Southern Primary ETR, L.L.C.$123,699.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 105/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:115, ETR/Ford, F-250 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$122,943.00 Build Options Northern Primary ETR, L.L.C.$122,223.00 Build Options Central Primary ETR, L.L.C.$122,223.00 Build Options Southern Primary ETR, L.L.C.$122,943.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 106/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:116, ETR/Ford, F-350 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$124,198.00 Build Options Northern Primary ETR, L.L.C.$123,448.00 Build Options Central Primary ETR, L.L.C.$123,448.00 Build Options Southern Primary ETR, L.L.C.$124,198.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 107/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:117, ETR/Ram, 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$126,525.00 Build Options Northern Primary ETR, L.L.C.$125,805.00 Build Options Central Primary ETR, L.L.C.$125,805.00 Build Options Southern Primary ETR, L.L.C.$126,525.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 108/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:118, ETR/Ram, 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$126,795.00 Build Options Northern Primary ETR, L.L.C.$126,075.00 Build Options Central Primary ETR, L.L.C.$126,075.00 Build Options Southern Primary ETR, L.L.C.$126,795.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 109/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:119, Ford, F-150 XL Regular Cab, F1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,261.00 $35,700.00 $35,742.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,041.00 $35,340.00 $35,581.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,141.00 $35,288.00 $35,668.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,241.00 $35,391.00 $35,777.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 110/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:120, Ford, F-250 XL Super Duty Regular Cab SRW, F2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,611.00 $42,169.00 $42,182.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $41,391.00 $41,807.00 $41,969.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $41,491.00 $41,963.00 $42,069.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,591.00 $42,169.00 $42,306.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 111/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:121, Ford, F-350 XL Super Duty Regular Cab DRW, F3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,917.00 $44,498.00 $44,532.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,697.00 $44,136.00 $44,298.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,797.00 $44,300.00 $44,398.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,897.00 $44,498.00 $44,663.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 112/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:122, Ford, Ranger 4x2, R4B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,338.00 $30,442.00 $30,501.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,118.00 $30,242.00 $30,382.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,218.00 $30,342.00 $30,442.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,318.00 $30,442.00 $30,603.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 113/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:123, Ford, F-150 XL Super Crew Cab, W1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,952.00 $38,461.00 $38,711.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $37,732.00 $38,202.00 $38,261.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,832.00 $38,361.00 $38,540.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,932.00 $38,461.00 $38,796.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 114/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:124, Ford, F-250 Super Duty XL Crew Cab, W2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,080.00 $45,650.00 $45,694.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,860.00 $45,288.00 $45,450.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,960.00 $45,456.00 $45,550.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,060.00 $45,650.00 $45,828.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 115/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:125, Ford, F-350 XL Super Duty Crew Cab DRW, W3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,649.00 $57,357.00 $57,503.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $56,429.00 $56,992.00 $57,157.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $56,529.00 $57,257.00 $58,928.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,629.00 $57,357.00 $57,672.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 116/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:126, Ford, Maverick 4x2, W8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,173.00 $26,256.00 $26,304.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $25,953.00 $26,104.00 $26,171.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,053.00 $26,199.00 $26,204.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,153.00 $26,302.00 $26,304.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 117/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:127, Ford, F-150 XL Super Cab, X1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,825.00 $37,322.00 $37,472.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,605.00 $37,122.00 $37,304.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,705.00 $37,222.00 $37,395.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,805.00 $37,322.00 $37,509.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 118/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:128, Ford, F-250 XL Super Duty Super Cab, X2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,917.00 $44,498.00 $44,555.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,697.00 $43,952.00 $44,298.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,797.00 $44,337.00 $44,398.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,897.00 $44,498.00 $44,703.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 119/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:129, Ford, F-350 XL Super Duty Super Cab DRW, X3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $56,021.00 $56,420.00 $57,968.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $55,656.00 $55,821.00 $57,607.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $55,921.00 $56,144.00 $57,555.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $56,021.00 $56,607.00 $57,659.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 120/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:130, GMC, Sierra 1500 Crew Cab 1 SA 4x2, TC10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,742.00 $41,331.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,542.00 $41,180.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,642.00 $41,079.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,742.00 $41,180.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 121/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:131, Nissan, Frontier S V6 4x2 CC A/T, 32115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$30,970.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$30,925.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$30,925.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$30,985.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 122/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:132, Nissan, Frontier SV SWB 4x2 CC A/T, 32315 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$32,662.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$32,612.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$32,612.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$32,597.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 123/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:133, Nissan, Frontier SV LWB 4x2 CC A/T, 33115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,172.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,132.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,112.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,197.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 124/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:134, Ram, 3500 Tradesman Regular Cab DRW, D23L62 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,196.00 $44,428.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $43,996.00 $44,428.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,096.00 $44,428.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,196.00 $44,428.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 125/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:135, Ram, 3500 Tradesman Crew Cab DRW, D23L92 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,326.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,996.00 $46,326.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,096.00 $46,326.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,326.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 126/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:136, Ram, 2500 Tradesman Regular Cab, DJ2L62 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,846.00 $41,170.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,646.00 $41,170.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,746.00 $41,170.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,846.00 $41,170.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 127/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:137, Ram, 2500 Tradesman Crew Cab, DJ2L92 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,894.00 $43,140.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,694.00 $43,140.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,794.00 $43,140.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,894.00 $43,140.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 128/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:138, Ram, 1500 Big Horn Quad Cab 4x2 6.4 Bed, DT1H41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,196.00 $40,932.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,996.00 $40,932.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,096.00 $40,932.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,196.00 $40,932.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 129/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:139, Ram, 1500 Big Horn Crew Cab 4x2 6.4 Bed, DT1H91 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,365.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,996.00 $46,365.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,096.00 $46,365.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,365.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 130/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:140, Ram, 1500 Big Horn Crew Cab 4x2 5.7 Bed, DT1H98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,826.00 $43,494.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,626.00 $43,494.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,726.00 $43,494.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,826.00 $43,494.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 131/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:141, Ram, 1500 Tradesman Quad Cab, DT1L41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,526.00 $39,368.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,326.00 $39,368.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,426.00 $39,368.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,526.00 $39,368.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 132/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:142, Ram, 1500 Tradesman Crew Cab, DT1L98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,594.00 $40,560.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,394.00 $40,560.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,494.00 $40,560.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,594.00 $40,560.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 133/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:143, Toyota, Tacoma SR Xtra cab 4X2, 7162 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $31,720.00 Build Options Northern Primary Seminole Toyota $31,720.00 Build Options Central Primary Seminole Toyota $31,720.00 Build Options Southern Primary Seminole Toyota $31,720.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 134/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:144, Toyota, Tacoma SR Double Cab 4x2, 7186 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $33,717.00 Build Options Northern Primary Seminole Toyota $33,717.00 Build Options Central Primary Seminole Toyota $33,717.00 Build Options Southern Primary Seminole Toyota $33,717.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 135/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:145, Toyota, Tundra CrewMax SR 4x2, 8248 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $41,138.00 Build Options Northern Primary Seminole Toyota $41,138.00 Build Options Central Primary Seminole Toyota $41,138.00 Build Options Southern Primary Seminole Toyota $41,138.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 136/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:146, Toyota, Tundra SR Double Cab, 8242 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $39,714.00 Build Options Northern Primary Seminole Toyota $39,714.00 Build Options Central Primary Seminole Toyota $39,714.00 Build Options Southern Primary Seminole Toyota $39,714.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 137/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:147, Toyota, Tundra SR5 CrewMax, 8261 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $46,530.00 Build Options Northern Primary Seminole Toyota $46,530.00 Build Options Central Primary Seminole Toyota $46,530.00 Build Options Southern Primary Seminole Toyota $46,530.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 138/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:148, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1LT 4x4, CK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $48,696.00 $48,835.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $48,496.00 $48,684.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $48,583.00 $48,596.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $48,684.00 $48,696.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 139/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:149, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT 4x4, CK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,356.00 $42,603.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,156.00 $42,451.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,256.00 $42,351.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,356.00 $42,451.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 140/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:150, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1LT 4x4, CK10743 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $49,110.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $48,959.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $48,859.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $48,959.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 141/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:151, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT 4x4, CK10743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,642.00 $42,884.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,442.00 $42,733.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,542.00 $42,632.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,642.00 $42,733.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 142/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:152, Chevrolet, Silverado 1500 Double Cab 1WT 4x4, CK10753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,166.00 $40,452.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,966.00 $40,301.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,066.00 $40,200.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,166.00 $40,301.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 143/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:153, Chevrolet, Silverado 1500 Regular Cab 1WT 4x4, CK10903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,196.00 $40,577.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,426.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,096.00 $40,325.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,196.00 $40,426.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 144/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:154, Chevrolet, Silverado 2500HD Crew Cab (Standard Bed 158.9) 1WT 4x4, CK20743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,182.00 $48,676.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,982.00 $48,525.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,082.00 $48,424.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,182.00 $48,525.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 145/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:155, Chevrolet, Silverado 2500HD Double Cab (Standard Bed 149.4) 1WT 4x4, CK20753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,813.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,996.00 $46,662.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,096.00 $46,561.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,662.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 146/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:156, Chevrolet, Silverado 2500HD Regular Cab 1WT 4x4, CK20903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,812.00 $46,352.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,612.00 $46,201.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,712.00 $46,100.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,812.00 $46,201.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 147/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:157, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT 4x4, CK20943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,366.00 $48,860.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,166.00 $48,709.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,266.00 $48,608.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,366.00 $48,709.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 148/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:158, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT 4x4, CK20953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,466.00 $46,997.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,266.00 $46,846.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,366.00 $46,746.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,466.00 $46,846.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 149/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:159, Chevrolet, Silverado 3500HD Regular Cab 1WT DRW 4x4, CK30903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,068.00 $48,567.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,868.00 $48,416.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,968.00 $48,315.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,068.00 $48,416.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 150/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:160, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW 4x4, CK30943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,629.00 $51,075.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,429.00 $50,924.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,529.00 $50,823.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,629.00 $50,924.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 151/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:161, Chevrolet, Silverado 3500HD Double Cab 1WT SRW 4x4, CK30953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,596.00 $48,105.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,396.00 $47,954.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,496.00 $47,853.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,596.00 $47,954.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 152/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:162, Ford, F-150 XL Regular Cab 4x4, F1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $39,720.00 $40,386.00 $40,436.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,500.00 $40,024.00 $40,244.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,600.00 $39,972.00 $40,344.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,700.00 $40,076.00 $40,444.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 153/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:163, Ford, F-250 XL Super Duty Regular Cab 4x4, F2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,149.00 $44,732.00 $44,768.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,929.00 $44,370.00 $44,532.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,029.00 $44,535.00 $44,632.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,129.00 $44,732.00 $44,900.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 154/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:164, Ford, F-350 XL Super Duty Regular Cab DRW 4x4, F3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $46,463.00 $46,729.00 $47,069.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,243.00 $46,707.00 $46,869.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $46,343.00 $46,969.00 $47,256.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,443.00 $47,069.00 $47,264.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 155/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:165, Ford, Ranger 4x4, R4P Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,710.00 $33,863.00 $33,970.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,490.00 $33,663.00 $33,837.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,590.00 $33,763.00 $33,904.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,690.00 $33,863.00 $34,083.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 156/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:166, Ford, F-150 Super Crew Hybrid, W1F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,639.00 $46,224.00 $46,495.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,419.00 $46,024.00 $46,286.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,519.00 $46,124.00 $46,400.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,619.00 $46,224.00 $46,541.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 157/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:167, Ford, F-150 XL Crew Cab 4x4, W1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,504.00 $42,048.00 $42,262.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,284.00 $41,848.00 $41,995.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,384.00 $41,948.00 $42,146.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,484.00 $42,048.00 $42,303.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 158/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:168, Ford, F-250 XL Super Duty Crew Cab 4x4, W2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,603.00 $48,221.00 $48,240.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $47,383.00 $47,816.00 $48,021.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $47,483.00 $47,989.00 $48,121.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,583.00 $48,221.00 $48,287.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 159/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:169, Ford, F-350 XL Super Duty Crew Cab DRW 4x4, W3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $50,095.00 $50,738.00 $50,826.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $49,875.00 $50,374.00 $50,538.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $49,975.00 $50,561.00 $50,638.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $50,075.00 $50,738.00 $50,975.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 160/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:170, Ford, F-150 XLT Crew Cab 4x4, W3L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,038.00 $44,849.00 $44,879.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,818.00 $44,649.00 $44,721.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,918.00 $44,749.00 $44,787.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,018.00 $44,849.00 $44,923.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 161/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:171, Ford, Maverick 4x4, W8B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,579.00 $26,667.00 $28,717.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,359.00 $26,581.00 $28,356.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,459.00 $26,610.00 $28,307.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,559.00 $26,714.00 $28,409.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 162/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:172, Ford, F-150 XL Super Cab 4x4, X1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,300.00 $40,832.00 $41,030.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,080.00 $40,632.00 $40,845.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,180.00 $40,732.00 $40,945.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,280.00 $40,832.00 $41,070.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 163/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:173, Ford, F-250 XL Super Duty Super Cab 4x4, X2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,463.00 $46,883.00 $47,069.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,243.00 $46,869.00 $47,471.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,343.00 $46,641.00 $46,969.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,443.00 $46,929.00 $47,069.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 164/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:174, Ford, F-350 XL Super Duty Super Cab DRW 4x4, X3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,387.00 $49,464.00 $50,656.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $49,024.00 $49,187.00 $50,299.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $49,206.00 $49,287.00 $50,248.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,387.00 $49,609.00 $50,350.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 165/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:175, Ford, F-150 XLT Super Cab 4x4, X3L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,903.00 $43,695.00 $43,827.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,683.00 $43,541.00 $43,627.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,783.00 $43,605.00 $43,727.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,883.00 $43,737.00 $43,827.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 166/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:176, GMC, Sierra 1500 Crew Cab 1 SA 4x4, TK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,196.00 $43,318.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,996.00 $43,167.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $43,066.00 $43,096.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $43,167.00 $43,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 167/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:177, GMC, Sierra 2500HD Crew Cab (Standard Bed 158.9) 1SA 4x4, TK20743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $49,279.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,826.00 $49,128.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,926.00 $49,028.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $49,128.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 168/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:178, Jeep, Gladiator Sport 4x4, JTJL98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,848.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,648.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,748.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,848.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 169/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:179, Nissan, Frontier S V6 4x4 CC A/T, 32015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,827.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,773.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,773.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,817.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 170/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:180, Nissan, Frontier SV SWB 4x4 CC A/T, 32215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$35,820.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$35,764.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$35,752.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$35,812.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 171/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:181, Nissan, Frontier SV LWB 4x4 CC A/T, 33215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$36,220.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$36,264.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$36,252.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$36,221.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 172/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:182, Ram, 3500 Tradesman Regular Cab DRW 4x4, D28L62 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$46,913.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$46,713.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$46,813.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$46,913.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 173/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:183, Ram, 3500 Tradesman Crew Cab DRW 4x4, D28L92 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$48,986.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$48,786.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$48,886.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$48,986.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 174/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:184, Ram, 2500 Tradesman Regular Cab 4x4, DJ7L62 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$43,621.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$43,421.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$43,521.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$43,621.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 175/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:185, Ram, 2500 Tradesman Crew Cab 4x4, DJ7L92 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$45,672.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$45,472.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$45,572.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$45,672.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 176/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:186, Ram, 1500 Big Horn Quad Cab 4x4 6.4 Bed, DT6H41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,807.00 $44,451.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,607.00 $44,451.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,707.00 $44,451.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,807.00 $44,451.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 177/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:187, Ram, 1500 Big Horn Crew Cab 4x4 6.4 Bed, DT6H91 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,196.00 $49,944.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $47,996.00 $49,944.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,096.00 $49,944.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,196.00 $49,944.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 178/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:188, Ram, 1500 Big Horn Crew Cab 4x4 5.7 Bed, DT6H98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,455.00 $47,066.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,255.00 $47,066.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,355.00 $47,066.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,455.00 $47,066.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 179/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:189, Toyota, Tacoma SR Xtra cab 4x4, 7514 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $34,750.00 Build Options Northern Primary Seminole Toyota $34,750.00 Build Options Central Primary Seminole Toyota $34,750.00 Build Options Southern Primary Seminole Toyota $34,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 180/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:190, Toyota, Tacoma SR Double Cab 4x4, 7594 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $36,805.00 Build Options Northern Primary Seminole Toyota $36,805.00 Build Options Central Primary Seminole Toyota $36,805.00 Build Options Southern Primary Seminole Toyota $36,805.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 181/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:191, Toyota, Tundra CrewMax SR 4x4, 8348 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $43,929.00 Build Options Northern Primary Seminole Toyota $43,929.00 Build Options Central Primary Seminole Toyota $43,929.00 Build Options Southern Primary Seminole Toyota $43,929.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 182/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:192, Toyota, Tundra SR Double Cab 4x4, 8342 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $42,668.00 Build Options Northern Primary Seminole Toyota $42,668.00 Build Options Central Primary Seminole Toyota $42,668.00 Build Options Southern Primary Seminole Toyota $42,668.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 183/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:193, Toyota, Tundra SR5 CrewMax 4x4, 8361 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $49,207.00 Build Options Northern Primary Seminole Toyota $49,207.00 Build Options Central Primary Seminole Toyota $49,207.00 Build Options Southern Primary Seminole Toyota $49,207.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 184/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:198, Chevrolet, Blazer EV PPV, 1MF26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,963.00 $56,495.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,763.00 $56,344.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,863.00 $56,243.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,963.00 $56,344.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 185/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:199, Chevrolet, Tahoe 4x2 PPV, CC10706/9C1 Zone Rank Price Build File Options File Western Primary $50,976.00 Build Options Northern Primary $50,776.00 Build Options Central Primary $50,876.00 Build Options Southern Primary Vendor Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. $50,976.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 186/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:200, Chevrolet, Silverado 4x4 PPV, CK10543/9C1 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,696.00 $51,478.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,496.00 $51,327.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,596.00 $51,226.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,696.00 $51,327.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 187/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:201, Chevrolet, Tahoe 4x4 PPV, CK10706/9C1 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,986.00 $55,376.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,786.00 $55,225.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,886.00 $55,124.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,986.00 $55,225.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 188/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:202, Dodge, Durango Pursuit V6 AWD, WDEE75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,196.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $41,996.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,096.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 189/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:203, Dodge, Durango Pursuit V8 AWD, WDEE75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $45,086.00 $45,122.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,922.00 $45,086.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,022.00 $45,086.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $45,086.00 $45,122.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 190/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:204, Ford, Interceptor Utility AWD 3.0L EcoBoost, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,923.00 $47,040.00 $47,259.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,723.00 $46,820.00 $47,110.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,823.00 $46,920.00 $47,161.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,923.00 $47,020.00 $47,296.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 191/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:205, Ford, Interceptor Utility AWD 3.3L Gas, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,959.00 $44,069.00 $44,320.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,759.00 $43,849.00 $43,981.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,859.00 $43,949.00 $44,133.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,959.00 $44,049.00 $44,337.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 192/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:206, Ford, Interceptor Utility AWD Hybrid 3.3L, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,072.00 $46,186.00 $46,395.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $45,872.00 $45,966.00 $46,249.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $45,972.00 $46,066.00 $46,299.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,072.00 $46,166.00 $46,431.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 193/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:207, Ford, Police Responder F-150 Crew Cab 4x4, W1P Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate BOZARD FORD Garber Ford Inc Duval Ford LLC $46,215.00 $46,391.00 $46,399.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,011.00 $46,179.00 $46,191.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,079.00 $46,279.00 $46,291.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,301.00 $46,379.00 $46,391.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 194/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:209, Chevrolet, Silverado 1500 Special Service Vehicle 4x4, CK10543/5W4 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,863.00 $47,470.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,663.00 $47,319.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,763.00 $47,218.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,863.00 $47,319.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 195/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:210, Chevrolet, Tahoe 4x4 SSV, CK10706/5W4 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,336.00 $54,735.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,136.00 $54,584.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,236.00 $54,483.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,336.00 $54,584.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 196/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:211, Ford, Expedition SSV, U1G.102A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $50,113.00 $50,795.00 $52,284.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $49,893.00 $50,595.00 $51,925.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $49,993.00 $50,695.00 $51,874.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $50,093.00 $50,795.00 $52,052.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 197/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:212, Chevrolet, Traverse LS FWD, 1LE56 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$37,796.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$37,596.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$37,696.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$37,796.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 198/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:213, Chevrolet, Blazer FWD, 1NK26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,646.00 $34,816.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,446.00 $34,665.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,546.00 $34,564.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,646.00 $34,665.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 199/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:214, Chevrolet, Trailblazer FWD, 1TR56 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $23,096.00 $24,202.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $22,896.00 $24,051.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $22,996.00 $23,950.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $23,096.00 $24,051.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 200/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:215, Chevrolet, Trax FWD, 1TR58 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,128.00 $22,165.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $20,928.00 $22,014.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,028.00 $21,913.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,128.00 $22,014.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 201/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:216, Chevrolet, Equinox AWD, 1PT26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,196.00 $31,410.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $29,996.00 $31,259.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,096.00 $31,158.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,196.00 $31,259.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 202/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:217, Chevrolet, Equinox FWD, 1PT26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,357.00 $29,548.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,157.00 $29,397.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,257.00 $29,296.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,357.00 $29,397.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 203/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:218, Chevrolet, Tahoe 4x2 1FL, CC10706 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$55,822.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$55,622.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$55,722.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$55,822.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 204/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:219, Chevrolet, Suburban 4x2 1FL, CC10906 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$58,149.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$57,949.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$58,049.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$58,149.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 205/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:220, Ford, Expedition MAX Active 4x2, K1H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,659.00 $57,156.00 $57,428.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,439.00 $56,956.00 $57,147.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,539.00 $57,056.00 $57,215.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,639.00 $57,156.00 $57,473.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 206/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:221, Ford, Explorer Active RWD, K7D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,447.00 $36,604.00 $37,737.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,227.00 $36,522.00 $37,418.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,327.00 $36,561.00 $37,366.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,427.00 $36,629.00 $37,469.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 207/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:222, Ford, Escape ST-Line Hybrid FWD, U0M/99Z Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,802.00 $30,882.00 $31,566.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,582.00 $30,830.00 $31,366.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,682.00 $30,845.00 $31,466.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,782.00 $30,903.00 $31,566.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 208/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:223, Ford, Expedition Active 4x2, U1H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,881.00 $54,604.00 $54,848.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,661.00 $54,337.00 $54,648.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,761.00 $54,401.00 $54,748.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,861.00 $54,646.00 $54,848.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 209/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:224, GMC, Terrain SLE FWD, TXL26 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$26,934.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$26,734.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$26,834.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$26,934.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 210/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:225, Jeep, Grand Cherokee Laredo 4x2 2-Row, WLTH74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 211/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:226, Jeep, Wagoneer 4x2 Series I, WSTM75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,196.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $61,996.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,096.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 212/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:227, Kia, Sportage, 42222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $29,300.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $29,750.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $29,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $30,995.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 213/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:228, Kia, Kia Sorento, 73222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $33,750.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $33,950.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $33,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $34,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 214/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:229, Kia, Tellluride, J42222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $40,250.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $40,500.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $40,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $40,995.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 215/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:230, Nissan, Armada SV 4x2, 26115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$52,390.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$52,362.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$52,312.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$52,390.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 216/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:231, Toyota, Corolla Cross L FWD, 6301 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $24,927.00 Build Options Northern Primary Seminole Toyota $24,927.00 Build Options Central Primary Seminole Toyota $24,927.00 Build Options Southern Primary Seminole Toyota $24,927.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 217/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:232, Toyota, Grand Highlander LE FWD, 6700 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $42,438.00 Build Options Northern Primary Seminole Toyota $42,438.00 Build Options Central Primary Seminole Toyota $42,438.00 Build Options Southern Primary Seminole Toyota $42,438.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 218/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:233, Toyota, Highlander LE FWD, 6946 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $37,811.00 Build Options Northern Primary Seminole Toyota $37,811.00 Build Options Central Primary Seminole Toyota $37,811.00 Build Options Southern Primary Seminole Toyota $37,811.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 219/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:234, Toyota, Rav4 LE, 4430 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $28,989.00 Build Options Northern Primary Seminole Toyota $28,989.00 Build Options Central Primary Seminole Toyota $28,989.00 Build Options Southern Primary Seminole Toyota $28,989.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 220/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:235, Nissan, Rogue S FWD, 22115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$26,021.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$25,936.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$25,936.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$25,992.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 221/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:236, Nissan, Path nder S FWD, 25115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$31,820.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$31,771.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$31,771.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$31,804.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 222/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:237, Chevrolet, Blazer AWD, 1NR26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,196.00 $37,329.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $35,996.00 $37,178.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,096.00 $37,077.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,196.00 $37,178.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 223/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:238, Chevrolet, Traverse LS AWD, 1NV56 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$39,696.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$39,496.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$39,596.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$39,696.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 224/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:239, Chevrolet, Trailblazer AWD LS, 1TV56 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,942.00 $26,084.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,742.00 $25,933.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,842.00 $25,832.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,942.00 $25,933.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 225/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:240, Chevrolet, Tahoe 4x4 1FL 21, CK10706 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,665.00 $58,393.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,465.00 $58,242.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,565.00 $58,141.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,665.00 $58,242.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 226/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:241, Chevrolet, Suburban 4x4 1FL, CK10906 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$60,959.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$60,759.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$60,859.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$60,959.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 227/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:242, Ford, Expedition MAX SSV 4x4, K1G.102A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,766.00 $53,092.00 $55,013.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,546.00 $52,892.00 $54,654.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,646.00 $52,992.00 $54,603.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,746.00 $53,092.00 $54,705.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 228/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:243, Ford, Explorer Active AWD, K8D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,299.00 $38,481.00 $38,577.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $38,079.00 $38,377.00 $38,394.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,179.00 $38,436.00 $38,477.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,279.00 $38,507.00 $38,577.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 229/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:244, Ford, Bronco Sport, R9B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $28,009.00 $28,127.00 $28,164.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $27,789.00 $27,964.00 $28,105.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $27,889.00 $28,064.00 $28,119.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $27,989.00 $28,152.00 $28,164.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 230/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:245, Ford, Expedition Active 4x4, U1J Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,637.00 $57,156.00 $57,428.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,417.00 $56,956.00 $57,147.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,517.00 $57,056.00 $57,215.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,617.00 $57,156.00 $57,473.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 231/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:246, Ford, Escape ST-Line Select Hybrid AWD, U9N/99Z Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,376.00 $32,477.00 $32,989.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,156.00 $32,423.00 $32,789.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,256.00 $32,439.00 $32,889.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,356.00 $32,499.00 $32,989.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 232/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:248, Jeep, Wrangler Sport 2 Door 4x4 A/T, JLJL72 (24S) Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,194.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $40,994.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,094.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,194.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 233/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:250, Jeep, Wrangler Unlimited Sport 4 Door 4x4 A/T, JLJL74 (24S) Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,121.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $44,921.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,021.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,121.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 234/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:251, Jeep, Grand Cherokee Laredo 4x4 3 Row, WLJH74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 235/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:252, Jeep, Wagoneer 4x4 Series I, WSJM75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,182.00 Build Build Options Options Northern Primary Garber Chrysler Dodge Truck, Inc.$64,982.00 Build Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,082.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,182.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 236/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:253, Nissan, Rogue S AWD, 22015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$27,422.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$27,371.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$27,371.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$27,420.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 237/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:254, Nissan, Path nder S 4x4, 25015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,560.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,511.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,511.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,544.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 238/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:255, Nissan, Armada SV 4x4, 26215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$55,050.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$55,010.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$54,990.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$55,145.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 239/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:256, Toyota, Corolla Cross S hybrid AWD, 6312 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $29,058.00 Build Options Northern Primary Seminole Toyota $29,058.00 Build Options Central Primary Seminole Toyota $29,058.00 Build Options Southern Primary Seminole Toyota $29,058.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 240/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:257, Toyota, Grand Highlander LE AWD, 6706 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $43,928.00 Build Options Northern Primary Seminole Toyota $43,928.00 Build Options Central Primary Seminole Toyota $43,928.00 Build Options Southern Primary Seminole Toyota $43,928.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 241/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:258, Toyota, Grand Highlander LE hybrid AWD, 6720 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $45,618.00 Build Options Northern Primary Seminole Toyota $45,618.00 Build Options Central Primary Seminole Toyota $45,618.00 Build Options Southern Primary Seminole Toyota $45,618.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 242/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:259, Toyota, Rav4 LE AWD, 4432 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $30,339.00 Build Options Northern Primary Seminole Toyota $30,339.00 Build Options Central Primary Seminole Toyota $30,339.00 Build Options Southern Primary Seminole Toyota $30,339.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 243/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:260, Toyota, Rav4 LE Hybrid AWD, 4435 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $31,939.00 Build Options Northern Primary Seminole Toyota $31,939.00 Build Options Central Primary Seminole Toyota $31,939.00 Build Options Southern Primary Seminole Toyota $31,939.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 244/245 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:261, Toyota, Sequoia SR5 4x4 Hybrid, 7947 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $60,883.00 Build Options Northern Primary Seminole Toyota $60,883.00 Build Options Central Primary Seminole Toyota $60,883.00 Build Options Southern Primary Seminole Toyota $60,883.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 245/245 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles How to Order A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Awarded Vendor Contract Signature Pages FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 357631E7-C235-4554-911F-40A9D5927A2B crodgers@palmettofordtrucks.com 7245 NW 36th Street, Miami, FL. 33166 Charlie Rodgers 9/19/2024 Bachrodt, FT, LLC dba Palmetto Ford of Miami FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 9F7B8211-3003-4D11-A5B7-156C4A9D7F87 9/18/2024 11500 E Colonial Dr, Orlando, FL 32817 Edgar Massoni emassoni@carlblack.com CARL BLACK OF ORLANDO, LLC FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: FF726FC8-A599-4986-956D-78025E843C91 1616 cassat ave jacksonville fl 32210 9/19/2024 Richard Tackett Duval Ford llc RICHARD.TACKETT@DUVALFORD.COM FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 8E97A5C9-70D4-4620-8898-8D3E24821076 9/23/2024 ETR, L.L.C. 700 South French Ave., Sanford Fl 32771 Jerry Michaluk JERRY@ETRLLC.ORG FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 94B20809-0749-4E7A-A9EF-EB77A26DDC8B Robert Frick 9/23/2024 Florida Transportation Systems 6041 Orient Road Tampa, FL 33610 rfrick@fts4buses.com FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: E350C9D6-C83F-46C6-87C4-DE290FA6481A 3340 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 Garber Chevrolet Buick GMC, Inc. 9/17/2024 Daniel Drake ddrake@garberautomall.com FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: D87570C4-8E31-4C89-A24B-6DF7C522A03C 9/17/2024 3408 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 Garber Chrysler Dodge Truck, Inc. rdavis@garberautomall.com Ryan Davis FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: DF5823C2-4B43-4BEF-BD76-D8DC49F37B4F Garber Ford, Inc. TBRANDT@GARBERAUTOMALL.COM Todd Brandt 3380 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 9/17/2024 FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: C21E7697-0AA6-4C8B-8BA6-BB46B494E8C6 Dee Daniels DDaniels@mathenyfire.com 725 SW 46th Ave, Ocala, FL 34474 9/17/2024 Matheny Fire & Emergency FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 70FB2C82-B62E-4101-ABE2-05988B3EF173 9/18/2024 Recon Power Bikes Chris Warren 327 Ley Road, Fort Wayne, IN 46825 chris@reconpowerbikes.com FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: D03405F0-87AF-4926-BE7B-BBF413C32A13 1360 W KING STEET COCOA FL 32922 SAG COCOA LLC DBA COCOA FORD Alex Kadish 9/17/2024 AKADISH@SUTTONAUTOTEAM.COM FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 8A485132-0701-4B0E-8374-187ECF729792 Seminole Toyota 9/20/2024 Sam Bunte 1160 Rinehart Rd Sanford, FL 32771 sbunte@vtaig.com FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: ACC656BE-F359-47CB-A6CE-F3FC5DEA5240 Eric Jore 9/23/2024 KIA Ft Walton Beach ejore@aol.com 343 Miracle Strip Parkway Ft Walton Beach Fl 32548 FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 39C99646-E9B6-495E-9007-36A4D64D95C0 Tampa Truck Center LLC 9/20/2024 Scott Endris sendris@southporttruck.com 7528 US HWY 301 N Tampa, FL 33637 FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 224270ED-5A41-474F-979A-C260BD8BF75B Terry Taylor's DeLand Nissan Howard Williams howardwilliams@cfl.rr.com 2600 South Woodland Blvd DeLand Florida 32720 9/18/2024 FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: B314A8F6-FDB4-4F22-BA3A-E3230A0F5DA7 9/23/2024 mdunmire@tesla.com McLean Dunmire Tesla, Inc 1 Tesla Road Austin, TX 78725 FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 00F29956-C779-4747-9540-1764794C01D0 Treaty Oak Outdoors LLC Jared Davis 9/19/2024 2677 Fairway Farms Ct Jacksonville, FL 32223 JARED.DAVIS@TREATYOAKCYCLE.COM FSA Contract Number Bidder Company Name 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 Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 88D8DAF1-AF79-4639-B37D-B780515B5BC4 1280 SE Bowens Mill Rd Douglas, GA 31533 martys@woodyfolsom.com Marty Stafford Woody Folsom of DOuglas, Inc. 9/18/2024 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Base Specifications FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Bid Item Groups All bid items shall be built to manufacturer base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. If not already included in manufacturer standard equipment and base specifications, all vehicles shall include manufacturer standard automatic transmission and power locks and windows. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. •Administrative Sedans •Cab and Chassis Trucks: 1 Ton (DRW) 4x2 •Cab and Chassis Trucks: 1 Ton (DRW) 4x4 •Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 •Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 •Cargo & Passenger Vans Medium/High Roof •Cargo & Passenger Vans Standard/Low Roof •Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans •Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles •Electric Bikes & Transporters: All-Terrain •Electric Bikes & Transporters: Cargo •Electric Bikes & Transporters: Commuter •Electric Bikes & Transporters: Patrol •Electric Bikes & Transporters: Transporters •Pickup Trucks – 4x2 •Pickup Trucks – 4x4 •Pursuit Rated Vehicles* •Pursuit Rated Motorcycles •Special Service Vehicles* •Utility & Hybrid Utility Vehicles – 4x2 •Utility & Hybrid Utility Vehicles – 4x4 and AWD *Indicates additional FSA base specification requirements FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Pursuit Rated Vehicles 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 Item Group Description •Standard two (2) keys and/or fobs with one (1) additional key/fob •Heavy duty rubber floor covering instead of carpet •Manufacturer’s standard production seats with power adjustable driver’s seat •Vinyl rear seat •Driver-side LED spotlight FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Special Service Vehicles 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 Item Group Description •Standard two (2) keys and/or fobs with one (1) additional key/fob •Heavy duty rubber floor covering instead of carpet •Manufacturer’s standard production seats with power adjustable driver’s seat 2.03 Contract: FSA22- VEL30.0 – Pursuit, Administrative and Other Vehicles Contract: FSA22- FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Terms and 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 ............................................... 10 1.22 COMMUNICATIONS ................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA ................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER ......................................................................... 11 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 ............................................................................................................ 24 2.09 MANDATORY PRE-BID MEETING ............................................................................... 24 2.10 PRICES QUOTED......................................................................................................... 24 2.11 COST-PLUS-PERCENT PRICING ................................................................................... 25 2.12 OPTION PRICING ........................................................................................................ 25 2.13 EMERGENCY LIGHTS AND SIRENS .............................................................................. 26 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.14 BID SUBMISSION ....................................................................................................... 27 2.15 ZONE BIDDING ........................................................................................................... 28 2.16 EXECUTION OF BID .................................................................................................... 28 2.17 MODIFICATION OR WITHDRAWALS OF BIDS ............................................................. 28 2.18 LATE BIDS .................................................................................................................. 28 2.19 BID OPENING ............................................................................................................. 28 2.20 DETERMINATION OF RESPONSIVENESS ..................................................................... 29 2.21 RESPONSIBLE BIDDER CRITERIA ................................................................................. 29 2.22 BASIS FOR AWARD .................................................................................................... 29 2.23 BID TABULATIONS ..................................................................................................... 30 2.24 MINOR IRREGULARITIES/RIGHT TO REJECT ............................................................... 30 2.25 CONE OF SILENCE ...................................................................................................... 30 3.0 CONTRACT CONDITIONS ....................................................................................................... 31 3.01 GENERAL REQUIREMENTS ......................................................................................... 31 3.02 STATEMENT OF AUTHORITY ...................................................................................... 31 3.03 VENDOR CONTACT INFORMATION ............................................................................ 31 3.04 ADDITIONS OR DELETIONS ........................................................................................ 31 3.05 CONTRACT EXTENSION .............................................................................................. 31 3.06 PRICE ADJUSTMENT .................................................................................................. 32 3.07 CONDITIONS .............................................................................................................. 32 3.08 PRODUCTION CUTOFF ............................................................................................... 33 3.09 FACILITIES .................................................................................................................. 33 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES............................................................. 33 3.11 SPECIAL SERVICE VEHICLES ........................................................................................ 33 3.12 CAB AND CHASSIS PURCHASES .................................................................................. 33 3.13 FACTORY-INSTALLED OPTIONS .................................................................................. 33 3.14 VENDOR-INSTALLED OPTIONS ................................................................................... 34 3.15 NON-SCHEDULED OPTIONS ....................................................................................... 34 3.16 FORCE MAJEURE ........................................................................................................ 34 3.17 PURCHASE ORDERS ................................................................................................... 34 3.18 REGISTRATION, TAG, AND TITLE ................................................................................ 35 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.19 DELIVERY ................................................................................................................... 35 3.20 INSPECTION AND ACCEPTANCE ................................................................................. 36 3.21 INVOICING AND PAYMENTS ...................................................................................... 37 3.22 WARRANTY ................................................................................................................ 37 3.23 QUARTERLY REPORTS ................................................................................................ 37 3.24 ADMINISTRATIVE FEE ................................................................................................ 37 3.25 LIQUIDATED DAMAGES ............................................................................................. 38 Appendix A: Zone Map ............................................................................................................ 40 Appendix B. Bid Calendar ........................................................................................................ 41 Appendix C: ACH Payments ..................................................................................................... 42 Appendix D: Federal Clauses ................................................................................................... 43 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 manufacturers’ 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 FSA24-VEL32.0 Pursuit, Administrative and Other Vehicles 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, 2024, 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. 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 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 6 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. Bidder: A business 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. 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. Build Sheet: A document from the Bidder that confirms that the item submitted meets or exceeds the FSA Base Specifications. 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. D. 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. E. 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. F. Factory: Refers to the manufacturer produced products. G. 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 7 H. 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). I. FSA Base Specifications: 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. 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 FSA Base 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): 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 FSA 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: An official 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. Qualifications Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. 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 Qualifications Packet during the Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 8 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 FSA 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 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. 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 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 9 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: • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 10 • 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 Qualifications 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 FSA Base Specifications 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. 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): Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 11 • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to FSA Base Specifications, if issued • FSA Base 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 FSA Base 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. 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 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 12 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, in order: • 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, assignees, 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, assignees, 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 in 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 3.25, 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 ten (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 thirty (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 Qualifications Packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.09, Mandatory Pre-Bid Meeting. Qualifications 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 Sunbiz 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 • W-9 Form The Qualifications 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; Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 21 • 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, 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 22 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. 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 thirty (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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 23 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 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 Base Specifications. The FSA Base 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 Base Specifications. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA Base 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 FSA Base Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the FSA 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 FSA Base 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 FSA 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 24 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, descriptive, technical literature should demonstrate that the equivalent conforms with FSA Base Specifications. 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 FSA Base 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 FSA Base 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 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 for the next model year, 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 the next model year, when the manufacturer changes price during the contract 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, assembling, gas, and delivery to zone. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 25 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 published pricing for awarded items. As windows open for the next model year, 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. 2.11 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 for the next model year, 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 a Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, the Vendor must provide documentation substantiating the Item Cost, as defined in Section 2.10. 2.12 OPTION PRICING 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 FSA Base Specifications. 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 FSA Base Specifications 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 26 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 package options are permitted under this contract. Factory package options included in the bid submission must detail 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. 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 Base Specifications, 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 2.13 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.13 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 light and siren option pricing template is offered in the Bid System. Bidders are encouraged, but Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 27 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) • Estimated labor hours • Labor cost per hour 2.14 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 Sections 2.10, 2.11, 2.12, 2.13, 2.14, and 2.15. Each Bidder must submit a Qualifications Packet 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: o Bid Price for each item bid by zone, as defined in Section 2.10 o Percent for each item bid by zone, as defined in Section 2.11 • 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 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 28 • 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. 2.15 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. 2.16 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. 2.17 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. 2.18 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. 2.19 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 29 2.20 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 2.24, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.21 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. 2.22 BASIS FOR AWARD 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. 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 30 Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.23 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. 2.24 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. 2.25 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 contact identified in Section 1.01 of this Invitation to Bid. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 31 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 32 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available, the Terms & Conditions provide the following methods of 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 33 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 34 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, the 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; • 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 ten (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 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 35 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. 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 their 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 Base Specifications, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 36 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 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 Base Specifications. 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 FSA Base Specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 37 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 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within thirty (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, 2024 – September 30, 2025 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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 38 After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than fifteen (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. 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 fifteen (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 forty-five (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. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 39 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. 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 40 Appendix A: Zone Map Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 41 Appendix B. Bid Calendar FSA24-VEL32.0 Bid Calendar Date Bid Announcement 4/1/2024 Voluntary Interested Bidder Workshop FSA24-VEL32.0 6/12/2024 New Items & Specifications Submissions Due 6/20/2024 Mandatory Pre-Bid FSA24-VEL32.0 7/10/2024 Requests for Clarifications Due to FSA 7/17/2024 FSA Response to Requests for Clarifications 7/24/2024 VendorLink Bidder Training Session 7/18/2024 Bid System Opens 7/29/2024 Cone of Silence 7/29/2024 - 9/3/2024 Bid Submissions Due 8/31/2024 (11:59:59 pm) Bid Tabulations Posted 9/3/2024 Public Bid Opening 9/3/2024 Bid Evaluations 9/9/24 - 9/13/24 Intent To Award 9/16/2024 Final Award 10/1/2024 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix C: ACH Payments Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 43 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 44 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 45 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 46 (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. FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION FSA23-VEH21.1 Heavy Trucks & Buses Extension Packet Contract Extension Amendment Contract FSA23-VEH21.0: Heavy Trucks and Busses Extension Term: October 1, 2024, through September 30, 2025 The Terms and Conditions of this Contract allow for modification via contract addenda as provided for in Section 1.23. The effective dates of the original contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. The Florida Sheriffs Association (FSA) shall extend this contract for an additional one (1) year term from October 1, 2024, through September 30, 2025. The Terms and Conditions remain in effect for the contract extension term. Items and pricing may be updated in accordance with Sections 3.05 and 3.06 of the Terms and Conditions. FSA is amending the original contract to reflect the following modifications: •Modify the contract number to FSA23-VEH21.1, which reflects the extension; and •Amend Section 1.03 to recognize the term of the contract extension. Section 1.03 is amended to include the following language: 1.03 TERM OF CONTRACT The FSA elected to renew the contract and extend the term of the contract for another twelve (12) months. The contract extension term will begin October 1, 2024, and end September 30, 2025. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Hugh Oliver Florida Sheriffs Association Director- Cooperative Purchasing Program Notice of Final Award FSA23-VEH21.0: Heavy Trucks & Buses Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-VEH21.0: Heavy Trucks & Buses Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks and buses contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year’s bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. 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 81 pre-bid attendees or waivers. Of these respondents, 30 submitted bids and 29 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. FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Name of Authorized Agent (Please Print): Michael Crawford Awarded Vendor Company Name: All Roads Kenworth, LLC Signature: _______________________________ Date: 05/14/2024 FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Name of Authorized Agent (Please Print): ________________________________ Awarded Vendor Company Name: DUVAL FORD Signature: _______________________________ Date: 4/10/24 FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Signature: Name of Authorized Agent (Please Print): Ed Costello Awarded Vendor Company Name: Kenworth of Jacksonville _______________________________ Date: 4/12/24 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION FSA23-VEH21.1 Addition of Repair and Replacement Parts 1 Contract Amendment FSA23-VEH21.1: Heavy Trucks and Buses Addition of Repair and Replacement Parts The Terms and Conditions of this Contract allow for modification via contract amendment as provided for in Section 1.23. Per Contract Terms and Conditions, Section 3.04, the FSA CPP reserves the right to add or delete any items from the contract when deemed to be in the best interest of FSA and purchasers, at its discretion. FSA is amending the original contract to add a new section to Section 3.0 – General Conditions: 3.26 – REPAIR AND REPLACEMENT PARTS FSA authorizes awarded vendors to sell repair and replacement parts. Parts and components pricing must include the administrative fee. If a vendor wishes to offer parts under this contract, the vendor must provide a price list to FSA and offer a discount below MSRP or list price for parts and components. Vendors may provide pricing by submitting a parts pricing sheet to cpp@flsheriffs.org. Vendors are encouraged, but not required to use the template. Items listed below are required for the submission of the pricing sheet: • Description • MSRP or List Price discount percentage • Exceptions to discount provided • Quantity discounts For questions regarding this contract amendment, please email cpp@flsheriffs.org For questions regarding this contract amendment,please email Hugh Oliver at ~ ~Yes,we wish to offer parts.PLease see our completed pricing sheet. L No,we do not wish to offer parts. Name of Authorized Agent (Please Print): ~rr~Wi?Ii~iMS ____________ Awarded Vendor Company Name: o~b ~_____________ Signature:c~-~ Date: 2~~lLo/2~~S 2 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION FSA23-VEH21.1 Bid Awards Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 19 to 20 Passenger Capacity Range, Van-Type Cutaway Chassis Item:1, Endera, B-Series, B-Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Florida Transportation Systems, Inc. Model 1 Commercial Vehicles, Inc. $306,847.00 $322,025.00 Build Build Options Options Northern Primary Alternate Florida Transportation Systems, Inc. Model 1 Commercial Vehicles, Inc. $306,847.00 $322,025.00 Build Build Options Options Central Primary Alternate Florida Transportation Systems, Inc. Model 1 Commercial Vehicles, Inc. $306,847.00 $322,025.00 Build Build Options Options Southern Primary Alternate Florida Transportation Systems, Inc. Model 1 Commercial Vehicles, Inc. $306,847.00 $322,025.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 19 to 20 Passenger Capacity Range, Van-Type Cutaway Chassis Item:5, Phoenix Motorcars, Z600 Type A School Bus, Z600 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Northern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Central Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Southern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Item:2, Bluebird, Vision Electric, Vision Electric Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$413,756.00 Build Options Northern Primary Florida Transportation Systems, Inc.$413,756.00 Build Options Central Primary Florida Transportation Systems, Inc.$413,756.00 Build Options Southern Primary Florida Transportation Systems, Inc.$413,756.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Item:3, Bluebird, All-American Electric, T3RE Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$431,490.00 Build Options Northern Primary Florida Transportation Systems, Inc.$431,490.00 Build Options Central Primary Florida Transportation Systems, Inc.$431,490.00 Build Options Southern Primary Florida Transportation Systems, Inc.$431,490.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 44 To 80 Passenger Capacity Range, Commercial-Type Chassis Item:6, BYD, The Dreamer, Type D Electric School Bus Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Model 1 Commercial Vehicles, Inc.$442,168.00 Build Options Northern Primary Model 1 Commercial Vehicles, Inc.$442,168.00 Build Options Central Primary Model 1 Commercial Vehicles, Inc.$442,168.00 Build Options Southern Primary Model 1 Commercial Vehicles, Inc.$442,168.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:7, Endera, B-Series, B-Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$122,856.00 Build Options Northern Primary Florida Transportation Systems, Inc.$122,856.00 Build Options Central Primary Florida Transportation Systems, Inc.$122,856.00 Build Options Southern Primary Florida Transportation Systems, Inc.$122,856.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:8, Starcraft, Allstar, Allstar Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Model 1 Commercial Vehicles, Inc.$86,125.00 Build Options Northern Primary Model 1 Commercial Vehicles, Inc.$86,125.00 Build Options Central Primary Model 1 Commercial Vehicles, Inc.$86,125.00 Build Options Southern Primary Model 1 Commercial Vehicles, Inc.$86,125.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:93, StarTrans, The Senator II, Senator SII 22 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Northern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Central Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Southern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:9, Bluebird, Vision, Vision Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$153,047.00 Build Options Northern Primary Florida Transportation Systems, Inc.$153,047.00 Build Options Central Primary Florida Transportation Systems, Inc.$153,047.00 Build Options Southern Primary Florida Transportation Systems, Inc.$153,047.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:11, Starcraft, Allstar, Allstar Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Model 1 Commercial Vehicles, Inc.$150,930.00 Build Options Northern Primary Model 1 Commercial Vehicles, Inc.$150,930.00 Build Options Central Primary Model 1 Commercial Vehicles, Inc.$150,930.00 Build Options Southern Primary Model 1 Commercial Vehicles, Inc.$150,930.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:94, StarTrans, The Senator II HD, Senator HD 28 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Northern Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Central Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Southern Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 33 to 54 Passenger Capacity Range, Commercial-Type, Rear Engine Chassis Item:12, Bluebird, T3RE, T3RE Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$184,494.00 Build Options Northern Primary Florida Transportation Systems, Inc.$184,494.00 Build Options Central Primary Florida Transportation Systems, Inc.$184,494.00 Build Options Southern Primary Florida Transportation Systems, Inc.$184,494.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 36 to 52 Passenger Capacity Range, Commercial-Type, Front Engine Chassis Item:13, Bluebird, T3FE, T3FE Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$167,017.00 Build Options Northern Primary Florida Transportation Systems, Inc.$167,017.00 Build Options Central Primary Florida Transportation Systems, Inc.$167,017.00 Build Options Southern Primary Florida Transportation Systems, Inc.$167,017.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:14, Kenworth, T680E, T680E Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $467,936.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $471,912.00 $500,286.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $471,912.00 $500,286.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:15, Peterbilt, 579EV, 579EV Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $484,000.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:16, Volvo, VNR, VNR Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $399,036.00 Build Options Northern Primary Nextran Truck Centers $399,036.00 Build Options Central Primary Nextran Truck Centers $399,036.00 Build Options Southern Primary Nextran Truck Centers $399,036.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Item:18, International, EMV, MV60E Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $278,256.00 Build Options Northern Primary Cumberland International Trucks of Florida $276,210.00 Build Options Central Primary Alternate Cumberland International Trucks of Florida Sun State International Trucks $276,210.00 $276,466.00 Build Build Options Options Southern Primary Rechtien International Trucks $276,903.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Item:19, Mack, MD7 Electric, MDe7 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $250,028.00 Build Options Northern Primary Nextran Truck Centers $250,028.00 Build Options Central Primary Nextran Truck Centers $250,028.00 Build Options Southern Primary Nextran Truck Centers $250,028.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Item:20, Battle Motors, LNT, LNT Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $428,600.00 $437,500.00 $536,127.00 Build Build Build Options Options Options Northern Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $426,600.00 $437,500.00 $536,127.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $437,500.00 $536,127.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $423,600.00 $536,127.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Item:21, Peterbilt, 220EV, 220 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $358,082.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:23, Ford, F-550 Crew Cab, W5G Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,456.00 $64,067.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,156.00 $63,635.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,956.00 $63,941.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,956.00 $64,119.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:24, Ford, F-550 Super Cab, X5G Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,619.00 $63,686.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,319.00 $63,253.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,119.00 $63,559.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,119.00 $63,737.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:25, Ford, F-600 Super Cab, F6K Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $64,652.00 $65,276.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $64,352.00 $64,844.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $64,152.00 $65,150.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $64,152.00 $65,328.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:26, Ford, F-550 Regular Cab, F5G Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Duval Ford LLC $61,914.00 Build Options Northern Primary Duval Ford LLC $61,480.00 Build Options Central Primary Duval Ford LLC $61,786.00 Build Options Southern Primary Duval Ford LLC $61,965.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:27, International, CV, 515 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $69,422.00 Build Options Northern Primary Cumberland International Trucks of Florida $68,392.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $68,263.00 $68,392.00 Build Build Options Options Southern Primary Rechtien International Trucks $68,364.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:28, Kenworth, T180, T180 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $95,559.00 Build Options Central Primary All Roads Kenworth, LLC.$95,909.00 Build Options Southern Primary All Roads Kenworth, LLC.$95,909.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:29, Peterbilt, 535, 535 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $106,067.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:31, Ford, F-550 Super Cab, X5H Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $65,675.00 $66,310.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $65,375.00 $65,878.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $65,175.00 $66,184.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $65,175.00 $66,362.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:32, Ford, F-550 Crew Cab, W5H Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,639.00 $67,285.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,339.00 $66,852.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,139.00 $67,158.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,139.00 $67,336.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:33, Ford, F-550 Regular Cab, F5H Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,966.00 $64,583.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,966.00 $64,150.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,466.00 $64,456.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,466.00 $64,635.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:34, Ford, F-600 Regular Cab, F6L Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $67,298.00 $67,946.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,993.00 $67,514.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,793.00 $67,819.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $66,793.00 $67,997.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:35, International, CV, 515 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $73,130.00 Build Options Northern Primary Cumberland International Trucks of Florida $72,095.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $71,971.00 $72,095.00 Build Build Options Options Southern Primary Rechtien International Trucks $72,283.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:36, Ford, F-650 Regular Cab, F6D Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $69,110.00 $70,751.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $68,810.00 $70,751.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $68,610.00 $70,751.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $68,610.00 $70,751.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:37, Freightliner, M2, 106 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate SBL Freightliner, LLC Tampa Truck Center $79,500.00 $81,694.00 Build Build Options Options Northern Primary Alternate SBL Freightliner, LLC Tampa Truck Center $79,500.00 $81,694.00 Build Build Options Options Central Primary Alternate SBL Freightliner, LLC Tampa Truck Center $79,500.00 $81,694.00 Build Build Options Options Southern Primary Alternate SBL Freightliner, LLC Tampa Truck Center $79,500.00 $81,694.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:38, Hino, L6, L6 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC.$75,821.00 Build Options Northern Primary Alternate TRUCKMAX, INC. Nextran Truck Centers $75,821.00 $80,036.00 Build Build Options Options Central Primary TRUCKMAX, INC.$75,821.00 Build Options Southern Primary TRUCKMAX, INC.$75,821.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:39, International, MV, 607 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $82,432.00 Build Options Northern Primary Cumberland International Trucks of Florida $81,408.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $81,331.00 $81,408.00 Build Build Options Options Southern Primary Rechtien International Trucks $81,883.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:40, Kenworth, T280, T280 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $102,073.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $93,667.00 $97,413.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $93,667.00 $97,413.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:41, Mack, MD6, MD6 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $87,179.00 Build Options Northern Primary Nextran Truck Centers $87,179.00 Build Options Central Primary Nextran Truck Centers $87,179.00 Build Options Southern Primary Nextran Truck Centers $87,179.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:42, Peterbilt, 536, 536 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $109,703.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:43, Ford, F-750 Regular Cab, F7D Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $70,737.00 $72,136.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $70,437.00 $72,136.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $70,237.00 $72,136.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $70,237.00 $72,136.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:44, Freightliner, M2, 106 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Tampa Truck Center Orlando Freightliner SBL Freightliner, LLC $81,489.00 $81,514.00 $81,700.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $81,229.00 $81,489.00 $81,700.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $80,922.00 $81,489.00 $81,700.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $80,600.00 $81,489.00 $81,514.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:45, Hino, L7, L7 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC.$80,327.00 Build Options Northern Primary Alternate TRUCKMAX, INC. Nextran Truck Centers $80,327.00 $81,939.00 Build Build Options Options Central Primary TRUCKMAX, INC.$80,327.00 Build Options Southern Primary TRUCKMAX, INC.$80,327.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:46, International, MV, 607 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $83,917.00 Build Options Northern Primary Cumberland International Trucks of Florida $82,893.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $82,816.00 $82,893.00 Build Build Options Options Southern Primary Rechtien International Trucks $83,205.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:47, Kenworth, T380, T380 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $102,925.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,463.00 $98,800.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,463.00 $98,800.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:48, Mack, MD7, MD7 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $92,593.00 Build Options Northern Primary Nextran Truck Centers $92,593.00 Build Options Central Primary Nextran Truck Centers $92,593.00 Build Options Southern Primary Nextran Truck Centers $92,593.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:49, Peterbilt, 537, 537 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $115,029.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:50, Western Star, 47X, 47X Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $114,258.00 Build Options Northern Primary Tampa Truck Center $114,258.00 Build Options Central Primary Tampa Truck Center $114,258.00 Build Options Southern Primary Tampa Truck Center $114,258.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:51, Freightliner, M2, 112 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $114,240.00 $114,800.00 $115,057.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $114,240.00 $114,800.00 $115,057.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $113,660.00 $113,800.00 $115,057.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Orlando Freightliner Tampa Truck Center $112,800.00 $114,240.00 $115,057.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:52, International, HV, 613 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $118,746.00 Build Options Northern Primary Cumberland International Trucks of Florida $117,721.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $117,665.00 $117,721.00 Build Build Options Options Southern Primary Rechtien International Trucks $118,336.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:53, International, HX, 62F Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $133,958.00 Build Options Northern Primary Cumberland International Trucks of Florida $132,946.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $132,819.00 $132,946.00 Build Build Options Options Southern Primary Rechtien International Trucks $133,958.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:54, Kenworth, T880, T880 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $142,390.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $141,784.00 $142,158.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $141,784.00 $142,158.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:55, Mack, AN or G Series, AN or G Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $136,427.00 Build Options Northern Primary Nextran Truck Centers $136,427.00 Build Options Central Primary Nextran Truck Centers $136,427.00 Build Options Southern Primary Nextran Truck Centers $136,427.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:56, Peterbilt, 567, 567 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $163,188.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:57, Volvo, V Series, V Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $136,489.00 Build Options Northern Primary Nextran Truck Centers $136,489.00 Build Options Central Primary Nextran Truck Centers $136,489.00 Build Options Southern Primary Nextran Truck Centers $136,489.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:58, Western Star, 47X, 47X Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Tampa Truck Center Orlando Freightliner $132,716.00 $133,306.00 Build Build Options Options Northern Primary Alternate Tampa Truck Center Orlando Freightliner $132,716.00 $133,306.00 Build Build Options Options Central Primary Alternate Tampa Truck Center Orlando Freightliner $132,716.00 $132,736.00 Build Build Options Options Southern Primary Alternate Tampa Truck Center Orlando Freightliner $132,737.00 $133,306.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:59, Freightliner, M2, 112 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $108,265.00 $108,600.00 $113,309.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $108,265.00 $108,900.00 $113,309.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $108,265.00 $108,600.00 $113,309.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Orlando Freightliner Tampa Truck Center $106,600.00 $108,265.00 $113,309.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:60, International, HX, 62F Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $130,924.00 Build Options Northern Primary Cumberland International Trucks of Florida $129,914.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $129,850.00 $129,914.00 Build Build Options Options Southern Primary Rechtien International Trucks $130,335.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:61, International, HV, 613 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $117,875.00 Build Options Northern Primary Cumberland International Trucks of Florida $116,850.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $116,812.00 $116,850.00 Build Build Options Options Southern Primary Rechtien International Trucks $118,380.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:62, Kenworth, T880, T880 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Truckworx Kenworth $173,342.00 Build Options Northern Primary Kenworth of Jacksonville $146,040.00 Build Options Central Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $136,917.00 $137,927.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $136,917.00 $137,927.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:63, Mack, AN or G Series, AN or G Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $143,570.00 Build Options Northern Primary Nextran Truck Centers $143,570.00 Build Options Central Primary Nextran Truck Centers $143,570.00 Build Options Southern Primary Nextran Truck Centers $143,570.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:64, Peterbilt, 5671, 5671 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $165,308.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:65, Volvo, V Series, V Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $138,213.00 Build Options Northern Primary Nextran Truck Centers $138,213.00 Build Options Central Primary Nextran Truck Centers $138,213.00 Build Options Southern Primary Nextran Truck Centers $138,213.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:66, Western Star, 49X, 49X Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $130,391.00 $133,340.00 $144,599.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $130,391.00 $133,340.00 $144,599.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $129,803.00 $133,340.00 $144,599.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $130,391.00 $133,340.00 $137,599.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:67, Battle Motors, LNT, LNT-21 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. $177,207.00 $178,411.00 Build Build Options Options Northern Primary Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. $177,207.00 $178,411.00 Build Build Options Options Central Primary Container Systems & Equipment Co., Inc.$178,411.00 Build Options Southern Primary All Roads Kenworth, LLC.$177,207.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:68, Isuzu, NPR-HD, N3F1 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $51,824.00 $52,500.00 $55,915.00 Build Build Build Options Options Options Northern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $51,824.00 $52,500.00 $55,915.00 Build Build Build Options Options Options Central Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $51,824.00 $52,500.00 $55,915.00 Build Build Build Options Options Options Southern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $51,824.00 $52,500.00 $55,915.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:69, Isuzu, FTR Chassis, MT1/G1 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $77,591.00 $84,000.00 $85,944.00 Build Build Build Options Options Options Northern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $77,591.00 $84,000.00 $85,944.00 Build Build Build Options Options Options Central Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $77,591.00 $84,000.00 $85,944.00 Build Build Build Options Options Options Southern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $77,591.00 $84,000.00 $85,944.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:70, Kenworth, K270, K270 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $99,510.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,870.00 $99,516.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,870.00 $99,516.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:71, Peterbilt, 2201, 220 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $122,502.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Mobile Command Unit/Critical Response Unit Item:76, Frontline Communications, CRU-22, CRU-22 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ten-8 Fire & Safety, LLC $341,795.00 Build Options Northern Primary Ten-8 Fire & Safety, LLC $341,795.00 Build Options Central Primary Ten-8 Fire & Safety, LLC $341,795.00 Build Options Southern Primary Ten-8 Fire & Safety, LLC $341,795.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:78, Battle Motors, LET II, LET II Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $435,000.00 $466,590.00 $537,981.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $435,000.00 $463,590.00 $537,981.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $435,000.00 $537,981.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $460,590.00 $537,981.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:80, Mack, Mack LR Electric, Mack LR Electric Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $489,564.00 Build Options Northern Primary Nextran Truck Centers $489,564.00 Build Options Central Primary Nextran Truck Centers $489,564.00 Build Options Southern Primary Nextran Truck Centers $489,564.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:81, Peterbilt, 520EV, 520EV Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $509,545.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:82, Autocar, ACX64, ACX64 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Florida Kenworth, LLC Nacarato Trucks General Partnership $204,315.00 $204,974.00 $206,413.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Florida Kenworth, LLC Nacarato Trucks General Partnership $202,915.00 $204,974.00 $206,413.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Florida Kenworth, LLC Nacarato Trucks General Partnership $200,415.00 $204,974.00 $206,413.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Florida Kenworth, LLC Nacarato Trucks General Partnership $199,715.00 $204,974.00 $206,413.00 Build Build Build Options Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:83, Battle Motors, LET2, LET2-44 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $212,088.00 $212,700.00 $293,575.00 Build Build Build Options Options Options Northern Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $212,088.00 $212,700.00 $293,575.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $212,700.00 $293,575.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $212,088.00 $293,575.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:85, Mack, TE Series, TE Series Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $185,003.00 Build Options Northern Primary Nextran Truck Centers $185,003.00 Build Options Central Primary Nextran Truck Centers $185,003.00 Build Options Southern Primary Nextran Truck Centers $185,003.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:86, Peterbilt, 520, 520 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $209,896.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: Compact 9.5 Cubic Yds. Self-Loading Refuse Truck Item:87, Broyhill, TD3.6, TD3.6 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Broyhill Equipment LLC $262,159.00 Build Options Northern Primary Broyhill Equipment LLC $262,159.00 Build Options Central Primary Broyhill Equipment LLC $262,159.00 Build Options Southern Primary Broyhill Equipment LLC $262,159.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Tactical Armored Vehicles Item:88, Terradyne, Gurkha MPV, Gurkha MPV Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Terradyne Armored Vehicles Inc.$220,821.00 Build Options Northern Primary Terradyne Armored Vehicles Inc.$221,316.00 Build Options Central Primary Terradyne Armored Vehicles Inc.$220,821.00 Build Options Southern Primary Terradyne Armored Vehicles Inc.$221,316.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:89, Autocar, ACTT42, ACTT42 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $151,389.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $151,389.00 Build Build Options Options Central Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $149,389.00 Build Build Options Options Southern Primary SBL Freightliner, LLC $147,389.00 Build Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:90, Kalmar Ottawa, T2, 71056 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,341.00 $146,959.00 Build Build Options Options Northern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,240.00 $146,959.00 Build Build Options Options Central Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,442.00 $146,959.00 Build Build Options Options Southern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,643.00 $146,959.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:91, Kalmar Ottawa, T2 4x2 O road, 71055 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,551.00 $144,950.00 Build Build Options Options Northern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,450.00 $144,950.00 Build Build Options Options Central Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,652.00 $144,950.00 Build Build Options Options Southern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,853.00 $144,950.00 Build Build Options Options Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:92, Tico, Pro-Spotter, Pro-Spotter Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $148,121.00 $149,167.00 Build Build Options Options Northern Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $148,121.00 $149,167.00 Build Build Options Options Central Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $148,121.00 $149,167.00 Build Build Options Options Southern Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $148,121.00 $149,167.00 Build Build Options Options A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.1: Heavy Trucks & Buses 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. 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: Addition of Repair and Replacement Parts 1 Contract Amendment FSA23-EQU21.0: Equipment Addition of Repair and Replacement Parts The Terms and Conditions of this Contract allow for modification via contract amendment as provided for in Section 1.23. Per Contract Terms and Conditions, Section 3.04, the FSA CPP reserves the right to add or delete any items from the contract when deemed to be in the best interest of FSA and purchasers, at its discretion. FSA is amending the original contract to add a new section to Section 3.0 – General Conditions: 3.26 – REPAIR AND REPLACEMENT PARTS FSA authorizes awarded vendors to sell repair and replacement parts. Parts and components pricing must include the administrative fee. If a vendor wishes to offer parts under this contract, the vendor must provide a price list to FSA and offer a discount below MSRP or list price for parts and components. Vendors may provide pricing by submitting a parts pricing sheet to cpp@flsheriffs.org. Vendors are encouraged, but not required to use the template. Items listed below are required for the submission of the pricing sheet: • Description • MSRP or List Price discount percentage • Exceptions to discount provided • Quantity discounts Please sign and return this Contract Amendment along with a completed pricing sheet. Awarded vendors who do not respond will not be authorized to sell parts until FSA CPP receives a completed Contract Amendment Acknowledgement and a parts pricing sheet. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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. Land ll Compactor Item:46, Bomag, BC773RB-5, BC773RB-5 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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. Land ll Compactor Item:47, Caterpillar, 826, 826 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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. Land ll Compactor Item:48, Tana, H380, H380 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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. Land ll Compactor Item:49, Volvo, LC450H, LC450H Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Tra c Solutions, INC, Shield 12 - with ATS-3 Trailer - No Cloud, 4001809FSA Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Tra c Solutions, Inc.$8,944.00 Build Options Northern Primary All Tra c Solutions, Inc.$8,944.00 Build Options Central Primary All Tra c Solutions, Inc.$8,944.00 Build Options Southern Primary All Tra c 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 Tra c Solutions, INC, SpeedAlert 18 - With ATS-3 Trailer - No Cloud, 4001811FSA Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Tra c Solutions, Inc.$9,940.00 Build Options Northern Primary All Tra c Solutions, Inc.$9,940.00 Build Options Central Primary All Tra c Solutions, Inc.$9,940.00 Build Options Southern Primary All Tra c 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 Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:338, AMSIG, T815, T815 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:339, K&K Systems, AT154896, AT154896 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:340, Tra x Device, Scorpion II Trailer Attenuator with Mobile Tra c Advisory / Directional Signal Board, 10002-TL3M-12TA Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:341, Ver-Mac, ST-4825, ST-4825 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:342, Wanco, WECO Arrow Board Trailer, WTSP55-LSA Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Tra c Advisory/Directional Signal Board Item:343, Wanco, Metro Matrix Message Board Trailer, WVTMM-L Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 In ation Cage, WS-35026 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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, Veri er G-3, G-3 Description:Refer to Item Group Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Southern Primary Alternate Certi ed 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 Speci cations PDF document for FSA Base Speci cations. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Northern Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Central Primary Alternate Certi ed Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Southern Primary Alternate Certi ed 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 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 24 (REV. 10-05-18) STANDARD CITY CONTRACT MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI CONTRACT NO.: EV2671-01 TITLE/DESCRIPTION: Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment, Parts and Services THIS Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation (“CITY”), and Club Car LLC (“CONTRACTOR”). Sec. 1. The Contract. The Contract between the CITY and CONTRACTOR consists of the following Contract Documents: (a) this Contract; (b) CONTRACTOR’s Proposal dated July 24, 2019 that is incorporated into this Contract by reference; (c) CITY’s RFP No. EV2671 that is incorporated into this Contract by reference; (d) any and all Attachments and Exhibits attached to the Contract. All documents listed in this Section 1 shall be collectively referred to as the “Contract Documents” and are incorporated into this Contract. CITY and CONTRACTOR agree that the terms “Agreement” and “Contract” and “Contract Documents” are used interchangeably in this Contract and the terms “Agreement” and “Contract” and “Contract Documents” each include all “Contract Documents.” Attachment A: Scope of Work Attachment B: Pricing Sec. 2. Initial Term of Contract and Additional Periods. (a) Initial Term. The initial term of this Contract shall begin on January 1, 2020 and shall end on December 31, 2026. The Manager of Procurement Services is authorized to enter into an amendment of this Contract with CONTRACTOR to extend the term of this Contract and time of performance for this Contract. (b) Renewal Terms. At any time prior to the expiration of the initial term or any subsequent term, the CITY, in its sole discretion, may renew this Contract for up to four (4) additional one (1) year terms. (c) Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or all options to renew, CONTRACTOR and CITY shall continue performance under this Contract until the CITY has a new contract in place with either CONTRACTOR or another provider or until the CITY terminates the Contract, but in no event more than six months from the date of expiration or termination. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 11/19/2019 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 24 (REV. 10-05-18) Sec. 3. Compensation. CONTRACTOR shall timely provide all vehicles, equipment, accessories, repairs, parts, and services for the CITY in accordance with the Contract and the CITY shall pay CONTRACTOR the lowest Price set forth the Contract for all vehicles, equipment, accessories, repairs, parts, and services. CITY will order all vehicles, equipment, accessories, repairs, parts, and services, on an as needed basis. CITY shall order all vehicles, equipment, accessories, repairs, parts, and services to be provided by CONTRACTOR under this Contract by means of a Purchase Order issued by the CITY's Manager of Procurement Services for which funds have been certified and encumbered by the City's Director of Finance. CITY shall not have any financial obligations to CONTRACTOR under this Contract until the CITY issues a Purchase Order to CONTRACTOR. CONTRACTOR shall not provide any vehicles, equipment, accessories, repairs, parts, and services in excess of the dollar amount contained in any Purchase Order and CONTRACTOR shall not be entitled to any payment in excess of the dollar amount of the Purchase Orders from CITY without CITY’s prior written authorization. Sec. 4. Effective Date of Contract. (a) Notwithstanding Section 2 of this Contract, neither party has any obligation under this Contract until the Manager of Procurement Services issues a Purchase Order which shall be signed by the City’s Director of Finance certifying there is a balance, otherwise unencumbered, to the credit of the appropriation to which the expenditure is to be charged, and a cash balance, otherwise unencumbered, in the treasury, to the credit of the fund from which payment will be made, each sufficient to meet the obligation incurred in the Purchase Order. (b) The date of the first Purchase Order issued by the CITY is the effective date of this Contract. (c) The date of the first Purchase Order issued by the CITY after the CITY renews this Contract shall be the effective date of the renewal term or transition term. Sec. 5. Invoices. (a) CONTRACTOR shall submit to CITY a request for payment (hereinafter “Invoice”) for vehicles, accessories, equipment, repairs, parts and services performed in sufficient detail for the CITY to determine that the amount CONTRACTOR is requesting is in fact due and payable. (b) CITY shall not pay any Invoice from CONTRACTOR unless CONTRACTOR is in compliance with, and not in breach or default of, all terms, covenants and conditions of this Contract. If damages are sustained by CITY as a result of breach or default by CONTRACTOR, CITY may withhold payment(s) to CONTRACTOR for the purpose of set off until such time as the exact amount of damages due to CITY from CONTRACTOR may be determined. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 3 of 24 (REV. 10-05-18) (c) CITY shall not process CONTRACTOR’s Invoice unless CONTRACTOR’s Invoice is in proper form, correctly computed, and is approved by CITY as payable under the terms of this Contract. (d) CITY is not liable for any obligation incurred by CONTRACTOR except as approved under the provisions of this Contract. (e) If CONTRACTOR is required to meet MBE/WBE goals for this Contract, CONTRACTOR shall not submit an Invoice to the City unless CONTRACTOR’s Invoice is accompanied by a copy of the most recent 00485.01 M/WBE Monthly Utilization Report submitted by CONTRACTOR to the City’s Human Relations Department. CONTRACTOR shall remain current on CONTRACTOR’s filing of 00485.01 M/WBE Monthly Utilization Reports. CITY shall not pay CONTRACTOR’s Invoice unless CONTRACTOR is current on CONTRACTOR’s filing of 00485.01 M/WBE Monthly Utilization Reports. Sec. 6. Representations and Warranties of CONTRACTOR. CONTRACTOR hereby represents and warrants to the CITY the following: (a) CONTRACTOR is in good standing under the laws of the state of Missouri and each state in which it does business, except any such state where the failure to be in good standing would not have a material adverse effect on CONTRACTOR’s ability to perform this Contract in accordance with its terms. (b) The execution, delivery and performance by CONTRACTOR of this Contract have been duly authorized by all necessary corporate action and do not and will not (i) require any consent or approval of CONTRACTOR's board of directors; (ii) require any authorization, consent or approval by, or registration, declaration or filing with, or notice to, any governmental department, commission, board, bureau, agency or instrumentality, or any third party, except such authorization, consent, approval, registration, declaration, filing or notice as has been obtained prior to the date hereof; (iii) violate any provision of any law, rule or regulation or of any order, writ, injunction or decree presently in effect having applicability to CONTRACTOR or its articles or by-laws; and (iv) result in a breach of or constitute a default under any material agreement, lease or instrument to which CONTRACTOR is a party or by which it or its properties may be bound or affected. (c) CONTRACTOR shall not enter into any contract for the services to CITY that purports to grant a security interest or right of repossession to any person or entity respecting the services, or any portions thereof or chattels placed thereon. (d) There is no litigation, proceeding or other investigation pending or, to the knowledge of CONTRACTOR, threatened against CONTRACTOR which would prevent consummation of the transaction contemplated by this Contract or would have a materially adverse effect on CONTRACTOR. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 4 of 24 (REV. 10-05-18) Sec. 7. Survival of the Representations, Warranties and Covenants. All representations, warranties and covenants expressed herein shall survive the execution of this Contract for the benefit of the parties hereto. Sec. 8. Governing Law. This Contract shall be construed and governed in accordance with the laws of the State of Missouri without giving effect to Missouri’s choice of law provisions. The CITY and CONTRACTOR: (1) submit to the jurisdiction of the state and federal courts located in Jackson County, Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non conveniens as an objection to the location of any litigation. Sec. 9. Termination for Convenience. CITY may, at any time upon fifteen (15) days written notice to CONTRACTOR specifying the effective date of termination, terminate this Contract, in whole or in part. Sec. 10. Default and Remedies. (a) If CONTRACTOR shall be in default or breach of any provision of this Contract, CITY may terminate this Contract, suspend CITY’s performance, withhold payment or invoke any other legal or equitable remedy after giving CONTRACTOR ten (10) days written notice and opportunity to cure such default or breach. (b) If CITY shall be in default or breach of any provision of this Contract, CONTRACTOR may terminate this contract or suspend CONTRACTOR’s performance after giving CITY ten (10) days written notice and opportunity to cure such default or breach. Sec. 11. Waiver. Waiver by CITY of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or of any other term, covenant or condition. No term, covenant, or condition of this Contract can be waived except by written consent of CITY, and forbearance or indulgence by CITY in any regard whatsoever shall not constitute a waiver of same to be performed by CONTRACTOR to which the same may apply and, until complete performance by CONTRACTOR of the term, covenant or condition, CITY shall be entitled to invoke any remedy available to it under this Contract or by law despite any such forbearance or indulgence. Sec. 12. Acceptance. No payment made under this Contract shall be proof of satisfactory performance of the Contract, either wholly or in part, and no payment shall be construed as acceptance of deficient or unsatisfactory services. Sec. 13. Records. (a) For purposes of this Section: 1. “CITY” shall mean the City Auditor, the City’s Internal Auditor, the City’s Director of Human Relations, the City Manager, the City department administering this Contract and their delegates and agents. 2. “Record” shall mean any document, book, paper, photograph, map, sound recordings or other material, regardless of physical form or characteristics, made or received in connection with this Contract and all Contract amendments and renewals. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 5 of 24 (REV. 10-05-18) (b) CONTRACTOR shall maintain and retain all Records for a term of five (5) years that shall begin after the expiration or termination of this Contract and all Contract amendments. CITY shall have a right to examine or audit all Records, and CONTRACTOR shall provide access to CITY of all Records upon ten (10) days written notice from the CITY. (c) The books, documents and records of CONTRACTOR in connection with this Contract shall be made available to the City Auditor, the City’s Internal Auditor, the City’s Director of Human Relations and the City department administering this Contract within ten (10) days after the written request is made. Sec. 14. Affirmative Action. If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or more people, Contractor shall comply with City’s Affirmative Action requirements in accordance with the provisions of Chapter 3 of City’s Code, the rules and regulations relating to those sections, and any additions or amendments thereto; in executing any Contract subject to said provisions, Contractor warrants that it has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the Contract. Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age in a manner prohibited by Chapter 3 of City’s Code. Contractor shall: (a) Submit, in print or electronic format, a copy of Contractor’s current certificate of compliance to the City’s Human Relations Department (HRD) prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. If, and only if, Contractor does not possess a current certification of compliance, Contractor shall submit, in print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. (b) Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the subcontract. (c) Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the Subcontractor’s current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current certificate of compliance, Contractor shall obtain a copy of the Subcontractor’s affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. City has the right to take action as directed by City’s Human Relations Department to enforce this provision. If Contractor fails, refuses or neglects to comply with the provisions of Chapter 3 of City’s Code, then such failure shall be deemed a total breach of this Contract and this Contract may be terminated, canceled or suspended, in whole or in part, and Contractor may be declared ineligible for any further contracts funded by City for a period of one (1) year. This is a material term of this Contract. Sec. 15. Tax Compliance. If the CITY’s payments to CONTRACTOR exceed $160,000.00 for the period of May 1st through April 30th, CONTRACTOR shall provide proof of compliance with the CITY’s tax ordinances administered by the CITY’s Commissioner of Revenue as a precondition to the CITY making the first payment under this Contract. CONTRACTOR also shall submit to the CITY proof of compliance with the CITY’s tax ordinances administered by the CITY’s Commissioner of Revenue as a condition precedent to the CITY making final payment under the Contract. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 6 of 24 (REV. 10-05-18) Sec. 16. Buy American Preference. It is the policy of the CITY that any manufactured goods or commodities used or supplied in the performance of any CITY Contract or any subcontract thereto shall be manufactured or produced in the United States whenever possible. Sec. 17. Notices. All notices to be given hereunder shall be in writing and may be given, served or made by depositing the same in the United States mail addressed to the party to be notified, postpaid and registered or certified with return receipt requested or by delivering the same in person to such person. Notice deposited in the mail in accordance with the provisions hereof shall be effective unless otherwise stated in such notice or in this Contract from and after the second day next following the date postmarked on the envelope containing such notice. Notice given in any other manner shall be effective only if and when received by the party to be notified. All notices shall be sent to the following addresses: If to the CITY: City of Kansas City, Missouri Procurement Services Division 414 East 12th Street, 1st Floor, Room 102 W Kansas City, Missouri 64106 Attention: Cedric Rowan, C.P.M., Manager Telephone: (816) 513-0814 Facsimile: (816) 513-1066 With copies to: Cecilia Abbott, Esq. City Attorney Law Department of Kansas City, Missouri 414 East 12th Street, 23rd Floor Kansas City, Missouri 64106 Telephone: (816) 513-3127 If to the CONTRACTOR: Club Car 4125 Washington road Evans, GA 30809 RENTAL@CLUBCAR.COM Sec. 18. General Indemnification. (a) For purposes of this Section only, the following terms shall have the meanings listed: 1. Claims means all claims, damages, liability, losses, costs and expenses, court costs and reasonable attorneys' fees, including attorneys’ fees incurred by the CITY in the enforcement of this indemnity obligation. 2. CONTRACTOR's Agents means CONTRACTOR's officers, employees, subcontractors, successors, assigns, invitees, and other agents. 3. CITY means CITY, its Agencies, its agents, officials, officers and employees. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 7 of 24 (REV. 10-05-18) (b) CONTRACTOR's obligations under this Section with respect to indemnification for acts or omissions, including negligence, of CITY, shall be limited to the coverage and limits of insurance that CONTRACTOR is required to procure and maintain under this Contract. CONTRACTOR affirms that it has had the opportunity to recover all costs of the insurance requirements imposed by this Contract in its contract price. (c) CONTRACTOR shall defend, indemnify and hold harmless CITY from and against all third party claims to the extent caused by acts or omissions by CONTRACTOR. CONTRACTOR is not obligated under this Section to indemnify CITY for the sole negligence of CITY. (d) In no event shall the language in this Section constitute or be construed as a waiver or limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law. Sec. 19. Indemnification for Professional Negligence. If this contract is for professional services, CONTRACTOR shall indemnify, and hold harmless CITY and any of its agencies, officials, officers, or employees from and against all third claims, damages, liability, losses, costs, and expenses, including reasonable attorneys’ fees, to the extent caused by any negligent acts or omissions in connection with this Contract, caused by CONTRACTOR, its employees, agents, subcontractors, or caused by others for whom CONTRACTOR is liable, in the performance of professional services under this Contract. CONTRACTOR is not obligated under this Section to indemnify CITY for the negligent acts of CITY or any of its agencies, officials, officers, or employees. Sec. 20. Insurance. (a) CONTRACTOR shall procure and maintain in effect throughout the term of this Contract insurance policies with coverage not less than the types and amounts specified in this Section. CONTRACTOR must have: 1. Commercial General Liability Insurance Policy: with limits of $1,000,000 per occurrence and $2,000,000 aggregate, written on an “occurrence” basis. The policy shall be written or endorsed to include the following provisions: a. Severability of Interests Coverage applying to Additional Insureds b. Contractual Liability c. Per Project Aggregate Liability Limit or, where not available, the aggregate limit shall be $2,000,000. d. No Contractual Liability Limitation Endorsement e. Additional Insured Endorsement, ISO form CG20 10, current edition, or its equivalent. 2. Workers’ Compensation Insurance and Employers Liability Policies as required by Missouri law. 3. Commercial Automobile Liability Insurance Policy: with a limit of $1,000,000 per occurrence, covering owned, hired, and non-owned automobiles. The Policy shall provide coverage on an “any auto” basis and on an “occurrence” basis. This insurance DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 8 of 24 (REV. 10-05-18) policy will be written on a Commercial Business Auto form, or acceptable equivalent, and will protect against claims arising out of the operation of motor vehicles, as to acts done in connection with the Contract, by CONTRACTOR. 4. If this Contract is for professional services, CONTRACTOR shall obtain Professional Liability Insurance with limits per claim and annual aggregate of $1,000,000. (b) All insurance policies required in this Section shall provide that the policy will not be canceled until after the Insurer provides the CITY ten (10) days written notice of cancellation in the event that the cancellation is for CONTRACTOR’s nonpayment of premiums and thirty (30) days written notice of cancellation to CITY for all other reasons of cancellation. (c) The Commercial General and Automobile Liability Insurance Policies specified above shall provide that CITY and its agencies, agents, officials, officers, and employees, while acting within the scope of their authority, will be named as additional insureds for the services performed under this Contract. CONTRACTOR shall provide to CITY at execution of this Contract a certificate of insurance showing all required endorsements and additional insureds. (d) All insurance policies must be provided by Insurance Companies that have an A.M. Best’s rating of “A-V” or better, and are licensed or approved by the State of Missouri to provide insurance in Missouri. (e) Regardless of any approval by CITY, CONTRACTOR shall maintain the required insurance coverage in force at all times during the term of this Contract. CONTRACTOR’s failure to maintain the required insurance coverage will not relieve CONTRACTOR of its contractual obligation to indemnify the CITY pursuant to this Section of this Contract. In the event CONTRACTOR fails to maintain the required insurance coverage in effect, CITY may declare CONTRACTOR in default. (f) In no event shall the language in this Section constitute or be construed as a waiver or limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law. Sec. 21. Interpretation of the Contract. (a) CITY selected CONTRACTOR through a negotiated procurement process rather than an Invitation for Bids (IFB) solicitation. Unlike the IFB, this process allows the CITY and CONTRACTOR to discuss and negotiate a contract at arm’s length prior to entering a final contract that is acceptable to both the CITY and the CONTRACTOR. After negotiation and discussion, CONTRACTOR and CITY have incorporated multiple documents into this Agreement and the meaning of some of the words used in the Agreement may be uncertain, incomplete or duplicative and the Agreement may promise something at one place and take that promise away at another. In sum, the Agreement may contain words and provisions that are susceptible of more than one meaning so that reasonable persons of average intelligence may fairly and honestly differ in their construction of the words and provisions. It is the intent of the CITY and the CONTRACTOR that the CITY’s taxpayers receive the benefit or advantage in the construction and interpretation of this Agreement, regardless of the normal DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 9 of 24 (REV. 10-05-18) judicial rules of contract construction even if the construction and interpretation of the Agreement will cost the CONTRACTOR more money and time. CITY and CONTRACTOR agree that CITY’s Manager of Procurement Services shall resolve all disagreements as to the meaning of this Agreement or any ambiguity in this Agreement, in favor of the CITY and its taxpayers even if it will cost the CONTRACTOR more money and time. The decision of CITY’s Manager of Procurement shall be final and conclusive if the Manager of Procurement Services acted in good faith. (b) CONTRACTOR acknowledges and agrees that the CITY has provided CONTRACTOR with an opportunity to have CONTRACTOR’s attorney review and advise CONTRACTOR on the Agreement and any potential ambiguities or areas of disagreement and the potential adverse legal consequences of CONTRACTOR agreeing to this Section as well as the entire Agreement. CONTRACTOR certifies that CONTRACTOR has provided the CITY written notice of all ambiguities, conflicts, errors or discrepancies that it has discovered in the Agreement and the written resolution thereof by the CITY as embodied in this final Agreement is acceptable to CONTRACTOR. (c) CONTRACTOR certifies that CONTRACTOR has either (1) waived its right to have CONTRACTOR’s attorney review this Section and Agreement; or (2) CONTRACTOR has consulted with an attorney on this Section and Agreement. (d) CONTRACTOR knowingly and voluntarily agrees to this Section and the entire Agreement. CONTRACTOR certifies that this contract was not procured by fraud, duress or undue influence. Sec. 22. Contract Execution. This Contract may be executed in one or more counterparts, each of which will be deemed an original copy of this Contract and all of which, when taken together, will be deemed to constitute one and the same Contract. This Contract shall be effective upon the execution of counterparts by both parties, notwithstanding that both parties may not sign the same counterpart. The parties' signatures transmitted by facsimile or by other electronic means shall be proof of the execution of this Contract and shall be acceptable in a court of law. Sec. 23. Guaranteed Lowest Pricing. CONTRACTOR certifies that this Contract contains CONTRACTOR’s lowest and best pricing for all services supplied by CONTRACTOR to any government, governmental entity, political subdivision, city, state, school district or any other public entity in the United States as of the date of this Contract. Sec. 24. Assignability and Subcontracting. (a) Assignability. Contractor shall not assign or transfer any part or all of Contractor’s obligation or interest in this Contract without prior written approval of City. If Contractor shall assign or transfer any of its obligations or interests under this Contract without the City’s prior written approval, it shall constitute a material breach of this Contract. This provision shall not prohibit contractor from subcontracting as otherwise provided for herein. (b) Subcontracting. Contractor shall not subcontract any part or all of Contractor’s obligations or interests in this Contract unless the subcontractor has been identified in a format required by City. If Contractor shall subcontract any part of Contractor’s obligations or interests under this DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 10 of 24 (REV. 10-05-18) Contract without having identified the subcontractor, it shall constitute a material breach of this Contract. The utilization of subcontractors shall not relieve Contractor of any of its responsibilities under the Contract, and Contractor shall remain responsible to City for the negligent acts, errors, omissions or neglect of any subcontractor and of such subcontractor’s officers, agents and employees. City shall have the right to reject, at any point during the term of this Contract, any subcontractor identified by Contractor, and to require that any subcontractor cease working under this Contract. City’s right shall be exercisable in its sole and subjective discretion. City shall not be obligated to pay or be liable for payment of any monies which may be due to any subcontractor. Contractor shall include in any subcontract a requirement that the subcontractor comply with all requirements of this Contract in performing Contractor’s services hereunder. Sec. 25. Professional Services – Conflict of Interest Certification. If this Contract is for professional services other than for medical doctors or appraisers, CONTRACTOR certifies that CONTRACTOR is not an expert witness for any party in litigation against the CITY at the time of the issuance of this Contract. Sec. 26. Intellectual Property Rights. CONTRACTOR agrees, on its behalf and on behalf of its employees and agents, that it will promptly communicate and disclose to CITY all computer programs, documentation, software and other copyrightable works (“copyrightable works”) conceived, reduced to practice or made by CONTRACTOR or its agents, whether solely or jointly with others, during the term of this Contract resulting from or related to any work CONTRACTOR or its agents may do on behalf of CITY or at its request. All inventions and copyrightable works that CONTRACTOR is obligated to disclose shall be and remain entirely the property of CITY. It is agreed that all inventions and copyrightable works are works made for hire and shall be the exclusive property of CITY. CONTRACTOR hereby assigns to CITY any rights it may have in such copyrightable works. CONTRACTOR shall cooperate with CITY in obtaining any copyrights or patents. Sec. 27. Minority and Women’s Business Enterprises. RESERVED. Sec. 28. Employee Eligibility Verification. CONTRACTOR shall execute and submit an affidavit, in a form prescribed by the CITY, affirming that CONTRACTOR does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work in the United States as defined in 8 U.S.C. §1324a(h)(3). CONTRACTOR shall attach to the affidavit documentation sufficient to establish CONTRACTOR’s enrollment and participation in an electronic verification of work program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration and Reform and Control Act of 1986. CONTRACTOR may obtain additional information about E-Verify and enroll at https://e- verify.uscis.gov/enroll/StartPage.aspx?JS=YES. For those CONTRACTORs enrolled in E-Verify, the first and last pages of the E-Verify Memorandum of Understanding that CONTRACTOR will obtain upon successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with this section. CONTRACTOR shall submit the affidavit and attachments to the CITY prior to execution of the contract, or at any point during the term of the contract if requested by the CITY. Sec. 29. Emergencies. (a) Disaster means any large scale event such as an act of terrorism, fire, wind, flood, earthquake or other natural or man-made calamity which results in, or has the potential to result in a significant loss of life or property. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 11 of 24 (REV. 10-05-18) (b) During and after a disaster, CONTRACTOR shall provide special services to the CITY including CONTRACTOR shall open CONTRACTOR’s facilities even on nights and weekends as necessary to meet the needs of the City during a disaster. (c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or for extending CONTRACTOR’s hours of operation during a disaster. CITY shall pay CONTRACTOR the agreed upon contract prices for all purchases made by CITY during the disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for any purchases made by CITY during a disaster. (d) CONTRACTOR shall quickly mobilize CONTRACTOR’s internal and external resources to assist CITY when a disaster unfolds. (e) Extended hours and personnel. During disasters, CONTRACTOR’s facilities shall stay open 24 hours if requested by the CITY. CONTRACTOR shall utilize additional CONTRACTOR personnel to take CITY orders if necessary. CONTRACTOR’s Call Center shall accept phone orders 24 hours a day. (f) CONTRACTOR shall have contingency plans with CONTRACTOR’s suppliers or dealers and distributors to provide additional supplies and equipment quickly to CITY as needed. (g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any and all documentation requirements of the Federal Emergency Management Agency (FEMA). Sec. 30. Trade-In. If the solicitation requests a price or value for one or more pieces of equipment to be traded in as part of the purchase of new equipment, the CITY retains the option to purchase the new equipment at the full price or to reduce the price of the new equipment by the amount of the trade-in offered. The CITY is not obligated to accept the trade-in offer and may withdraw equipment offered for trade-in at any time up to award. Sec. 31. Time of Delivery. Delivery is required to be made in accordance with the schedule shown in the solicitation and purchase order. Sec. 32. F.O.B. Destination. Unless otherwise directed in the solicitation and purchase order, all deliveries shall be F.O.B. Destination and all freight charges shall be included in the total price. Supplies shall be delivered to the destination consignee’s warehouse unloading platform, or receiving dock, at the expense of the CONTRACTOR. The CITY shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved prior to the actual delivery (or “constructive placement” as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the CITY acting in its contractual capacity. If rail carrier is used, supplies will be delivered to the specified unloading platform of the consignee. If motor carrier (including “piggy-back”) is used, supplies will be delivered to truck tailgate at the unloading platform of the consignee. If the CONTRACTOR uses rail carrier or freight forwarder for less than carload shipments, he shall assure that the carrier will furnish tailgate delivery if transfer to truck is required to complete delivery to consignee. One of the following statements usually will appear on the purchase order, although others may be used. (a) F.O.B. Destination, Freight Prepaid by Seller. The seller pays and bears all freight charges. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 12 of 24 (REV. 10-05-18) (b) F.O.B. Destination, Freight Prepaid and Charged Back on Invoice. The seller pays the freight and charges the CITY by adding it to the invoice. (c) F.O.B. Destination, Freight Collect. The CITY pays and bears the freight charges. (d) F.O.B. Destination, Freight Collect and Allowed on Invoice. The CITY pays the freight charges and deducts the amount from the seller’s invoice. Sec. 33. Quality. Unless otherwise required by terms of the solicitation, all goods, supplies, and materials furnished shall be new, in current production, and the best of their kind. When applicable, parts and maintenance shall be reasonably available. New equipment that is obsolete or technically outdated is not acceptable. Remanufactured or reconditioned items are not considered new. Items shall be properly packaged, packed, labeled, and identified in accordance with commercial standards acceptable to the trade and as required by ICC and other federal and state regulations. Packing slips will accompany the shipment. Sec. 34. Price. Prices quoted are to be firm and final. All prices quoted shall be net and shall reflect any available discount except for discounts for timely payment. All prices are to be F.O.B. designated delivery point. All shipping, packing, and drayage charges are the responsibility of the supplier. C.O.D. shipments will not be accepted unless otherwise agreed to by the City. Sec. 35. Brand Name or Equal. Whenever the name of the manufacturer or the supplier is mentioned on the face hereof and the words “or equal” do not follow, it shall be deemed that the words “or equal” shall follow such designations unless the face hereof specifies “no substitutions”. The CITY may assume that items submitted are equal or it may request samples and proof thereof and unless approved before shipment, reserves right to return at the CONTRACTOR’S expense all items that are not acceptable as equals, said items to be replaced by the CONTRACTOR with satisfactory items at the original submitted price. Sec. 36. Commercial Warranty. The CONTRACTOR agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the CONTRACTOR gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the CITY by any other clause of this contract. Sec. 37. Discounts. A. Prompt payment discounts offered for payment within less than twenty (20) calendar days will not be considered in evaluating proposals for award, unless otherwise specified in the solicitation. However, offered discounts of less than twenty (20) days will be taken if payment is made within the discount period, even though not considered in the evaluation of proposals. B. In connection with any discount offered, time will be computed from date of delivery of the supplies to the carrier when acceptance is at the point of origin, or from date of delivery at destination when delivery and acceptance is at destination, or from the date the correct invoice or voucher is received in the office specified by the CITY, if the latter is later than the date of delivery. Payment is deemed to be made for the purpose of earning the discount on the date of mailing of the CITY check. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 13 of 24 (REV. 10-05-18) C. Any discount offered other than for prompt payment should be included in the net price quoted and not included in separate terms. In the event this is not done, the CITY reserves the right to accept the discount offered and adjust prices accordingly on the purchase order. Sec. 38. Sellers Invoice. Invoices shall be prepared and submitted in duplicate to address shown on the purchase order. Separate invoices are required for each purchase order. Invoices shall contain the following information: purchase order number, item number, description of supplies or services, sizes, unit of measure, quantity, unit price, and extended totals. Sec. 39. Inspection and Acceptance. Inspection and acceptance will be at destination unless specified otherwise, and will be made by the CITY department shown in the shipping address or other duly authorized representative of the CITY. Until delivery and acceptance, and after any rejection, risk of loss will be on the CONTRACTOR unless loss results from negligence of the CITY. CONTRACTOR will be notified of rejected shipments. Unless agreed otherwise, items will be returned freight collect. Sec. 40. Loss and Damaged Shipments. Risk of loss or damage to items prior to the time of their receipt and acceptance by the CITY is upon the CONTRACTOR. The CITY has no obligation to accept damaged shipments and reserves the right to return at CONTRACTOR’s expense damaged merchandise even though the damage was not apparent or discovered until after receipt of the items. Sec. 41. Late Shipments. Supplier or CONTRACTOR is responsible to notify the CITY department receiving the items and the Senior Buyer of any late or delayed shipments. The CITY reserves the right to cancel all or any part of an order if the shipment is not made as promised. Sec. 42. Tax Exemption - Federal and State. A. The CITY is exempt from Federal Excise and Transportation taxes on purchases under Chapter 32, Internal Revenue Code. The federal tax registration number issued by the St. Louis District Director on November 11, 1974 is No. 43740340K. B. The CITY is exempt from payment of Missouri Sales and Use Tax in Accordance with Section 39(10) Article 3, of the Missouri Constitution and Sections 144.040 and 144.615 RSMo 1969 and supplement thereto. A copy of the exemption from Missouri Sales and Use Tax is available upon request. Sec. 43. Annual Appropriation of Funds. A. Multi-year term supply and service contracts and leases and the exercise of options to renew term contracts are subject to annual appropriation of funds by the City Council. Payments made under term contracts and leases are considered items of current expense. Purchase orders are funded when issued, therefore are current expense items and are not subject to any subsequent appropriation of funds. B. In the event sufficient funds are not appropriated for the payment of lease payments or anticipated term contract payments required to be paid in the next occurring lease or contract term and if no funds are legally available from other sources, the lease or contract may be terminated at the end of the original term or renewal term and the CITY shall not be obligated to make further payments beyond the then current original or renewal term. The CITY will DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 14 of 24 (REV. 10-05-18) provide notice of its inability to continue the lease or contract at such time as the Manager of Procurement Services is aware of the nonappropriation of funds; however, failure to notify does not renew the term of lease or contract. If a lease is cancelled, the events of default will occur as described in the lease and/or the section titled TERMINATION FOR DEFAULT. The CITY has no monetary obligations in event of termination or reduction of a term contract since such contracts represent estimated quantities and are not funded as a contract, but only to the extent of purchase orders issued. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 15 of 24 (REV. 10-05-18) CONTRACTOR I hereby certify that I have the authority to execute this document on behalf of CONTRACTOR. Contractor: By: Title: Date: APPROVED AS TO FORM Assistant City Attorney (Date) KANSAS CITY, MISSOURI By: Title: Date: DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 11/20/2019 Director Strategic Account Sales Club Car, LLC 11/21/2019 Procurement Manager 11/22/2019 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 16 of 24 (REV. 10-05-18) Attachment A: Scope of Work The City of Kansas City, Missouri, as the Principal Procurement Agency, defined in Attachment A, has partnered with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. The City of Kansas City, Missouri is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”). Attachment A contains additional information about OMNIA Partners and the cooperative purchasing agreement. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries, National IPA and U.S. Communities, our participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization to government, education and the private sector. As a channel partner with Vizient (formally, Novation), OMNIA Partners leverages over $100 billion in annual supply spend to command the best prices for products and services. With corporate, pricing and sales commitments from the Supplier, OMNIA Partners provides marketing and administrative support for the Supplier that directly promotes the Supplier’s products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier’s need to respond to additional competitive solicitations. As such, the Supplier must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Supplier and respond to the OMNIA Partners documents (Attachment A). The City of Kansas City, Missouri anticipates spending approximately $300,000 over the full potential Master Agreement term for Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment, Parts and Services. While no minimum volume is guaranteed to the Supplier, the estimated annual volume of Utility, Transportation and Golf Vehicles plus Related Accessories, Equipment, Parts and Services purchased under the Master Agreement through OMNIA Partners Public Sector is approximately fifty ($50) million. This projection is based on the current annual volumes among the City of Kansas City, Missouri, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Supplier and OMNIA Partners. 1. GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES Proposers are to propose the broadest possible selection of UTILITY, TRANSPORTATION AND GOLF VEHICLES AND RELATED ACCESSORIES, EQUIPMENT, PARTS AND SERVICES they offer. The intent of this solicitation is to provide Participating Public Agencies with products and services to meet their various needs. Therefore, the Proposers should have demonstrated experience in providing the Products and Services as defined in the RFP, including but not limited to: DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 17 of 24 (REV. 10-05-18) a. Utility Vehicles - A complete and comprehensive selection of gas, diesel and/or electric utility vehicles that range from light-duty to heavy-duty offered by Proposer. b. Transportation Vehicles - A complete and comprehensive selection of gas, diesel and/or electric transportation vehicles to accommodate varying quantities of passengers, including but not limited to, vehicles that can transport from 2 to 8 passengers and any additional larger group options offered by Proposer. c. Golf Vehicles - A complete and comprehensive selection of gas, diesel and/or electric golf vehicles, including but not limited to, golf carts, turf utility vehicles, mobile merchandising vehicles and any other golf vehicles available from Proposer. d. Low-Speed Vehicles (LSV) - A complete and comprehensive selection of gas, diesel and/or electric low-speed vehicles which meet street legal requirements offered by Proposer. e. Accessories and Equipment - A complete offering of accessories and equipment, including but not limited to, trailer hitch and trailer hitch balls, front and rear guards, canopies, cab enclosures, reflectors, mirror kits, strobe lights, decals, modular bed accessories and any other accessories and equipment offered by Proposer. f. Parts - A complete offering of Original Equipment Manufacturer (OEM) repair and maintenance parts offered by Proposer. g. Related Products and Services - Any related products as well as services such as training (on-site and remote), warranty service, technical services, repair services and any other services offered by Proposer. ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, OF THE LATEST DESIGN AND TECHNOLOGY UNLESS OTHERWISE SPECIFIED. 2. REGULATORY REQUIREMENTS AND STANDARDS All products must be manufactured in compliance with all standards including warning labels and safety devices, guard and equipment required to meet the safety standards recognized by industry safety,councils or organizations to establish safety standards such as Outdoor Power Equipment Institute(OEPI), Society of Automotive Engineers (SAE International), American Society of Agricultural and Biological Engineers (ASABE), American National Standards Institute (ANSI), Occupational Safety andHealth Administration (OSHA), Underwriters Laboratories, Inc. (UL), Environmental Protection Agency(EPA), etc. If a product proposed requires a Material Safety Data Sheet (MSDS) it must accompany each shipment. 3. SHIPPING Proposers must include a defined shipping program with its response. If shipping is charged separately, only the actual cost of the freight may be added to an invoice. Shipping charges calculated as a percentage of the product price cannot be used. a. Unless specifically stated otherwise in the "Shipping Program" included in Proposer's response, all prices quoted must be F.O.B. destination with freight prepaid by the Proposer. Shipping terms will be Prepaid and Add F.O.B. Destination from our Club Car Dealer (selling agent). For clarification proposes, shipping terms to our Club Car Dealer (selling agent) are F.O.B. Augusta, GA. Refer to Freight Rates schedule for state specific rate pricing attached in RFP360 files – “2020 DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 18 of 24 (REV. 10-05-18) Club Car Freight Rates - OMNIA.pdf”. Rates will be based on the most current published rates that Ryder/Club Car Transportation establishes on a yearly basis. Dealers also charge for Prep, Set-up & Delivery. Vehicles are shipped from the manufacturing facility in Evans, GA to the local Club Car Authorized Dealer (selling agent) requiring final assembly by the Authorized Dealer (selling agent). What the local Club Car Authorized Dealer (selling agent) will charge will be determined by complexity of final assembly and distance between their location and customer. Club Car will implement the following prepping/PDI fee’s for the basic vehicle configurations. For Fleet Golf Cars: o $50 prepping fee o $150 prepping fee for the Café Express For Carryall 411 – Truckster Vehicle: o $600 prepping fee For all remaining Commercial Utility Vehicles (2wd & 4x4), Transportation, Low Speed Vehicles: $450 prepping fee for basic vehicles to include canopy top & windshield installation $800 prepping fee for vehicles with the standard basic cab assembly $400 prepping fee for vehicles with the standard van box to be added in addition to the standard fees listed above if combined with a cab or canopy top/windshield. Vehicles that have a higher level of complexity for final assembly charges will be completely determined by the local Club Car Authorized Dealer (selling agent). The Dealers (selling agents) are all independent businesses. Club Car cannot dictate to them what to charge beyond the base charge to install canopy tops, windshields, basic cabs and basic van boxes. b. Additional costs for expedited deliveries may be added. 4. DELIVERY Equipment will be delivered to various locations for each Participating Public Agency. All deliveries shall be made Monday through Friday from 8:00 am to 4:00 pm local time unless otherwise requested. Proposer is required to provide a minimum of 24 hours' notice prior to delivery with the anticipated time of delivery and quantity to be delivered. Upon delivery, Proposer will provide the following documentation to each Participating Public Agency: a. Manufacturer Statement of Origin (MSO); b. All applicable warranty documents; c. All applicable manuals per paragraph 5; and d. Delivery ticket with appropriate corresponding purchase order number. All Club Car vehicles are shipped from the manufacturing facility in Evans, GA to the local Club Car Authorized Dealer (selling agent) via Club Car Transportation for assembly and then require final delivery to the purchasing Public Entity by the Authorized Dealer (selling agent). The following Dealer delivery fees are to be included in every quote and are on a per vehicle basis: Distance from Dealer to Final Destination Fee Schedule 0-25 round trip miles $75 26-50 round trip miles $100 51-75 round trip miles $125 76-100 round trip miles $150 101 < miles $2/mile round trip 5. VEHICLE INSPECTION Proposer shall work with the Participating Public Agency to arrange for inspection. Each vehicle delivered shall be subject to a complete inspection by the Participating Public Agency prior to acceptance. Inspection criteria shall include, but not be limited to, conformity to the specifications, DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 19 of 24 (REV. 10-05-18) mechanical integrity, quality, workmanship and materials. If delivered equipment is returned to the Proposer prior to acceptance for any reason, all corrections shall be made without any inconvenience to the Participating Public Agency. 6. MANUALS Proposer shall furnish the following manuals during delivery of vehicles and sshall provide one (1) hard copy of each as well as one (1) electronic copy on thumb drive or CD. a. Operator's manual b. Parts manual c. Service and repair manual d. Overhaul manual e. Cross reference guide from manufacturer's parts numbers to supplier's parts numbers 7. TRAINING Proposer shall provide training to operators and technicians of the Participating Public Agency at no additional cost. At a minimum, such training shall include operator training on all machine functions as well as operator preventive maintenance. 8. WARRANTY Proposer shall provide all applicable warranties as a part of this RFP response and describe its ability in business days to provide any required warranty service to a Participating Public Agency. Proposer shall also note any extended warranties available and including pricing in Price section of Proposer's response. Club Car’s Authorized Dealer Network and Club Car’s Factory Direct Service Technicians provide both parts and routine vehicle services as well as warranty support services across all areas of North America. All warranty repair request will be provided within five days of the request with the exception of a parts availability issue. All out of stock parts will be prioritized from our corporate headquarters and updates will be communicated along the way. Parts, Preventive Maintenance or routine service request will be scheduled at the time of notification. Factory Direct and Club Car’s Dealer Network offers service packages that can be purchased at any time during the lease or ownership of the vehicle. While warranty failures occur on occasion without notice most failures can be addressed beforehand via proper preventive maintenance. To maximize vehicle uptime Club Car suggest a trained service provider be staffed by the OMNIA purchaser or the purchaser enter into contract with one of the above mentioned authorized service providers. Club Car does not currently offer extended warranties for any of the products for which are being offered in this agreement; Utility, Transportation and Golf Vehicles plus 9. EQUIPMENT RECALLS In the event of any recall notice, technical service bulletin, or other important notification affecting equipment purchased from this contract, a notice shall be sent to appropriate personnel at each participating Public Agency in a timely manner. Proposer shall describe its process for notification of equipment recalls and timing of such notification. See attached “QSP-0138 Product Safety Recall - Retrofit - Warning Campaign Process (1).pdf” in RFP360 DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 20 of 24 (REV. 10-05-18) 10. PARTS AND SERVICE The Proposer shall maintain factory authorized parts and appropriate service facility or facilities for routine service and warranty service. Proposer shall detail its ability in business days to provide parts and describe its process for timely delivery of any out of stock parts. Club Car maintains a parts inventory of approximately $12M at its Appling, Georgia location and has a 95% fill rate. Club Car Authorized Dealers also stock parts locally. Club Car’s Authorized Dealer Network and Club Car’s Factory Direct Service Technicians provide both parts and routine vehicle services across all areas of North America. Parts will be provided within 5 days of the request with the exception of a parts availability issue. All out of stock parts will be prioritized from our corporate headquarters and updates will be communicated along the way. 11. SUBSTITUTION OF SPECIFIED ITEMS Whenever the Contract Documents refer to any specific article, device, equipment, product, material, fixture, specified patent or proprietary name, patented process, forms, method or type of construction, by name, make, trade name, or catalog number ("specified item"), such reference shall be deemed to be followed by the words, "or approved equal", unless it is indicated that no substitutions will be considered. Any Proposer who has submitted a Proposal prior to the deadline may submit data to the City to substantiate a request to provide an "or approved equal" item when completing Sample Specification Pricing in Attachment No. 1 provided in the Contract Documents. DocuSign Envelope ID: 2DDBBD0B-BC9E-4A96-8AD6-8DF9D0A51F45 032824-NAF Rev. 3/2022 1 Solicitation Number: RFP #032824 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC, dba National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires July 9, 2028, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES 032824-NAF Rev. 3/2022 2 A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. 032824-NAF Rev. 3/2022 3 A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; 032824-NAF Rev. 3/2022 4 x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized 032824-NAF Rev. 3/2022 5 subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE 032824-NAF Rev. 3/2022 6 A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted 032824-NAF Rev. 3/2022 7 price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. 032824-NAF Rev. 3/2022 8 D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. 032824-NAF Rev. 3/2022 9 b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 032824-NAF Rev. 3/2022 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. 032824-NAF Rev. 3/2022 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms 032824-NAF Rev. 3/2022 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Supplier will maintain coverage for all claims the Supplier may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Supplier’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate 6. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. 032824-NAF Rev. 3/2022 13 Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. 032824-NAF Rev. 3/2022 14 Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 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 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. 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 C.F.R. § 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 032824-NAF Rev. 3/2022 15 the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 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. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with 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 C.F.R. § 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. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 032824-NAF Rev. 3/2022 16 Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have 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. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and 032824-NAF Rev. 3/2022 17 records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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 C.F.R. § 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. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. 032824-NAF Rev. 3/2022 18 R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC, dba National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: National Fleet Manager Date: ________________________ Date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id Number: RFP 032824 Vendor Name: 72 HOUR LLC 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQVDSSOLHVWRDOO7DEOHV6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVR SURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RXSUHIHUDEO\ZLWKDQH[SODQDWLRQ /LQH,WHP 4XHVWLRQ 5HVSRQVH 3URSRVHUௐ/HJDOௐ1DPHௐRQHௐOHJDOௐHQWLW\ௐRQO\ௐௐ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHUௐ+285ௐ//& ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ3URSRVDOௐ+RXUௐ//& ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS 3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ,GHQWLILHUௐ6$0 <)+'=='< 3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ 3URSRVHUௐZHEVLWHௐDGGUHVVௐRUௐDGGUHVVHVZZZ1DWLRQDODXWRIOHHWJURXSFRP 3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐ DGGUHVVௐ ௐSKRQHௐ7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐ WKHௐUHVXOWLQJௐFRQWUDFW -HVVHௐ&RRSHU 1DWLRQDOௐ)OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH-HVVHௐ&RRSHU1DWLRQDOௐ)OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH&ODUNHௐ&RRSHU1DWLRQDOௐ)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ&ODUNHFRRSHU#ZDWVRQYLOOHIOHHWJURXSFRPௐ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐ ORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐHVWDEOLVKHGௐLQௐௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐDQGௐERDVWVௐDௐULFKௐKLVWRU\ௐRIௐIDPLO\GULYHQௐVXFFHVVௐ)URPௐKXPEOHௐEHJLQQLQJVௐZLWKௐDௐVLQJOHௐGHDOHUVKLSௐZH YHௐJURZQௐLQWRௐDௐQDWLRQZLGHௐQHWZRUNௐRIௐRYHUௐௐ GHDOHUVKLSVௐWKDQNVௐWRௐWKHௐGHGLFDWLRQௐDQGௐYLVLRQௐRIௐRXUௐIDWKHU2QHௐRIௐRXUௐFRUHௐYDOXHVௐKDVௐDOZD\VௐEHHQௐIRVWHULQJௐDௐVWURQJௐFRPSDQ\ௐFXOWXUHௐDQGௐZHௐDFKLHYHௐWKLVௐE\ௐSULRULWL]LQJௐLQWHUQDOௐJURZWKௐ:HௐSURXGO\ௐSURPRWHௐIURPௐZLWKLQௐOHYHUDJLQJௐWKHௐWDOHQWௐDQGௐH[SHULHQFHௐRIௐRXUௐGHGLFDWHGௐWHDPௐPHPEHUVௐ7KLVௐDSSURDFKௐQRWௐRQO\ௐHQVXUHVௐFRQWLQXLW\ௐDQGௐDௐGHHSௐXQGHUVWDQGLQJௐRIௐRXUௐYDOXHVௐEXWௐDOVRௐIRVWHUVௐDௐVHQVHௐRIௐOR\DOW\ௐDQGௐ EHORQJLQJௐDPRQJௐRXUௐHPSOR\HHV7KLVௐFRPPLWPHQWௐWRௐLQWHUQDOௐGHYHORSPHQWௐKDVௐEHHQௐLQVWUXPHQWDOௐLQௐRXUௐH[SDQVLRQௐDOORZLQJௐXVௐWRௐFXOWLYDWHௐDௐOHDGHUVKLSௐWHDPௐWKDWௐHPERGLHVௐRXUௐFRUHௐYDOXHVௐDQGௐGULYHVௐRXUௐFRQWLQXHGௐVXFFHVVௐ:HௐDUHௐSURXGௐRIௐWKHௐMRXUQH\ௐZH YHௐWDNHQௐDQGௐ H[FLWHGௐIRUௐWKHௐIXWXUHௐDVௐZHௐFRQWLQXHௐWRௐHPSRZHUௐRXUௐWHDPௐDQGௐSURYLGHௐH[FHSWLRQDOௐVHUYLFHௐWRௐRXUௐFXVWRPHUV)RUௐRYHUௐௐ\HDUVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐUHPDLQHGௐDௐIDPLO\RZQHGௐDQGௐRSHUDWHGௐFRPSDQ\ௐ7KHௐ&RRSHUௐIDPLO\ௐKDVௐGHHSௐURRWVௐLQௐWKHௐDXWRPRELOHௐLQGXVWU\ௐZLWKௐDௐSDVVLRQௐIRUௐH[FHHGLQJௐH[SHFWDWLRQVௐSDVVHGௐGRZQௐWKURXJKௐJHQHUDWLRQVௐ 7RGD\ௐHYHQௐRXUௐIXWXUHௐJHQHUDWLRQVௐDUHௐOHDUQLQJௐWKHௐURSHVௐHQVXULQJௐGHFDGHVௐPRUHௐRIௐLQGXVWU\ௐOHDGHUVKLS:HௐDUHQ WௐMXVWௐVHOOLQJௐYHKLFOHVௐZH UHௐEXLOGLQJௐUHODWLRQVKLSVௐWKDWௐODVWௐ2XUௐIDPLO\ௐYDOXHVௐRIௐLQWHJULW\ௐGHGLFDWLRQௐDQGௐFXVWRPHUௐVHUYLFHௐSHUPHDWHௐHYHU\WKLQJௐZHௐGRௐ7KLVௐFRPPLWPHQWௐKDVௐHDUQHGௐXVௐQXPHURXVௐLQGXVWU\ௐDZDUGVௐDQGௐWKHௐWUXVWௐ RIௐFRXQWOHVVௐFOLHQWVௐ%XWௐWKLVௐLVௐMXVWௐWKHௐEHJLQQLQJௐ:LWKௐIUHVKௐSHUVSHFWLYHVௐIURPௐIXWXUHௐJHQHUDWLRQVௐMRLQLQJௐWKHௐWHDPௐZH UHௐH[FLWHGௐWRௐOHDGௐWKHௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVQ WௐMXVWௐDERXWௐGHOLYHULQJௐYHKLFOHVௐLW VௐDERXWௐGHOLYHULQJௐSHDFHௐRIௐPLQGௐ2XUௐXQZDYHULQJௐ FRPPLWPHQWௐWRௐWKHௐௐ5,*+7VௐGHOLYHULQJௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDQGௐDWௐWKHௐ5,*+7ௐSULFHௐHQVXUHVௐRXUௐFOLHQWVௐH[SHULHQFHௐXQPDWFKHGௐVDWLVIDFWLRQௐDQGௐVXFFHVV6LQFHௐௐZH YHௐZLWQHVVHGௐWKHௐDXWRௐLQGXVWU\ௐVKLIWௐJHDUVௐHYROYLQJௐIURPௐJDVSRZHUHGௐPDFKLQHVௐWRௐWKHௐFXWWLQJௐHGJHௐRIௐ DOOHOHFWULFௐDQGௐIXHOௐFHOOௐWHFKQRORJ\ௐ7KURXJKௐLWௐDOOௐRQHௐWKLQJௐKDVௐUHPDLQHGௐFRQVWDQWௐRXUௐFRUHௐYDOXHV(YHQௐLQௐWRGD\ VௐUDSLGO\ௐFKDQJLQJௐODQGVFDSHௐZHௐKROGௐVWHDGIDVWௐWRௐWKHௐSULQFLSOHVௐWKDWௐKDYHௐJXLGHGௐXVௐIRUௐGHFDGHVௐ7KHVHௐYDOXHVௐ±ௐLQWHUQDOௐJURZWKௐFXVWRPHUௐIRFXVௐHIILFLHQF\ௐWHDPZRUNௐDFFRXQWDELOLW\ௐDQGௐLQWHJULW\ௐDUHௐWKHௐHQJLQHௐWKDWௐSRZHUVௐ RXUௐJURZWKௐDQGௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐH[FHHGLQJௐH[SHFWDWLRQV:KLOHௐWKHௐYHKLFOHVௐZHௐRIIHUௐPD\ௐKDYHௐFKDQJHGௐRXUௐGHGLFDWLRQௐWRௐSURYLGLQJௐVXSHULRUௐFXVWRPHUௐVHUYLFHௐUHPDLQVௐDVௐVWURQJௐDVௐHYHUௐ:HௐHPEUDFHௐWKHௐIXWXUHௐZLWKௐWKHௐVDPHௐSDVVLRQௐDQGௐGHWHUPLQDWLRQௐWKDWௐIXHOHGௐRXUௐVXFFHVVௐLQௐWKHௐSDVWௐHQVXULQJௐWKDWௐRXUௐFXVWRPHUVௐFRQWLQXHௐWRௐUHFHLYHௐWKHௐH[FHSWLRQDOௐVHUYLFHௐWKH\ௐGHVHUYH :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG" 6HFXULQJௐDQRWKHUௐ6RXUFHZHOOௐFRQWUDFWௐZRXOGௐPDUNௐRXUௐVL[WKௐSURSHOOLQJௐXVௐWRௐHYHQௐJUHDWHUௐKHLJKWVௐE\ௐOHYHUDJLQJௐRXUௐ SURYHQௐWUDFNௐUHFRUGௐRIௐVHUYLQJௐFXVWRPHUVௐQDWLRQZLGHௐ7KLVௐH[SDQVLRQௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐLQYHVWௐLQௐRXUௐGLYLVLRQVௐSDUWLFXODUO\ௐRXUௐ3DUWQHUௐ3URJUDPௐGHWDLOVௐLQௐXSORDGHGௐ=LSௐILOHௐ7KLVௐLQQRYDWLYHௐSURJUDPௐHPSRZHUVௐPHPEHUVௐWRௐUHFRPPHQGௐORFDOௐXSILWWHUVௐIRVWHULQJௐZLQZLQௐSDUWQHUVKLSVௐDQGௐGHOLYHULQJ 'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐ ILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐDVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKDYHௐGHPRQVWUDWHGௐWKURXJKRXWௐWKHௐSDVWௐௐ\HDUVௐWRௐRXUௐILQDQFLDOௐLQVWLWXWLRQVௐWKDWௐZHௐVWDELOLW\ௐLQௐWKHௐPDUNHWௐSODFHௐDQGௐZLWKௐWKLVௐPHDQLQJௐGDWDௐRXUௐEDQNௐKDVௐSURYLGHGௐXVௐZLWKௐDௐௐௐIORRUௐSODQௐOLPLWௐWRௐKHOSௐLQௐRXUௐJURZLQJௐ RSHUDWLRQVௐZKLFKௐLQFOXGHௐ6RXUFHZHOOௐ0HPEHUV :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"2XUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐSURGXFWVௐDQGௐPRGHOVௐZHௐDUHௐRIIHULQJௐLVௐURXJKO\ௐௐDVௐUHSUHVHQWHGௐE\ௐWKHௐௐPDQXIDFWXUHUV :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ":KLOHௐZHௐKDYHQ Wௐ\HWௐHQWHUHGௐWKHௐ&DQDGLDQௐPDUNHWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS VௐSURYHQௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐIXHOVௐRXUௐDJJUHVVLYHௐH[SDQVLRQௐSODQVௐZLWKௐDௐVWURQJௐIRFXVௐRQௐLQWHUQDWLRQDOௐPDUNHWVௐOLNHௐ&DQDGDௐ:HௐDUHௐFRQILGHQWௐWKDWௐRXUௐ H[SHUWLVHௐDQGௐFRPPLWPHQWௐWRௐLQQRYDWLRQௐZLOOௐDOORZௐXVௐWRௐPDNHௐDௐVLJQLILFDQWௐLPSDFWௐLQௐWKHௐQHDUௐIXWXUHௐH[SDQGLQJௐRXUௐUHDFKௐDQGௐVHUYLQJௐFXVWRPHUVௐDFURVVௐQHZௐERUGHUV +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO1R +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐHLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ \RXUௐRUJDQL]DWLRQ Dௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐ VHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" $ௐZHௐDUHௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐDQGௐDOOௐRXUௐZULWWHQௐDXWKRUL]DWLRQௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ5HODWHGௐ&HUWLILFDWHVௐVHFWLRQ ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐLQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 :KDWௐLVௐUHTXLUHGௐGRHVௐYDU\ௐIURPௐVWDWHௐWRௐVWDWHௐKRZHYHUௐZHௐௐ+RXUௐ//&ௐGRௐKROGௐDOOௐDSSOLFDEOHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐUHTXLUHGௐE\ௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐWRௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐ1HZ8QXVHGௐ9HKLFOHVௐZHௐDUHௐIUDQFKLVHGௐIRUௐ DQGௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐDQ\ௐYHKLFOHௐZHௐDUHௐQRWௐIUDQFKLVHGௐIRUௐWKURXJKௐRXUௐUHVHOOHUVௐSHUPLWௐ$OOௐRXUௐGHDOHUௐSDUWQHUVௐDFURVVௐWKHௐFRXQW\ௐKDYHௐSURYLGHௐXVௐZLWKௐWKHUHௐGHDOHUௐFHUWLILFDWHVௐDQGௐGHSDUWPHQWௐRIௐPRWRUௐYHKLFOHVௐFHUWLILFDWHVௐWRௐDOORZௐ1$)*ௐWRௐSDUWQHUௐDQGௐVHOOௐWKHUHௐSURGXFWVௐ$OOௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ&HUWLILFDWHVௐVHFWLRQ 3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV1RQHௐH[LVW Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1$)*ௐKDVௐDௐVWURQJௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐFRQVLVWHQWO\ௐUDQNLQJௐDPRQJௐWKHௐWRSௐGHDOHUVKLSVௐLQௐ*RYHUQPHQWௐ6DOHVௐIRUௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐUHFHLYLQJௐKLJKௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐLWVௐ&KHYUROHWௐEUDQG 7KHௐPRVWௐSURGLJLRXVௐDZDUGௐ1$)*ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐEHௐ7RSௐ3ODFHPHQWௐLQௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDVௐDௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐIROORZHGௐE\ௐRXUௐKLJKௐUDQNLQJௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐRXUௐ&KHYUROHWௐEUDQGௐ%RWKௐ1$)*ௐKDVௐUHFHLYHGௐௐRIௐWKHௐSDVWௐௐ\HDUV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐJRYHUQPHQWDOௐVHFWRUௐLQௐ WKHௐSDVWௐWKUHHௐ\HDUV ,QௐRXUௐGLYLVLRQௐLQௐ)OHHWௐZHௐKDYHௐVROGௐDERXWௐௐWRௐ*RYHUQPHQWௐDFFRXQWV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐ SDVWௐWKUHHௐ\HDUV $VௐDௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐLQௐWKHௐ*RYHUQPHQWௐDERXWௐௐZRXOGௐEHௐFRQVLGHUHGௐWRௐ8QLYHUVLWLHVௐDQGௐ8QLILHGௐ6FKRROௐ 'LVWULFWV /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ \RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐGXULQJௐWKHௐSDVWௐWKUHHௐ\HDUVௐ 6HFRQGௐRXUௐ6RXUFHZHOOௐ&RQWUDFW VௐௐDQGௐௐZKLFKௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV/$':3ௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ626$ௐWKDWௐ\RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" 1$)*ௐIRFXVௐLVௐRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐZHௐGRௐQRWௐKROGௐDQ\ௐRWKHUௐEHVLGHVௐWKHௐ6WDWHௐRIௐ &DOLIRUQLD 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 'DYLGௐ&RPHU /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ:DWHUௐ ௐ3RZHUௐ&$ 3KLOLSௐ/\ &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ1- -DPHVௐ/RYHUR :DVKLQJWRQௐ6XEXUEDQௐ6DQLWDU\ௐ&RPPLVVLRQௐ0DU\ODQG -DUUHWWௐ%DXPJDUWQHU 7RZQௐRIௐ+HPSVWHDGௐ1< &KULVWRSKHUௐ&DUWHU 7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDOLQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSH RIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH<HDUV 3RUWௐRIௐ/RVௐ$QJHOHVௐ 0Uௐ'DYLGௐ&RPHU *RYHUQPHQW &DOLIRUQLD&$ 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ:DWHUௐ ௐ3RZHUௐ0Uௐ3KLOLSௐ/\ௐ *RYHUQPHQW &DOLIRUQLD&$ 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐௐ 2YHUௐௐ &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ0Uௐ-DPHVௐ/RYHURௐ *RYHUQPHQW 1HZ-HUVH\1- 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ :DVKLQJWRQௐ6XEXUEDQௐ6DQLWDU\ௐ&RPPLVVLRQௐ 0Uௐ-DUUHWWௐ%DXPJDUWQHU *RYHUQPHQW 0DU\ODQG0' 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ (Oௐ3DVRௐ:DWHUௐ0Uௐ,YDQௐ,EDUUDௐ *RYHUQPHQW 7H[DV7; 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH 6DOHVௐIRUFH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐERDVWVௐDௐUREXVWௐVDOHVௐIRUFHௐH[FHHGLQJௐௐGHGLFDWHGௐSHUVRQQHOௐ7KLVௐLQFOXGHVௐERWKௐGLUHFWௐHPSOR\HHVௐDQGௐDௐQHWZRUNௐRIௐSDUWQHUௐGHDOHUVௐHQVXULQJௐFRPSUHKHQVLYHௐVXSSRUWௐIRUௐGHDOHUVKLSVௐDQGௐRXUௐGHGLFDWHGௐIOHHWௐGLYLVLRQௐ2XUௐLQGLUHFWௐVDOHVௐIRUFHௐVHDPOHVVO\ௐFRPSOHPHQWVௐRXUௐGLUHFWௐWHDPௐHIIHFWLYHO\ௐVHUYLQJௐH[LVWLQJௐPHPEHUௐQHHGVௐ $VௐRXUௐPHPEHUௐEDVHௐH[SDQGVௐZH UHௐFRPPLWWHGௐWRௐVFDOLQJௐRXUௐWHDPௐDFFRUGLQJO\ௐWRௐPDLQWDLQௐH[FHSWLRQDOௐVHUYLFHௐOHYHOV 'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 1$)*ௐOHYHUDJHVௐDQௐXQSDUDOOHOHGௐIUDQFKLVHௐQHWZRUNௐHQFRPSDVVLQJௐௐOHDGLQJௐPDQXIDFWXUHUVௐ7KHVHௐLQGXVWU\ௐJLDQWVௐOLNHௐ )RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRUVௐ&'-5ௐHWFௐERDVWௐDௐQDWLRQZLGHௐSUHVHQFHௐHQVXULQJௐRXUௐPHPEHUVௐUHFHLYHௐVHDPOHVVௐVHUYLFHௐDQGௐZDUUDQW\ௐUHSDLUVௐIRUௐWKHLUௐYHKLFOHVௐ+LVWRULFDOO\ௐDXWRௐPDQXIDFWXUHUVௐKDYHௐIDFHGௐFKDOOHQJHVௐLQௐGLVWULEXWLQJௐDXWRPRELOHVௐDQGௐFDEௐFKDVVLVௐ+RZHYHUௐWKHௐ8QLWHGௐ6WDWHVௐERDVWVௐWKHௐZRUOG VௐPRVWௐHIILFLHQWௐDXWRPRWLYHௐ VXSSO\ௐFKDLQௐQHWZRUNௐDQGௐDVௐIUDQFKLVHGௐGHDOHUVௐRIௐWKHVHௐUHQRZQHGௐEUDQGVௐ1$)*ௐFDSLWDOL]HVௐRQௐWKLVௐDGYDQWDJHௐWRௐHIILFLHQWO\ௐVKLSௐDQGௐVXSSO\ௐYHKLFOHVௐWRௐRXUௐPHPEHUVௐQDWLRQZLGH 6HUYLFHௐIRUFH 2XUௐH[WHQVLYHௐQHWZRUNௐRIௐVHUYLFHௐORFDWLRQVௐVSDQQLQJௐWKRXVDQGVௐRIௐIDFLOLWLHVௐDFURVVௐRXUௐௐPDQXIDFWXUHUVௐHQVXUHVௐFRQYHQLHQWௐDFFHVVௐIRUௐRXUௐPHPEHUVௐ7KLVௐFRPSUHKHQVLYHௐFRYHUDJHௐDOORZVௐWKHPௐWRௐHDVLO\ௐILQGௐVHUYLFHௐVWDWLRQVௐRUௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐQHDUE\ௐPLQLPL]LQJௐGRZQWLPHௐDQGௐPD[LPL]LQJௐFRQYHQLHQFHௐ:KLOHௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐKDYHௐ VOLJKWO\ௐODUJHUௐGLVWDQFHVௐEHWZHHQௐGHDOHUVKLSVௐRXUௐPHPEHUVௐFDQௐVWLOOௐUHO\ௐRQௐRXUௐQHWZRUNௐIRUௐVXSSRUWௐSRWHQWLDOO\ௐZLWKௐH[WHQGHGௐOHDGௐWLPHV 'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 0HPEHUVௐFDQௐSODFHௐRUGHUVௐZLWKௐ1$)*ௐIRUௐDOOௐSURGXFWVௐZHௐDUHௐRIIHULQJௐZHௐZLOOௐHLWKHUௐSODFHௐWKHௐRUGHUௐZLWKௐWKHௐ2(0ௐDVௐZHௐDUHௐIUDQFKLVHGௐIRUௐRUௐZHௐZLOOௐSURYLGHௐWKHௐRUGHUௐWRௐRXUௐSDUWQHUௐGHDOHUௐZKRௐZDVௐSDUWௐRIௐWKHௐTXRWHௐJHQHUDWLRQௐIURPௐWKHௐVWDUWௐZLWKௐWKHௐPHPEHUௐVRௐZHௐFDQௐDOORZௐWKHUHௐUHODWLRQVKLSௐWRௐPDLQWDLQௐZKLOHௐVHUYLQJௐWKHௐPHPEHUௐ1$)*ௐPDLQWDLQVௐWKHௐ UROHௐRIௐDGPLQLVWHULQJௐDQGௐIDFLOLWDWLQJௐWKHௐWUDQVDFWLRQௐEHWZHHQௐWKHௐPHPEHUௐDQGௐWKHௐ2(0ௐGHDOHU 'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐ VHUYLFHௐSURJUDPௐLIௐDSSOLFDEOH ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐ DVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐSURPLVHV ,ௐXQGHUVWDQGௐWKDWௐ\RXௐZDQWௐPHௐWRௐXVHௐWKHௐLQIRUPDWLRQௐLQௐ\RXUௐ=,3ௐILOHௐVSHFLILFDOO\ௐWKHௐ0HPEHUௐ:DONௐ7KURXJKௐGRFXPHQWௐ DVௐDௐUHIHUHQFHௐWRௐH[SODLQௐ\RXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPVௐ+HUH VௐDௐEUHDNGRZQௐEDVHGௐRQௐWKHௐLQIRUPDWLRQௐ\RXௐSURYLGHG2EWDLQLQJௐ4XRWHVௐ2QOLQHƔௐௐௐௐ0HPEHUVௐFDQௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐKWWSVZZZQDWLRQDODXWRIOHHWJURXSFRPௐIRUௐIUHHௐ7KLVௐSURWHFWVௐPHPEHUௐ SULFLQJƔௐௐௐௐ$IWHUௐUHJLVWUDWLRQௐWKH\ OOௐUHFHLYHௐDௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐH[SODLQLQJௐWKHௐZHEVLWHƔௐௐௐௐ$ௐVHFXUHௐGDVKERDUGௐNHHSVௐDOOௐTXRWHVௐRUJDQL]HG Ɣௐௐௐௐ0HPEHUVௐFKRRVHௐWKHLUௐGHVLUHGௐEUDQGௐPRGHOௐ\HDUௐDQGௐFDWHJRU\ௐFDUVௐYDQVௐHWFƔௐௐௐௐ)LOWHUVௐKHOSௐQDUURZௐGRZQௐRSWLRQVௐFDEௐVW\OHௐGULYHWUDLQௐEHGௐOHQJWKƔௐௐௐௐ$OOௐDYDLODEOHௐIDFWRU\ௐRSWLRQVௐDUHௐGLVSOD\HGௐIRUௐHDV\ௐVHOHFWLRQƔௐௐௐௐ6RXUFHZHOOௐ3ULFHௐUHSRUWVௐVKRZௐ0653ௐPHPEHUௐSULFHௐDQGௐVDYLQJVௐSHUFHQWDJHௐDQGௐGROODUௐDPRXQWƔௐௐௐௐ2SWLRQDOௐH[WUDVௐLQFOXGHௐDGGLWLRQDOௐNH\VௐPDQXDOVௐVDOHVௐWD[ௐDQGௐXSILWVƔௐௐௐௐ$ௐILQDOௐSULQWDEOHௐTXRWHௐSDFNDJHௐLQFOXGHVௐDௐXQLTXHௐ6RXUFHZHOOௐ4XRWHௐ,'ௐQXPEHUௐGHVFULSWLRQௐDQGௐVSHFLILFDWLRQV3DUWQHULQJௐZLWKௐ8SILWWHUV Ɣௐௐௐௐ$ௐGHGLFDWHGௐZHEVLWHௐKWWSVZZZQDWLRQDODXWRIOHHWJURXSFRPௐFRQQHFWVௐPHPEHUVௐZLWKௐXSILWWHUVƔௐௐௐௐ8SILWWHUVௐFDQௐOHDUQௐDERXWௐSDUWQHULQJௐZLWKௐ1$)*ௐWRௐVHUYHௐORFDOௐPHPEHUVƔௐௐௐௐ7KLVௐVLPSOLILHVௐWKHௐSURFHVVௐRIௐJHWWLQJௐDௐYHKLFOHௐXSILWWHG 7UDFNLQJௐ2UGHUVƔௐௐௐௐ0HPEHUVௐFDQௐWUDFNௐRUGHUVௐGLUHFWO\ௐRQௐWKHௐPDLQௐZHEVLWHௐXVLQJௐWKHௐ7UDFNௐ\RXUௐRUGHUௐIHDWXUHƔௐௐௐௐ2UGHUVௐFDQௐEHௐWUDFNHGௐE\ௐHQWHULQJௐWKHௐSXUFKDVHௐRUGHUௐQXPEHUௐTXRWHௐ,'ௐXSILWௐTXRWHௐ,'ௐRUௐ9,1 2UGHUௐ&RQILUPDWLRQƔௐௐௐௐ1$)*ௐVHQGVௐDௐFRXUWHV\ௐFRQILUPDWLRQௐHPDLOௐWRௐGRXEOHFKHFNௐRUGHUௐGHWDLOVௐFRORUௐTXDQWLW\ௐXSILWௐVSHFLILFDWLRQVƔௐௐௐௐ7LWOHௐLQIRUPDWLRQௐLVௐUHTXHVWHGௐWRௐH[SHGLWHௐSDSHUZRUNௐDWௐGHOLYHU\ )DFWRU\ௐ2UGHUௐ&XW2IIௐ1RWLFHVƔௐௐௐௐ7KHௐZHEVLWHௐKLJKOLJKWVௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWRIIௐGDWHVƔௐௐௐௐ7KLVௐLQIRUPDWLRQௐLVௐDOVRௐSULQWHGௐRQௐWKHௐTXRWHௐFRYHUௐSDJHௐZKHQௐDYDLODEOH 3ULFHௐ9DOLGDWLRQௐ([DPSOHƔௐௐௐௐ$ௐVDPSOHௐEXLOGௐSURFHVVௐVKRZFDVHVௐPHPEHUௐSULFLQJௐEHQHILWVƔௐௐௐௐ7KHௐH[DPSOHௐVKRZVௐWKHௐGLIIHUHQFHௐEHWZHHQௐ0653ௐPHPEHUௐSULFHௐDQGௐWRWDOௐVDYLQJVௐSHUFHQWDJHௐDQGௐGROODUௐ DPRXQWௐ3URYLGHௐDQௐH[DPSOHௐZLWKௐVDYLQJVௐƔௐௐௐௐ7KLVௐHPSKDVL]HVௐWKHௐDGGLWLRQDOௐGLVFRXQWௐRIIHUHGௐE\ௐ1$)* 'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV :HௐKDYHௐSURYLGHGௐDௐOLVWௐRIௐRXUௐWRSௐௐPHPEHUFOLHQWVௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐVHUYLFHௐDOOௐPHPEHUVௐQDWLRQZLGHௐ/RFDWHGௐLQௐWKHௐ0DUNHWLQJௐ3ODFHௐ=,3ௐILOHௐDVௐ³1$)*ௐ7RSௐௐ0HPEHUௐ&OLHQWV´ௐ3') 'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSRLVHGௐWRௐH[SDQGௐLQWRௐ&DQDGDௐOHYHUDJLQJௐRXUௐSURYHQௐEXVLQHVVௐPRGHOௐDQGௐH[SHUWLVHௐ:HௐEHOLHYHௐWKHௐIDYRUDEOHௐH[FKDQJHௐUDWHௐDQGௐRXUௐFRPSHWLWLYHௐSULFLQJௐVWUXFWXUHௐFUHDWHௐDQௐLGHDOௐRSSRUWXQLW\ௐWRௐSDUWQHUௐZLWKௐ &DQDGLDQௐGHDOHUௐJURXSVௐXOWLPDWHO\ௐVHUYLQJௐPHPEHUVௐDFURVVௐ1RUWKௐ$PHULFD ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ WKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐDUHௐQRWௐVHUYLQJௐ&DQDGDௐDWௐWKLVௐPRPHQW ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐLHௐ JRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILWௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :H UHௐKDSS\ௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐPHPEHUVௐWKURXJKௐRXUௐௐZHEVLWHௐ:HௐRIIHUௐJRYHUQPHQWௐPHPEHUVௐDௐVSHFLILFௐ GLVFRXQWௐSURJUDPௐLQௐUHFRJQLWLRQௐRIௐWKHLUௐXVHௐRIௐWD[SD\HUௐIXQGV )RUௐQRQSURILWௐRUJDQL]DWLRQVௐZH YHௐGHVLJQHGௐDௐWDLORUHGௐSULFLQJௐSURJUDPௐWRௐPHHWௐWKHLUௐXQLTXHௐQHHGVௐDQGௐEXGJHWVௐ:H OOௐ ZRUNௐZLWKௐHDFKௐQRQSURILWௐRQௐDௐFDVHE\FDVHௐEDVLVௐWRௐHQVXUHௐWKH\ௐUHFHLYHௐWKHௐPRVWௐYDOXHௐIURPௐRXUௐVHUYLFHV 'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV )RUௐPHPEHUVௐLQௐ$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐWKHௐRQO\ௐPHPEHUVKLSௐUHTXLUHPHQWௐLVௐWKHௐVDPHௐDVௐIRUௐDOOௐRWKHUௐPHPEHUVௐ+RZHYHUௐGXHௐWRௐORJLVWLFDOௐVKLSSLQJௐFRQVWUDLQWVௐLQௐWKHVHௐUHJLRQVௐDGGLWLRQDOௐFRVWVௐPD\ௐDSSO\ :HௐFXUUHQWO\ௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐZLWKௐFKDVVLVௐFDEVௐZLWKௐXSILWVௐ,QௐWKHVHௐFDVHVௐWKHௐPHPEHUௐDJUHHVௐWRௐFRYHUௐWKHௐH[WUDௐVKLSSLQJௐFRVWௐSRUWௐFRVWௐDQGௐGULYHUௐFRVWௐDVVRFLDWHGௐZLWKௐORDGLQJௐDQGௐXQORDGLQJௐWKHLUௐYHKLFOHVௐIURPௐSRUWௐWRௐSRUWௐ7KLVௐDGGLWLRQDOௐFRVWௐZRXOGௐEHௐFOHDUO\ௐRXWOLQHGௐLQௐDQ\ௐTXRWHௐSURYLGHGௐWRௐPHPEHUVௐLQௐWKHVHௐUHJLRQV 7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐXWLOL]HVௐDௐQXPEHUௐRIௐRXWERXQGௐVWUDWHJLHVௐWRௐSURPRWHௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVQ¶WௐZDLWLQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐWRௐFRPHௐNQRFNLQJௐDERXWௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐௐ ,QVWHDGௐZH¶UHௐSURDFWLYHO\ௐKLWWLQJௐWKHௐJDVௐSHGDOௐZLWKௐRXWERXQGௐPDUNHWLQJௐVWUDWHJLHV :LWKௐRXWERXQGௐPDUNHWLQJௐ1$)*ௐLQLWLDWHVௐE\ௐSXVKLQJௐWKHௐPHVVDJHௐRXWௐWRௐRXUௐJRYHUQPHQWௐDJHQFLHVௐௐௐ ([DPSOHVௐLQFOXGHௐௐௐ Ɣௐௐௐௐ&ROGௐ(PDLOௐ&DPSDLJQVௐ7DLORUHGௐPHVVDJHVௐUHDFKLQJௐUHOHYDQWௐJRYHUQPHQWௐDJHQFLHVௐGLUHFWO\ௐ([DPSOHVௐLQFOXGHௐQHZௐYHKLFOHௐSULFLQJௐDYDLODELOLW\ௐLQௐVWRFNௐXQLWVௐQHZௐZHEVLWHௐIHDWXUHVௐKROLGD\ௐWKHPHGௐIO\HUVௐDQGௐYHKLFOHௐFXWRIIௐGDWHV Ɣௐௐௐௐ7UDGHௐ6KRZௐ3UHVHQFHௐ(QJDJLQJௐH[KLELWVௐDQGௐNQRZOHGJHDEOHௐUHSUHVHQWDWLYHVௐPDNLQJௐFRQQHFWLRQVௐDWௐNH\ௐHYHQWVƔௐௐௐௐ7DUJHWHGௐ&RQWHQWௐ&UHDWLQJௐGLYHUVHௐFDPSDLJQௐPDWHULDOVௐWKDWௐUHVRQDWHௐZLWKௐGLIIHUHQWௐJRYHUQPHQWௐVHJPHQWVௐ)RUௐH[DPSOHௐSROLFHௐYHKLFOHௐDYDLODELOLW\ௐIO\HUVௐIRUௐSROLFHௐDJHQFLHV Ɣௐௐௐௐ'DWD'ULYHQௐ'HFLVLRQVௐ7UDFNLQJௐUHVXOWVௐDQGௐRSWLPL]LQJௐFDPSDLJQVௐIRUௐPD[LPXPௐLPSDFWௐVXFKௐDVௐRSHQௐUDWHVௐFOLFNWKURXJKௐUDWHVௐWRௐJDXJHௐWKHௐHIIHFWLYHQHVVௐRIௐRXUௐHPDLOௐFDPSDLJQV 2XUௐXVHௐRIௐ&DPSDLJQHUௐ(PDLOௐ0DUNHWLQJௐSODWIRUPௐVHUYLFHௐLVௐDௐ&50ௐGDWDEDVHௐXVHGௐWRௐPRQLWRUௐVHQGௐDQGௐWUDFNௐHIIHFWLYHQHVVௐRIௐHPDLOVௐDQGௐPRUHௐௐ7KLVௐVHUYLFHௐKDVௐDVVLVWHGௐLQௐVWUHDPOLQLQJௐHPDLOௐIO\HUௐPHVVDJHVௐWRௐPDQ\ௐRIௐRXUௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ&DPSDLJQHUௐKDVௐEHHQௐDQௐHVVHQWLDOௐWRROௐLQௐQRWௐRQO\ௐFUHDWLQJௐQHZௐFDPSDLJQVௐEXWௐUHFXUULQJௐFDPSDLJQVௐWRௐHQVXUHௐRXUௐPHVVDJHௐLVௐVHQWௐWRௐQHZௐSRWHQWLDOௐFOLHQWVௐௐ 7KLVௐW\SHௐRIௐRXWERXQGௐPDUNHWLQJௐIRVWHUVௐSURDFWLYHௐHQJDJHPHQWௐZLWKௐSRWHQWLDOௐFXVWRPHUVௐVSDUNLQJௐWKHLUௐLQWHUHVWௐLQௐRXUௐSURGXFWVௐ:HௐLQYLWHௐWKHPௐWRௐH[SORUHௐWKHௐGLYHUVHௐSURGXFWௐUDQJHௐVKRZFDVHGௐRQௐRXUௐ1$)*ௐZHEVLWHௐFRQYHQLHQWO\ௐDFFHVVLEOHௐWKURXJKௐERWKௐSKRQHௐFDOOVௐDQGௐZHEVLWHௐYLVLWVௐ 7RௐIXUWKHUௐHPSRZHUௐWKHLUௐEX\LQJௐMRXUQH\ௐZHௐHQFRXUDJHௐUHJLVWUDWLRQௐ,WௐQRWௐRQO\ௐXQORFNVௐUHDOWLPHௐSURGXFWௐDYDLODELOLW\ௐEXWௐDOVRௐJUDQWVௐDFFHVVௐWRௐRXUௐLQQRYDWLYHௐVHOITXRWLQJௐV\VWHPௐ7KLVௐLQWXLWLYHௐWRROௐHPSRZHUVௐFXVWRPHUVௐZLWKௐWKHௐDXWRQRP\ௐWRௐFUHDWHௐXQOLPLWHGௐSHUVRQDOL]HGௐTXRWHVௐWDLORULQJௐWKHPௐWRௐWKHLUௐVSHFLILFௐQHHGVௐDQGௐEXGJHWௐ%\ௐHOLPLQDWLQJௐWKHௐZDLWௐIRUௐ WUDGLWLRQDOௐTXRWHVௐWKLVௐVHOIVHUYLFHௐRSWLRQௐVWUHDPOLQHVௐWKHௐSURFHVVௐIRVWHULQJௐDௐVHQVHௐRIௐFRQWUROௐDQGௐRZQHUVKLSௐIRUௐWKHௐFXVWRPHUௐ8OWLPDWHO\ௐWKLVௐRXWERXQGௐPDUNHWLQJௐDSSURDFKௐFRXSOHGௐZLWKௐRXUௐXVHUIULHQGO\ௐVHOITXRWLQJௐV\VWHPௐHPSRZHUVௐSRWHQWLDOௐFXVWRPHUVௐWRௐFRQILGHQWO\ௐH[SORUHௐDQGௐFRQILGHQWO\ௐPDNHௐLQIRUPHGௐGHFLVLRQV %XVLQHVVௐWRௐ%XVLQHVVௐ0DUNHWLQJௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ1$)*ௐDFNQRZOHGJHVௐWKHௐLPSRUWDQFHௐRIௐEXLOGLQJௐVWURQJௐUHODWLRQVKLSVௐZLWKௐORFDOௐXSILWWLQJௐERG\ௐ FRPSDQLHVௐ7KDW VௐZK\ௐZHௐHPSOR\ௐVWUDWHJLFௐEXVLQHVVWREXVLQHVVௐ%%ௐPDUNHWLQJௐVWUDWHJLHVௐWRௐDWWUDFWௐSRWHQWLDOௐSDUWQHUVௐDQGௐFUHDWHௐDௐPXWXDOO\ௐEHQHILFLDOௐHFRV\VWHP,QWURGXFLQJௐ2XUௐ3DUWQHUௐ:HEVLWH :HௐHQFRXUDJHௐDQ\ௐERG\ௐXSILWWLQJௐFRPSDQ\ௐWRௐYLVLWௐRXUௐGHGLFDWHGௐSDUWQHUௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐ7KLVௐSODWIRUPௐPDNHVௐLWௐHDV\ௐIRUௐORFDOௐXSILWWLQJௐFRPSDQLHVௐWRௐH[SORUHௐWKHௐEHQHILWVௐRIௐFROODERUDWLQJௐZLWKௐ1$)*.H\ௐ3HUNVௐIRUௐ8SILWWLQJௐ%RG\ௐ&RPSDQLHVƔௐௐௐௐ(QKDQFHGௐ9LVLELOLW\ௐ*HWௐWKHௐERG\ௐFRPSDQ\¶VௐFRPSDQ\ௐSURILOHௐOLVWHGௐRQௐRXUௐZHEVLWHௐPDNLQJௐWKHPௐVHDUFKDEOHௐE\ௐ1$)* VௐH[WHQVLYHௐQHWZRUNௐRIௐJRYHUQPHQWௐFOLHQWVƔௐௐௐௐ7DUJHWHGௐUHIHUUDOVௐ:HௐDFWLYHO\ௐFRQQHFWௐXSILWWLQJௐFRPSDQLHVௐZLWKௐTXDOLILHGௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐWKHLUௐVSHFLILFௐH[SHUWLVH Ɣௐௐௐௐ3URILOHௐ&XVWRPL]DWLRQௐ3DUWQHUVௐDUHௐHQFRXUDJHGௐWRௐFUHDWHௐDௐXQLTXHௐSURILOHௐVKRZFDVLQJௐWKHௐERG\ௐFRPSDQ\ VௐVWUHQJWKVௐH[SHULHQFHௐDQGௐVHUYLFHௐRIIHULQJVƔௐௐௐௐ*HRJUDSKLFௐ5HDFKௐ([SDQGௐWKHௐQHWZRUNௐE\ௐKDYLQJௐRXUௐSDUWQHUV¶ௐFRQWDFWௐLQIRUPDWLRQௐDQGௐORFDWLRQௐGLVSOD\HGௐRQௐRXUௐ LQWHUDFWLYHௐPDS %\ௐSDUWQHULQJௐZLWKௐ1$)*ௐERG\ௐFRPSDQLHVௐJDLQௐDFFHVVௐWRௐDௐYDVWௐSRROௐRIௐSRWHQWLDOௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐYHKLFOHௐ XSILWWLQJௐVHUYLFHVௐ,QௐWXUQௐWKHௐERG\ௐFRPSDQ\ௐKHOSVௐXVௐIXOILOOௐFOLHQWௐQHHGVௐDQGௐGHOLYHUௐFRPSUHKHQVLYHௐYHKLFOHௐVROXWLRQV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOVRௐH[HUFLVHVௐWKHௐXVHௐRIௐLQERXQGௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐௐௐ2XUௐPDUNHWLQJௐGHSDUWPHQWௐFXOWLYDWHVௐDௐWDUJHWHGௐDXGLHQFHௐE\ௐPDLQWDLQLQJௐDௐGDWDEDVHௐRIௐUHJLVWHUHGௐJRYHUQPHQWௐ DJHQFLHVௐRQௐRXUௐZHEVLWHௐDQGௐQXUWXULQJௐSDVWௐFXVWRPHUVௐZKRௐKDYHௐH[SHULHQFHGௐWKHௐEHQHILWVௐRIௐRXUௐRIIHULQJVௐ7KLVௐDOORZVௐXVௐWRௐGHOLYHUௐUHOHYDQWௐFRQWHQWௐDQGௐUHVRXUFHVௐGLUHFWO\ௐWRௐWKRVHௐDOUHDG\ௐLQWHUHVWHGௐLQௐRXUௐVROXWLRQVௐIRVWHULQJௐWUXVWௐDQGௐEUDQGௐOR\DOW\ௐ 5HODWLRQVKLSௐEXLOGLQJௐLVௐDQRWKHUௐWHFKQLTXHௐXVHGௐWRௐIRVWHUௐSRVLWLYHௐUHODWLRQVௐZLWKௐFOLHQWVௐWRௐEHFRPHௐORQJWHUPௐFXVWRPHUVௐௐ1$)*ௐWHDPௐSURYLGHVௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐDQGௐVXSSRUWௐWRௐHQFRXUDJHௐZRUGௐRIௐPRXWKௐUHIHUUDOௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐH[SHULHQFHGௐE\ௐFXVWRPHUVௐKDVௐOHGௐWRௐDQௐLQFUHDVHGௐQXPEHUௐRIௐVDOHVௐWKURXJKௐUHIHUUDOVௐௐ2XUௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐUHIHUUDOV Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJHௐWRௐHQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV7KHௐFUHDWLRQௐRIௐWKHௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDSSௐLVௐRQHௐZD\ௐWRௐEXLOGௐDௐVWURQJHUௐUHODWLRQVKLSௐZLWKௐLQWHUHVWHGௐEX\HUVௐDQGௐHPSRZHUௐWKHPௐZLWKௐWKHௐLQIRUPDWLRQௐWKH\ௐQHHGௐ%\ௐGRZQORDGLQJௐRXUௐ1$)*ௐDSSௐFOLHQWVௐDUHௐDEOHௐWR Ɣௐௐௐௐ5HFHLYHௐLQVWDQWௐSXVKௐQRWLILFDWLRQVௐRQௐWKHLUௐSKRQHVௐUHJDUGLQJௐQHZௐYHKLFOHௐDYDLODELOLW\ௐ%HௐWKHௐILUVWௐWRௐNQRZௐZKHQௐQHZௐYHKLFOHVௐDUULYHௐRQௐWKHௐORWௐWKDWௐPDWFKௐ\RXUௐVSHFLILFௐQHHGVௐDQGௐSUHIHUHQFHVƔௐௐௐௐ6WD\ௐLQIRUPHGௐDERXWௐFUXFLDOௐFXWRIIௐGDWHVௐ(QVXUHௐFOLHQWVௐGRQ WௐPLVVௐRXWௐRQௐௐGHDGOLQHVௐE\ௐKDYLQJௐWKHPௐFRQYHQLHQWO\ௐ GHOLYHUHGௐVWUDLJKWௐWRௐ\RXUௐSKRQHƔௐௐௐௐ9LHZௐ$YDLODEOHௐ,Q6WRFNௐ8QLWVௐ6FUROOௐWKURXJKௐDௐOLVWௐRIௐLQௐVWRFNௐYHKLFOHVௐDYDLODEOHௐRQௐRXUௐZHEVLWHௐ $ௐVSHFLILFௐLQERXQGௐPDUNHWLQJௐWDFWLFௐWKDWௐFDQௐVLJQLILFDQWO\ௐERRVWௐRXUௐRQOLQHௐSUHVHQFHௐLVௐWKHௐGHYHORSPHQWௐRIௐVHDUFKௐHQJLQHௐRSWLPL]DWLRQௐ6(2ௐ%\ௐRSWLPL]LQJௐRXUௐZHEVLWHௐIRUௐUHOHYDQWௐNH\ZRUGVௐDQGௐXVHUௐH[SHULHQFHௐZHௐFDQௐDWWUDFWௐPRUHௐTXDOLILHGௐYLVLWRUVௐRUJDQLFDOO\ௐDQGௐHVWDEOLVKௐ1$)*ௐDVௐDௐOHDGLQJௐQDPHௐLQௐLWVௐILHOG +HUH VௐKRZௐZH UHௐDFWLYHO\ௐLPSOHPHQWLQJௐ6(2ௐRQௐWKHௐ1$)*ௐZHEVLWH 5HZULWLQJௐWKHௐ1$)*ௐ6WRU\Ɣௐௐௐௐ%\ௐFUDIWLQJௐDௐFRPSHOOLQJௐDQGௐLQIRUPDWLYHௐZHESDJHௐWKDWௐFOHDUO\ௐGHILQHVௐZKRௐZHௐDUHௐZKDWௐZHௐGRௐDQGௐKRZௐZHௐEHQHILWௐRXUௐDXGLHQFH Ɣௐௐௐௐ,QFOXGHGௐUHOHYDQWௐNH\ZRUGVௐQDWXUDOO\ௐWKURXJKRXWௐWKHௐFRQWHQWௐLQFOXGLQJௐSURGXFWௐQDPHVௐPLVVLRQௐVWDWHPHQWௐDQGௐFRQWUDFWௐQXPEHUVƔௐௐௐௐ(QVXUHGௐWKHௐSDJHௐLVௐFRQFLVHௐDQGௐVFDQQDEOHௐEUHDNLQJௐXSௐWH[WௐZLWKௐKHDGLQJVௐDQGௐEXOOHWௐSRLQWVௐ2Q3DJHௐ2SWLPL]DWLRQௐ7HFKQLTXHVƔௐௐௐௐ7LWOHௐWDJVௐ(DFKௐSDJHௐLQFOXGHVௐDௐXQLTXHௐDQGௐGHVFULSWLYHௐWLWOHௐWDJௐXQGHUௐௐFKDUDFWHUVௐWKDWௐDFFXUDWHO\ௐUHIOHFWVௐWKHௐFRQWHQWௐDQGௐLQFOXGHVௐUHOHYDQWௐNH\ZRUGVƔௐௐௐௐ0HWDௐGHVFULSWLRQVௐ&UDIWLQJௐFDSWLYDWLQJௐPHWDௐGHVFULSWLRQVௐXQGHUௐௐFKDUDFWHUVௐWKDWௐHQWLFHௐXVHUVௐWRௐFOLFNௐDQGௐ VXPPDUL]HௐWKHௐSDJH VௐYDOXHௐSURSRVLWLRQƔௐௐௐௐ+HDGHUௐWDJVௐ6WUXFWXUHGௐWKHௐFRQWHQWௐZLWKௐFOHDUௐKHDGLQJVௐDQGௐVXEKHDGLQJVௐ+ௐ+ௐHWFௐWRௐLPSURYHௐUHDGDELOLW\ௐDQGௐVHDUFKௐHQJLQHௐFUDZODELOLW\ Ɣௐௐௐௐ,PDJHVௐ2SWLPL]HௐLPDJHௐILOHௐQDPHVௐDQGௐDOWௐWH[WௐZLWKௐUHOHYDQWௐNH\ZRUGVௐWRௐLQFUHDVHௐDFFHVVLELOLW\ௐDQGௐLPDJHௐVHDUFKௐUDQNLQJƔௐௐௐௐ,QWHUQDOௐOLQNLQJௐ&RQQHFWLQJௐUHODWHGௐSDJHVௐZLWKLQௐWKHௐZHEVLWHௐXVLQJௐGHVFULSWLYHௐDQFKRUௐWH[W Ɣௐௐௐௐ6RFLDOௐPHGLDௐ(QVXUHௐVRFLDOௐPHGLDௐSURILOHVௐDQGௐVKDUHௐEXWWRQVௐDUHௐOLQNHGௐWRௐRXUௐSDJHVௐ %\ௐLPSOHPHQWLQJௐWKHVHௐDFWLRQDEOHௐ6(2ௐVWUDWHJLHVௐZHௐFDQௐVLJQLILFDQWO\ௐLPSURYHௐ1$)* VௐRQOLQHௐSUHVHQFHௐDWWUDFWௐPRUHௐ TXDOLILHGௐOHDGVௐDQGௐHVWDEOLVKௐRXUVHOYHVௐDVௐDௐWKRXJKWௐOHDGHUௐLQௐWKHௐLQGXVWU\:KHQௐWKHௐWHUPVௐ³JRYHUQPHQWௐIOHHWௐYHKLFOHௐSXUFKDVLQJ´ௐ³SXUFKDVLQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³JRYHUQPHQWௐYHKLFOHௐSXUFKDVLQJ´ௐ³KRZௐGRௐ,ௐSXUFKDVHௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³SXUFKDVLQJௐJRYHUQPHQWௐIOHHW´ௐ³JRYHUQPHQWௐYHKLFOHௐ SURFXUHPHQW´ௐ³SURFXULQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´DUHௐHQWHUHGௐLQௐWKHௐJRRJOHௐVHDUFKௐEXWWRQௐ1$)*ௐLVௐRQௐWKHௐWRSௐILYHௐVHDUFKௐUHVXOWVௐ ௐ 6RFLDOௐPHGLDௐLVௐDௐFULWLFDOௐSDUWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐ/LQNHGLQௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ3ODWIRUPVௐOLNHௐ/LQNHG,QௐRIIHUௐLQYDOXDEOHௐWRROVௐIRUௐSURIHVVLRQDOௐQHWZRUNLQJௐDOORZLQJௐLQGLYLGXDOVௐWRௐH[SDQGௐWKHLUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐDQGௐLQGXVWU\ௐOHDGHUVௐ $ௐSULPHௐH[DPSOHௐLVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZKLFKௐHIIHFWLYHO\ௐXWLOL]HVௐ/LQNHG,QௐWRௐUHDFKௐRXWௐWRௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐIRVWHULQJௐVWURQJHUௐUHODWLRQVKLSVௐDQGௐFRPPXQLW\ௐHQJDJHPHQW%H\RQGௐSURIHVVLRQDOௐFRQQHFWLRQVௐVRFLDOௐPHGLDௐVHUYHVௐDVௐDௐSRZHUIXOௐEULGJHௐEHWZHHQௐLQGLYLGXDOVௐDQGௐWKHLUௐJRYHUQLQJௐ ERGLHVௐ%\ௐIROORZLQJௐJRYHUQPHQWௐSDJHVௐRQௐ,QVWDJUDPௐDQGௐ7ZLWWHUௐJRYHUQPHQWௐPXQLFLSDOLWLHVௐFDQௐJDLQௐYDOXDEOHௐLQVLJKWVௐLQWRௐSUHVVLQJௐLVVXHVௐDQGௐLPSRUWDQWௐDQQRXQFHPHQWV ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ +RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐSURYLGHௐDௐZLGHௐYDULHW\ௐRIௐSURGXFWVௐDQGௐVHUYLFHVௐௐ7KH\ௐDLPௐWRௐVLPSOLI\ௐWKHௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐௐ7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐFRRSHUDWLYHௐFRQWUDFWௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐ IURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐVKRZLQJௐOHJLWLPDF\ௐDQGௐYHULILFDWLRQௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐXQGHUVWDQGௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐSURYLGHGௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ&OLHQWVௐUHFRJQL]HௐWKHௐ6RXUFHZHOOௐEUDQGௐDQGௐWKHLUௐYHQGRUVௐDVௐDௐWUXVWHGௐVRXUFHௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ7KHௐPDLQௐ VHOOLQJௐSRLQWௐRIௐWKHௐEUDQGௐLVௐWKHௐHOLPLQDWLRQௐRIௐWKHௐQHHGௐWRௐJRௐRXWௐWRௐELGௐௐ6RXUFHZHOOௐKDVௐGRQHௐWKHௐELGGLQJௐIRUௐWKHௐJRYHUQPHQWௐHQWLWLHVௐZKLFKௐVLPSOLILHVௐWKHௐSXUFKDVLQJௐSURFHVVௐௐ7KLVௐSURFHVVௐQRWௐRQO\ௐVDYHVௐPRQH\ௐEXWௐYDOXDEOHௐWLPHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ 6WDWHVௐௐ 7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐDQGௐZHௐDUHௐSURXGௐWRௐEHௐSDUWௐRIௐWKLVௐG\QDPLFௐௐ 6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐPRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KHௐ6RXUFHZHOOௐFRQWUDFWௐFDQௐEHௐDOVRௐFXVWRPL]HGௐWRௐPHHWௐWKHௐQHHGVௐRIௐWKHௐFOLHQWௐௐ7KHௐ VDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐRQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐE\ௐHQVXULQJௐFOLHQWVௐZHௐZLOOௐDOZD\VௐDVVLVWௐWKHPௐZLWKௐWKHLUௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVௐIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐ:HௐYRZௐWRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS6RXUFHZHOOௐLVQ WௐMXVWௐDௐWUXVWHGௐEUDQGௐLW VௐDௐFRPSUHKHQVLYHௐVROXWLRQௐIRUௐJRYHUQPHQWௐSURFXUHPHQWௐ)URPௐYHKLFOHVௐDQGௐIRRGௐWRௐWHFKQRORJ\ௐDQGௐDGPLQLVWUDWLYHௐVHUYLFHVௐWKH\ௐRIIHUௐDௐGLYHUVHௐUDQJHௐRIௐKLJKTXDOLW\ௐSURGXFWVௐDQGௐVHUYLFHVௐ3DUWQHULQJௐ ZLWKௐSUHYHWWHGௐYHQGRUVௐHQVXUHVௐUHOLDELOLW\ௐDQGௐSHDFHௐRIௐPLQG7KHௐIOH[LELOLW\ௐRIௐ6RXUFHZHOOௐFRQWUDFWVௐDOORZVௐXVௐWRௐWDLORUௐRXUௐVHUYLFHVௐWRௐDௐVSHFLILFௐQHHGௐXQOLNHௐWKHௐRQHVL]HILWVDOOௐDSSURDFKௐRIௐW\SLFDOௐELGGLQJௐ *RYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐOLNHௐ1$)*ௐKDYHௐXWLOL]HGௐ6RXUFHZHOOௐWRௐSURFXUHௐWKHLUௐQHHGVௐHIILFLHQWO\ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ ,IௐVRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHௐVSHFLILFௐQHHGVௐRIௐWKHLUௐDJHQF\ௐௐ$ௐ SHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐUHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐQRWHGௐRQௐWKHௐVHOITXRWLQJௐRQOLQHௐV\VWHPௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐSXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐௐ,IௐVXSSRUWௐ LVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSVௐDUHௐDYDLODEOHௐWRௐDVVLVWௐWKHௐFOLHQWௐVWHSௐE\ௐVWHSௐௐ 2QFHௐWKHௐYHKLFOHௐLVௐEXLOWௐWRௐWKHௐFOLHQW¶VௐQHHGVௐJRYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐXSORDGௐDௐSXUFKDVHௐRUGHUௐIURPௐ WKHLUௐDFFRXQWௐWRௐSXUFKDVHௐDௐYHKLFOHௐௐ1$)*ௐZLOOௐWKHQௐSURFHVVௐWKHௐSXUFKDVHௐRUGHUௐDQGௐSODFHௐWKHௐYHKLFOHௐRQௐRUGHUௐZLWKௐWKHௐPDQXIDFWXUHUௐௐ*RYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐWUDFNௐWKHௐVWDWXVௐRIௐWKHLUௐRUGHUௐXVLQJௐWKHௐ(7$ௐWUDFNLQJௐDYDLODEOHௐRQௐWKHௐ1$)*ௐZHEVLWHௐ 2XUௐZHEVLWHௐSXWVௐWKHௐSRZHUௐWRௐRUGHUௐYHKLFOHVௐGLUHFWO\ௐLQௐ\RXUௐKDQGVௐZLWKௐDௐXVHUIULHQGO\ௐDSSURDFKௐWKDWௐHPSRZHUVௐ JRYHUQPHQWௐDJHQFLHVௐWRௐFKRRVHௐWKHௐSHUIHFWௐVROXWLRQௐIRUௐWKHLUௐQHHGVௐ%URZVHௐWKURXJKௐDௐFRPSUHKHQVLYHௐVHOHFWLRQௐRIௐYHKLFOHௐPDNHVௐDQGௐPRGHOVௐRUௐFXVWRPL]Hௐ\RXUௐLGHDOௐYHKLFOHௐZLWKௐIHDWXUHVௐWDLORUHGௐWRௐ\RXUௐVSHFLILFௐUHTXLUHPHQWVௐ*HWௐDௐSHUVRQDOL]HGௐTXRWHௐZLWKௐXSIURQWௐSULFLQJௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐ\RXUௐFKRVHQௐYHKLFOHௐ8SILWWLQJௐQHHGHG"ௐ1RௐSUREOHPௐ5HDFKௐRXWௐWRௐRXUௐGHGLFDWHGௐVDOHVௐWHDPௐYLDௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐVLPSO\ௐPHQWLRQௐ\RXUௐUHTXLUHPHQWVௐGLUHFWO\ௐLQௐWKHௐVHOITXRWLQJௐV\VWHP2QFHௐDௐJRYHUQPHQWௐPXQLFLSDOLW\ௐLVௐUHDG\ௐWRௐSXUFKDVHௐWKH\ௐFDQௐVLPSO\ௐVXEPLWௐDௐSXUFKDVHௐRUGHUௐWKURXJKௐWKHLUௐRQOLQHௐDFFRXQWௐ:HௐRIIHUௐFRPSOHWHௐDXWRQRP\ௐDOORZLQJௐEX\HUVௐWRௐDFTXLUHௐYHKLFOHVௐZLWKRXWௐQHHGLQJௐWRௐVSHDNௐGLUHFWO\ௐWRௐDௐVDOHVௐ UHSUHVHQWDWLYHௐௐ+RZHYHUௐRXUௐH[SHUWௐWHDPௐLVௐDOZD\VௐDYDLODEOHௐWRௐDVVLVWௐLIௐWKH\ௐQHHGௐDௐKHOSLQJௐKDQGௐ2XUௐDVVLVWDQFHௐLVௐDYDLODEOHௐYLDௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐ±)RUௐJRYHUQPHQWௐDJHQFLHVௐWKHௐSURFHVVௐLVௐVWUHDPOLQHGௐHYHQௐIXUWKHUௐ7KH\ௐDUHௐDEOHௐWRௐVWD\ௐLQIRUPHGௐWKURXJKRXWௐWKHௐHQWLUHௐ MRXUQH\ௐZLWKௐRXUௐFRQYHQLHQWௐ(7$ௐWUDFNLQJௐV\VWHPௐDFFHVVLEOHௐULJKWௐRQௐWKHௐ1$)*ௐZHEVLWH([SHULHQFHௐWKHௐFRQYHQLHQFHௐDQGௐFRQWUROௐRIௐRQOLQHௐYHKLFOHௐRUGHULQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐZLWKௐ1$)*ௐ9LVLWௐRXUௐZHEVLWHௐWRGD\ௐDQGௐHPSRZHUௐ\RXUௐDJHQF\ௐWRௐDFTXLUHௐWKHௐSHUIHFWௐYHKLFOHௐVROXWLRQ $VௐRIௐWRGD\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐRYHUௐௐPHPEHUVௐUHJLVWHUHGௐRQௐRXUௐZHEVLWHௐDQGௐௐFXVWRPHUVௐEX\LQJௐIURPௐXV 7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 1$)*ௐH[WHQGVௐDQ\ௐDQGௐDOOௐ6HUYLFHௐ7UDLQLQJௐ3URJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐ0DQ\ௐRIௐWKHௐSURJUDPVௐRIIHUHGௐDUHௐTXRWHGௐLQGLYLGXDOO\ௐE\ௐWKHௐPDQXIDFWXUHௐEDVHGௐRQௐFODVVௐVL]HௐDQGௐUHJLRQௐRIௐWKHௐFRXQWU\ௐ1$)*ௐZLOOௐSDVVௐWKHVHௐTXRWHVௐRQWRௐWKHௐPHPEHUௐDWௐ1$)*ௐFRVW 'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU:LWKௐZRUOGௐOHDGHUVௐLQௐFKDVVLVௐWHFKQRORJ\ௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRU¶VௐDQGௐ0$&.ௐ7UXFNௐZKLFKௐWKHௐPHPEHUௐDXWRPDWLFDOO\ௐJHWVௐWKHௐEHQHILWௐRIௐWKHௐODWHVWௐXSௐWRௐGDWHௐWHFKQRORJ\ௐ1$)*ௐRIIHUVௐRXUௐGHDOHUௐERG\ௐWRௐWKHௐ PHPEHUVௐIRUௐWKHௐPRVWௐOHDGLQJௐXSௐWRௐGDWHௐLQIRUPDWLRQ 'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 1$)*ௐKDVௐ3DUWQHUHGௐWRௐFUHDWHௐDௐௐ86ௐ0D\RUௐ'ULYHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐZZZ'ULYHHYIOHHWRUJௐWRௐKHOSௐVSUHDGௐWKHௐEHQHILWௐRIௐPHPEHUVௐJRLQJௐௐJUHHQௐ:HௐKDYHௐௐ3XUHௐ(OHFWULFௐYHKLFOHVௐWRௐRIIHUௐVXFKௐDVௐWKHௐ&KHYUROHWௐ%ROWௐDQGௐ)RUGௐ)XVLRQௐZKLFKௐDUHௐDOOௐSUHGHFHVVRUVௐWRௐWKHௐ$OOௐ1HZௐ)RUGௐ(OHFWULFௐ)ௐ:HௐDUHௐFHUWDLQௐRYHUௐWKHௐQH[WௐIHZௐ\HDUVௐ)RUGௐDQGௐPDQ\ௐRWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐPDNLQJௐDYDLODEOHௐௐSXUHௐHOHFWULFௐFDEௐFKDVVLVௐIRUௐ PHPEHUVௐWRௐVHOHFWௐIURP ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV )RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐMXVWௐWRௐQDPHௐௐRIௐWKHௐௐ2(0 VௐZHௐDUHௐUHSUHVHQWLQJௐKDYHௐOHDGLQJௐHGJHௐFHUWLILFDWLRQVௐDQGௐUDWLQJௐZKLFKௐSURYLGHௐWKHPௐWKHௐDELOLW\ௐWRௐRIIHUௐWKHUHௐSURGXFWVௐQDWLRQZLGH 'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ6%(ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐ+8%ௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐGRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐDVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKROGௐDௐ0LQRULW\ௐ&HUWLILFDWLRQௐWKURXJKௐWKHௐ&DOLIRUQLDௐ&OHDULQJௐ+RXVHௐ$XWKRUL]DWLRQ :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" 1$)* VௐGHGLFDWLRQௐWRௐWKHௐPHPEHUௐ1$)*ௐKDVௐEXLOWௐLWVௐGLYLVLRQௐVROHO\ௐIRUௐWKHௐSXUSRVHௐRIௐVHUYLQJௐWKHௐPHPEHUVௐH[SHULHQFHௐIURPௐRXUௐKRXUௐPHPEHUௐZHEVLWHௐRUௐZHEVLWHௐLPSURYHPHQWVௐDQGௐFDSDELOLWLHVௐWRௐWKLQNLQJௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐDௐPHPEHUௐILQGௐDௐVROXWLRQ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH <RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" :HௐKDYHௐDWWDFKHGௐDOOௐ:DUUDQW\ௐLQIRUPDWLRQௐSURYLGHGௐE\ௐDOOௐௐPDQXIDFWXUHUVௐRIIHUHGௐLQௐRXUௐSURSRVDOௐDVௐDQௐDGGHGௐDWWDFKPHQW 'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"(DFKௐPDQXIDFWXUHUௐKDYHௐWKHUHௐRZQௐXVDJHௐUHVWULFWLRQVௐWKDWௐDௐPHPEHUௐVKRXOGௐEHௐDZDUHௐRIௐ6XFKௐDQௐLPSURSHUௐXVHௐRIௐDௐFKDVVLVௐPD\ௐQRWௐDOORZௐLWௐWRௐEHௐFRYHUHGௐXQGHUௐZDUUDQW\ௐ)RUௐH[DPSOHௐDௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUDWHGௐSXUVXLWௐ YHKLFOHௐZRXOGௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ:HௐHQFRXUDJHௐIRUௐHDFKௐPHPEHUௐWRௐFRQWDFWௐXVௐIRUௐWKHUHௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"<HVௐLQௐVRPHௐFDVHVௐRIௐDௐEUHDNGRZQௐHYHQWௐPDQXIDFWXUHUVௐZRXOGௐWRZௐ\RXUௐYHKLFOHௐWRௐWKHUHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐIDFLOLW\ $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐDVௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ +RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" (DFKௐPDQXIDFWXUHௐLVௐGLIIHUHQWௐDQGௐZHௐHQFRXUDJHௐSULRUௐWRௐSXUFKDVLQJௐDௐSURGXFWௐWRௐFDOOௐLQௐDQGௐDVNௐDERXWௐ\RXUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐLW¶VௐFRYHUHG :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐSROLFLHV":HௐRIIHUௐQRௐH[FKDQJHௐUHWXUQௐSURJUDPVௐRUௐSROLFLHVௐ2QFHௐDQௐRUGHUௐLVௐLQௐSURGXFWLRQௐZLWKௐWKHௐIDFWRU\ௐDQGௐ1$)*ௐFDQௐQRWௐFDQFHOௐWKHௐRUGHUௐDIWHUௐWU\LQJௐWRௐFDQFHOௐZLWKௐWKHௐPDQXIDFWXUHUௐWKHQௐWKHௐRUGHUௐLVௐQRQFDQFHOODEOH 'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO:HௐRIIHUௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐWRௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐZKLFKௐDௐFXVWRPL]HGௐVHUYLFHௐFRQWUDFWௐFDQௐEHௐFUHDWHGௐ1$)*ௐZLOOௐWUHDWௐHDFKௐRIௐWKHVHௐDVௐDQௐDGGHGௐIDFWRU\ௐRSWLRQௐDQGௐIROORZௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐLQௐWKHௐSULFHௐILOH 7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐPHWKRGV 3D\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐGD\ௐJUDFHௐSHULRG 'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐRIIHUௐ6RXUFHZHOOௐ&RQWUDFWௐ/HDVHௐ7HUPVௐWRௐDOOௐ1$)*ௐ4XRWHVௐIRUௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐ:HௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ=LSௐ)LOHௐ&DOOHGௐ³0HPEHUௐ :DONௐ7KURXJK´ 'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐSURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐRUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWFௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐDVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH :HௐDWWDFKHGௐRXUௐ6WDQGDUGௐ'RFXPHQWVௐWKDWௐDOOௐPHPEHUௐZRXOGௐVHHௐLQௐDௐW\SLFDOௐWUDQVDFWLRQௐ6WDUWLQJௐZLWKௐDOOௐTXRWHVௐZKLFKௐFRQWDLQௐWKHUHௐXQLTXHௐ4XRWHௐ,'ௐRQௐWKHௐWRSௐRIௐHDFKௐTXRWHௐ$ௐPHPEHUௐFDQௐWKHQௐFDOOௐDQGௐKHOSௐXVௐLGHQWLI\ௐZKLFKௐTXRWHௐWKH\ௐDUHௐLQTXLULQJௐZLWKLQௐVRௐZHௐFDQௐKHOSௐKHPௐTXLFNHUௐ (DFKௐTXRWHௐKDVௐLWVௐOLVWௐRIௐVWDQGDUGௐHTXLSPHQWௐDQGௐVHOHFWHGௐHTXLSPHQWௐWKHௐPHPEHUௐKDVௐFKRVHQௐIRUௐWKHPVHOYHVௐ)ROORZHGௐE\ௐWKHௐFRQWUDFWௐGLVFRXQWௐRQௐHDFKௐFRYHUௐSDJHௐVRௐWKHௐPHPEHUௐFDQௐHDVLO\ௐVHHௐWKHUHௐ6RXUFHZHOOௐVDYLQJௐ$ௐVDPSOHௐWUDQVDFWLRQௐKDVௐEHHQௐDWWDFKHG 'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐXSௐWRௐௐௐSHUௐYHKLFOHௐDQ\ௐDPRXQWௐKLJKHUௐWKDQௐௐௐZRXOGௐFDUU\ௐDௐ3FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQௐIHHௐZKLFKௐZLOOௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDV GHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐGLVFRXQWVௐ 3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐ DQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFHௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐLVௐRIIHULQJௐ/LQHௐ,WHPௐ'LVFRXQWVௐ2IIௐ0653ௐIRUௐௐPDQXIDFWXUHUVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐLVௐRIIHULQJௐDOOௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐFKDVVLVௐFDEVௐDQGௐWUXFNVௐGHWDLOVௐDUHௐRQௐWKHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐSULFHௐILOH 4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH (DFKௐ0DQXIDFWXUHௐ3URGXFWௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ)RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ5$0ௐ6WDOODQWLVௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ &KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ$XWRFDUௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ,68=8ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 9ROYRௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ)UHLJKWOLQHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ:HVWHUQௐ6WDUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 0$&.ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ.HQZRUWKௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ3HWHUELOWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ %DWWOHௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ5,=2ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ5((ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ %ROOLQJHUௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 8SILWVௐFDQௐEHௐDGGHGௐDWௐGHDOHUௐLQYRLFHௐXSௐWRௐௐGHWDLOHGௐLQௐWKHௐSULFHௐILOH 'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐRIIHU:HௐHQFRXUDJHௐDQ\ௐDQGௐDOOௐPHPEHUVௐWRௐFRQWDFWௐXVௐLIௐFRQVLGHULQJௐRUGHULQJௐௐDWௐWLPHௐRIௐRUGHUௐRUௐPRUHௐXQLWVௐIRUௐDQௐDGGLWLRQDOௐGLVFRXQWௐTXRWH 3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐ RUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 2SHQௐ0DUNHWௐSURGXFWVௐRUௐ6RXUFHGௐ*RRGVௐZLOOௐEHௐWUHDWHGௐDVௐDQ\ௐXSILWௐDQGௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNXSௐLIௐDSSOLFDEOH ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐ H[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐWKHௐSULFHௐILOHௐLQௐLWVௐHQWLUHW\ௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEVௐFRQWDLQௐDOOௐFRVWVௐDVVRFLDWHGௐZLWKௐDOOௐTXRWHVௐ,IௐDௐPHPEHUௐZRXOGௐOLNHௐDௐTXRWHௐIRUௐDௐSDUWLFXODUௐVLWXDWLRQௐDQGௐWKHௐLWHPௐ QHHGHGௐVSHFLDOௐWUDLQLQJௐRUௐLQVWDOODWLRQௐWKHVHௐFKDUJHVௐZRXOGௐEHௐDGGHGௐDVௐSDUWௐRIௐWKHௐXSILWௐDQGௐLQFOXGHGௐLQௐWKHௐPHPEHUVௐTXRWH ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHUVௐFKDUJHௐDௐVWDQGDUGL]HGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐZKLFKௐLVௐGLVSOD\HGௐRQௐDOOௐZLQGRZௐVWLFNHUVௐDQGௐ RQௐDOOௐWUXFNVௐRQௐDௐGHDOHU¶VௐORWௐ7KLVௐLVௐQRWௐWKHௐQHHGHGௐGHVWLQDWLRQௐFKDUJHௐWKDWௐPD\EHௐFKDUJHGௐWRௐWKHQௐVKLSௐDௐFKDVVLVௐWRௐDQGௐIURPௐDQௐLQVWDOOHUௐWKHVHௐVXEVHTXHQWௐPRYHPHQWVௐDUHௐDOOௐDGGHGௐIUHLJKWௐFKDUJHVௐDQGௐZLOOௐGLVSOD\HGௐRQௐWKHௐPHPEHUVௐTXRWH 6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐ GHOLYHU\ )UHLJKWௐWRௐWKHVHௐUHJLRQVௐFDUU\ௐDௐVSHFLILFௐORJLVWLFDOௐEDUULHUௐZKLFKௐFDUU\ௐDGGHGௐFRVWௐVXFKௐDVௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWௐERWKௐWRௐDQGௐIURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐDQGௐDGGHGௐWRௐDQ\ௐTXRWHௐIRUௐWKHௐPHPEHUௐWRௐ UHYLHZ 'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO 1$)*ௐZLOOௐXWLOL]HௐWKHௐSRZHUௐDQGௐH[SHUWLVHௐRIௐWKHௐDOUHDG\ௐHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ'LVWULEXWLRQௐ1HWZRUNௐWRௐKDYHௐ PHPEHUVௐYHKLFOHVௐGHOLYHUHGௐSURPSWO\ௐWKHUHௐGHVWLQDWLRQ 7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ2IIHUVௐ0HPEHUVௐRIௐ6RXUFHZHOOௐWKHௐYHU\ௐEHVWௐVHOHFWLRQௐDQGௐVHUYLFHௐIRUௐWKHௐRYHUDOOௐEHVWௐYDOXHௐZHௐFDQௐRIIHU 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH,WHP 4XHVWLRQ 5HVSRQVH 6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐ SURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ 3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐ VDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH :HௐKDYHௐFUHDWHGௐDௐPHPEHUௐIULHQGO\ௐWRௐEXLOGௐDQGௐSULFHௐWKHUHௐFKDVVLVௐFDEVௐRQௐWKHௐSULFLQJௐLVௐEXLOWௐGLUHFWO\ௐLQWRௐWKHௐZHEVLWHௐDQGௐLVௐORDGHGௐGDLO\ௐE\ௐWKHௐPDQXIDFWXUHௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ:HௐKDYHௐVWUHDPௐOLQHGௐKRZௐRXUௐDGPLQௐIHHௐLVௐSURFHVVHGௐWRௐDOORZௐDௐTXLFNௐௐGD\ௐWXUQௐDURXQGௐRQௐTXDUWHUO\ௐUHSRUWV ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐ PHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW :HௐKDYHௐLQWHUQDOௐFKDUWVௐWKDWௐWUDFNௐKRZௐPDQ\ௐPHPEHUVௐZHௐDUHௐVHUYLQJௐSHUௐPRQWKௐDQGௐZKDWௐUHJLRQVௐZHௐQHHGௐWRௐ PDUNHWௐLQWRௐWRௐUDLVHௐDZDUHQHVVௐRIௐ6RXUFHZHOOௐDQGௐRXUௐFRQWUDFWௐ:HௐDOVRௐWUDFNௐKRZௐPDQ\ௐYHKLFOHVௐZHௐGHOLYHUௐWRௐPHPEHUVௐWRௐVHHௐLIௐRXUௐYROXPHௐLVௐSLFNLQJௐXSௐRUௐZKHUHௐWKHௐFXUUHQWௐPDUNHWௐLVௐDWௐDVௐLWௐGRHVௐIOXFWXDWH ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ &RQWUDFWௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV 2XUௐ$GPLQௐ)HHௐKDVௐEHHQௐVWUHDPOLQHGௐWRௐDOORZௐIRUௐJURZWKௐWRௐRFFXUௐZLWKௐPDLQWDLQLQJௐDௐKLJKௐOHYHOௐRIௐDFFXUDF\ௐDQGௐUHSRUWLQJௐ2XUௐSURSRVHGௐDGPLQௐIHHௐZRXOGௐIROORZௐWKHVHௐJXLGHOLQHV )ODWௐௐௐSHUௐXQLWௐIRUௐDOOௐXQLWVௐH[FOXGLQJௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGD8QLWVௐVROGௐWKURXJKௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGDௐZLOOௐKDYHௐDௐௐIODW Bid Number: RFP 032824 Vendor Name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ௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDOௐ0DQXIDFWXUHUVௐWRWDOLQJௐௐPDNHVௐDQGௐPRGHOVௐUDQJLQJௐIURPௐ&ODVVௐௐWRௐ&ODVVௐௐ&DEௐDQௐ&KDVVLVௐDQGௐWUXFNVௐ:LWKௐDYDLODEOHௐ8SILWVௐWRௐEHௐDGGHGௐUDQJLQJௐIURPௐWRROௐER[HVௐWRௐ/LQHௐ0HFKDQLFVௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐRXUௐ FKDVVLVௐFDEVௐHLWKHUௐE\ௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUௐRUௐE\ௐDௐPHPEHUVௐXSILWௐVXSSOLHUௐZRUNLQJௐZLWKௐ1$)*ௐWRௐSURYLGHௐDௐ7XUQௐ.H\ௐ4XRWH :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 1$)*ௐ/LVWVௐDOOௐPDNHVௐDQGௐPRGHOVௐLQௐHDFKௐ=,3ௐILOHௐXQGHUௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHUV´ௐUHSUHVHQWLQJௐDௐFRPELQHGௐKXQGUHG¶VௐPDNHVௐDQGௐPRGHOHQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐDORQJௐZLWKௐDௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐLQௐWKHௐSULFHௐILOH 'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐPDWHULDOVௐXWLOL]HGௐWKDWௐFRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐ GULYHUௐVDIHW\ /HDGLQJௐPDWHULDOVௐDUHௐXVHGௐE\ௐWKHௐ2(0 VௐGDLO\ௐWRௐVDIHO\ௐVXSSO\ௐDOOௐPHPEHUVௐZLWKௐWKHௐEHVWௐRQௐWKHௐPDUNHWௐSODFHௐIRUௐHDFKௐ2(0 'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐDWWULEXWHVௐUHPRWHௐ GLDJQRVWLFVௐHWFௐ\RXUௐSURSRVDOௐRIIHUV (DFKௐ2(0ௐKDVௐWKHUHௐRZQௐXQLTXHௐDWWULEXWHௐWKDWௐDOOௐFDWHUௐDQGௐVHUYHௐWKHௐ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ௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV 5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐ SDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVVௐ$OOௐXSILWWLQJௐLVௐDYDLODEOHௐDQGௐRXWOLQHGௐLQௐWKHௐSULFLQJௐ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ௐ(OHFWULFௐ9HKLFOHௐ%(9&ODVVௐௐ&KDVVLV <HV 1R %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ%(9&ODVVௐௐ&KDVVLV <HV 1R %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ%(9 &ODVVௐௐ&KDVVLV <HV 1R %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ%(9&ODVVௐௐ&KDVVLV <HV 1R %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ%(9 &ODVVௐௐ&KDVVLV <HV 1R 5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐSDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC 7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP /LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWR6RXUFHZHOOVWDQGDUG&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD3URSRVHUPXVWVXEPLWWKHSURSRVHG H[FHSWLRQVRUUHTXHVWHGPRGLILFDWLRQVYLDUHGOLQHLQWKH&RQWUDFW7HPSODWHSURYLGHGLQWKH³%LG'RFXPHQWV´VHFWLRQ3URSRVHUPXVWXSORDGWKHUHGOLQHLQWKH³5HTXHVWHG([FHSWLRQV´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³0DUNHWLQJ3ODQ´ 3ULFLQJ1$)*3ULFH)LOH]LS:HGQHVGD\0DUFK )LQDQFLDO6WUHQJWKDQG6WDELOLW\)LQDQFLDO6WUHQJWKDQG0DUNHW6WDELOLW\]LS7XHVGD\0DUFK 0DUNHWLQJ3ODQ6DPSOHV1$)*0DUNHWLQJ3ODQ]LS7XHVGD\0DUFK :0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HDOWHG&HUWLILFDWHG]LS7XHVGD\0DUFK :DUUDQW\,QIRUPDWLRQ:DUUDQW\,QIRUPDWLRQ]LS7XHVGD\0DUFK 6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6WDQGDUG7UDQVDFWLRQ'RFXPHQW]LS:HGQHVGD\0DUFK 5HTXHVWHG([FHSWLRQVRSWLRQDO 8SORDG$GGLWLRQDO'RFXPHQW8SORDGHG$//0$18)$&785('02'(/ VDQG(/(&7,5&63(& V]LS:HGQHVGD\0DUFK Bid Number: RFP 032824 Vendor Name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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURORIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\ IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDWKWWSVVDPJRY6$0RU 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHGE\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDO JRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDO RIIHQVHUHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 032824 Vendor Name: 72 HOUR LLC )LOH1DPH ,KDYHUHYLHZHGWKHEHORZDGGHQGXPDQGDWWDFKPHQWVLI DSSOLFDEOH 3DJHV $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 7KX0DUFK$0 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG0DUFK30 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B0RQ0DUFK30 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG0DUFK$0 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30 $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B7KX)HEUXDU\30 Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC Sourcewell Contract # 091521-NAF | Amendment #1 Page 1 of 1 AMENDMENT #1 TO CONTRACT # 091521-NAF THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and 72 Hour LLC dba: National Auto Fleet Group (Supplier). Sourcewell awarded a contract to Supplier to provide Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories to Sourcewell and its Participating Entities, effective November 4, 2021, through November 8, 2025 (Contract). The parties wish to amend the Proposal to ensure compliance with Sourcewell’s Procurement Policy and standard government procurement practices. NOW, THEREFORE, the parties amend the Contract as follows: Line item 28 of “Table 6: Ability to Sell and Deliver Service” of the Proposal is modified to add the following: “For Tesla and Mullen vehicles, the Participating Entity will work directly with Supplier when ordering the vehicle. Once a purchase order is issued and received by Supplier, Supplier will work with the appropriate Tesla or Mullen representative to process the order and deliver the vehicle directly to the Participating Entity. All necessary paperwork will be handled directly between the Participating Entity and Supplier.” Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell 72 Hour LLC dba: National Auto Fleet Group By: By: Jeremy Schwartz, Chief Operating Officer Jesse Cooper, Fleet Manager Date: Date: CONTRACT AMENDMENT NO.: 1 Contract No.: 25100000-23-STC Contract Name: Motor Vehicles Rev. 10/7/2024 Page 1 of 2 This Contract Amendment No. 1 (“Amendment”) to Contract No. 25100000-23-STC (“Term Contract”) is made by the Department of Management Services (“Department”), an agency of the State of Florida, located at 4050 Esplanade Way, Tallahassee, Florida 32399; and Tropical Ford, Inc. (“Contractor”), with its principal place of business located at 9900 S. Orange Blossom Trail, Orlando, FL 32837; collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Term Contract, which became effective on May 17, 2023, for the provision of Motor Vehicles; WHEREAS the Term Contract provides for one year of renewal in Exhibit D, Special Contract Conditions, subsection 2.2, Renewal and; WHEREAS the Parties agreed that the Term Contract may be amended by mutual agreement as provided in Exhibit D, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Term Contract documents, the Parties agree as follows: I. Contract Amendment. a. All references to Contract contained within the previously executed Contract documents are hereby amended to refer to the underlying agreement as “Term Contract.” b. Term Contract Exhibit C, Additional Special Contract Conditions, is hereby deleted in its entirety. All references to Exhibit C, Additional Special Contract Conditions in the Term Contract are hereby deleted. c. Term Contract Exhibit D, Special Contract Conditions, is hereby deleted and replaced in its entirety with the attached Exhibit D, Enterprise Standard Terms and Conditions, which is incorporated into the Term Contract by reference herein. d. Term Contract Section III. Contract is hereby deleted in its entirety and replaced with the following: As used in this document, “Term Contract” shall, unless the context requires otherwise, include this document and all incorporated Exhibits, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Term Contract must be in writing and signed by all Parties. All Exhibits listed below are incorporated in their entirety into, and form part of, this Term Contract. The Term Contract document and Exhibits shall have priority in the following order: Docusign Envelope ID: 84CC8D44-7817-4CC5-9CBF-715D484696FD CONTRACT AMENDMENT NO.: 1 Contract No.: 25100000-23-STC Contract Name: Motor Vehicles Rev. 10/7/2024 Page 2 of 2 i. This Contract document ii. Exhibit A, Scope of Work iii. Exhibit B, Cost Sheet (Group 1 – 7) iv. Exhibit D, Enterprise Standard Terms and Conditions v. Exhibit E, Price Quote Form (PQF) vi. Exhibit F, Acknowledgement of Order Form II. Contract Renewal. The Term Contract is renewed for a period of one year pursuant to the same terms and conditions of the Term Contract and any executed written amendments, with a new Term Contract expiration date of May 16, 2026. III. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Term Contract, the terms of this Amendment shall control. IV. Effect. The terms and conditions of the Term Contract are incorporated by reference as if fully re-written herein. The terms and conditions of the Term Contract not amended herein will remain in full effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by the undersigned duly authorized representatives. State of Florida: Department of Management Services Contractor: Tropical Ford, Inc. By: _____________________________ By: _____________________________ Name: Pedro Allende Name: Title: Secretary Title: Date: __________________________ Date: __________________________ Docusign Envelope ID: 84CC8D44-7817-4CC5-9CBF-715D484696FD FLEET MANAGER 3/25/2025 | 7:01 AM EDT Jeremy Swain 3/28/2025 | 12:09 PM EDT SP approved version 9-12-2024 Page 1 of 20 ENTERPRISE STANDARD TERMS AND CONDITIONS These Enterprise Standard Terms and Conditions set forth the terms and conditions regarding the administration of the Term Contract, including the provision of Products to Customers. Customer specific terms for purchases off this Term Contract shall be set forth in the Customer specific agreement. Exhibit D SP approved version 9-12-2024 Page 2 of 20 SECTION 1. DEFINITIONS Capitalized terms used herein are defined as follows: “Attachments” means the attachments, addenda, schedules, exhibits, and other documents, however so titled, attached hereto or incorporated by reference herein. “Business Days” means Monday through Friday, inclusive, excluding State holidays specified in section 110.117, Florida Statutes (“F.S.”). “Contractor” means the person or entity that is a party to the Term Contract and is offering Products for purchase. “Customer” means the agency, as defined in section 287.012, F.S., or eligible user, as defined in Rule 60A-1.001, Florida Administrative Code (“F.A.C.”), that makes a purchase off the Term Contract. For the avoidance of doubt, this also includes the Department when it purchases off the Term Contract. “Department” means the Department of Management Services, an agency as defined in section 287.012, F.S., responsible for the administration of this Term Contract. “Enterprise Alternate Contract Source” means a contract authorized pursuant to section 287.042(16), F.S., or approved pursuant to section 287.057(3)(b), F.S., for statewide use. “Product” means any deliverable under the Term Contract, which may include commodities and contractual services, as each is defined in section 287.012, F.S. “Product” does not include, and no State funding under the Term Contract is being provided for, promoting, advocating for, or providing training or education on “Diversity, Equity, and Inclusion” (“DEI”). DEI is any program, activity, or policy that classifies individuals on the basis of race, color, sex, national origin, gender identity, or sexual orientation and promotes differential or preferential treatment of individuals on the basis of such classification, or promotes the position that a group or an individual’s action is inherently, unconsciously, or implicitly biased on the basis of such classification. “State” means the State of Florida “State Term Contract” means a term contract that is competitively procured by the department pursuant to section 287.057, F.S. and that is used by agencies and eligible users pursuant to section 287.056, F.S. “Term Contract” means the legally enforceable term contract, as defined in section 287.012, F.S., between the Department and Contractor to which these Enterprise Standard Terms and Conditions apply, including all Attachments thereto. The Term Contract is either a State Term Contract or an Enterprise Alternate Contract Source. SECTION 2. CONTRACT AMENDMENT 2.1 Amendment. The Term Contract contains all the terms and conditions agreed upon by the parties. Unless otherwise stated in Term Contract, the Term Contract may only be amended upon mutual written agreement signed by the parties. No oral agreements or representations will be valid or binding upon the Department or the Contractor. Unless explicitly agreed to by the Department in the Term Contract, no unilateral alteration or modification of the Term SP approved version 9-12-2024 Page 3 of 20 Contract terms, including substitution of Product, will be valid or binding against the Customer. The Department and Contractor may modify the Term Contract to alter, add to, or deduct from the Term Contract specifications, provided that such changes are within the general scope of the Term Contract. The parties may make an equitable adjustment in the Term Contract price or delivery date if the change affects the cost or time of performance. SECTION 3. CONTRACT CONSTRUCTION AND ADMINISTRATION 3.1 Construction. Unless the context requires otherwise, (i) the words "include," "includes," and "including" are deemed to be followed by the words "without limitation;" (ii) the word "or" is not exclusive; and (iii) the words "herein," "hereof," "hereby," "hereto," and "hereunder" refer to the Term Contract as a whole, inclusive of all Attachments. Unless the context requires otherwise, references herein to (i) sections or Attachments mean the sections of, or Attachments to, the Term Contract; (ii) an agreement, instrument, or other document means such agreement, instrument, or other document as amended, supplemented, and modified from time to time to the extent permitted by the provisions thereof; and (iii) a statute, rule, or other law or regulation means such statute, rule, or other law or regulation as amended from time to time and includes any successor legislation thereto and any regulations promulgated thereunder. Unless the context requires otherwise, whenever the masculine is used in the Term Contract, the same will include the feminine and whenever the feminine is used herein, the same will include the masculine. Unless the context requires otherwise, whenever the singular is used in the Term Contract, the same will include the plural, and whenever the plural is used herein, the same will include the singular, where appropriate. All references to "$" or "dollars" means the United States Dollar, the official and lawful currency of the United States of America. The Term Contract will be construed without regard to any presumption or rule requiring construction or interpretation against the party drafting an instrument or causing any instrument to be drafted. The Attachments referred to herein will be construed with, and as an integral part of, the Term Contract to the same extent as if they were set forth verbatim herein. 3.2 Administration. Execution in Counterparts. The Term Contract may be executed in counterparts, each of which will be an original and all of which will constitute but one and the same instrument. 3.2.1 Notices. Where the term “written notice” is used to specify a notice requirement herein, said notice will be deemed to have been given (i) when personally delivered; (ii) email (with confirmation of receipt) the day immediately following the day (except if not a Business Day then the next Business Day) on which the notice or communication has been provided prepaid by the sender to a recognized overnight delivery service; or (iii) on the date actually received except where there is a date of the certification of receipt. Unless otherwise specified, the Contractor shall deliver all notices to the Department’s Contract Manager and the Department shall deliver all notices to the Contractor’s Contract Manager. SP approved version 9-12-2024 Page 4 of 20 3.2.2 Severability. If a court deems any non-material provision of the Term Contract void or unenforceable, all other provisions will remain in full force and effect. Upon a determination that any material provision is void or unenforceable, the parties shall negotiate in good faith to modify this Term Contract to give effect to the original intent of the parties as closely as possible in order that the transactions contemplated hereby are consummated as originally contemplated to the greatest extent possible. 3.2.3 Waiver. The delay or failure by the Department to exercise or enforce any of its rights under the Term Contract will not constitute or be deemed a waiver of the Department’s right thereafter to enforce those rights, nor will any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 3.2.4 Survivability. The Term Contract and any and all promises, covenants, and representations made herein are binding upon the parties hereto and any and all respective heirs, assigns, and successors in interest. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of the Term Contract, including without limitation, the obligations regarding confidentiality, proprietary interests, reporting, and public records, will survive termination or expiration of the Term Contract. 3.2.5 Third Party Beneficiaries. The parties acknowledge and agree that the Term Contract is for the benefit of the parties hereto. The Term Contract is not intended to confer any legal rights or benefits on any other party, except such rights and benefits associated with a purchase made by a Customer off this Term Contract. SECTION 4. CONTRACT TERM, SUSPENSION, AND TERMINATION. 4.1 Term. The initial term will begin on the date set forth in the Term Contract documents or on the date the Term Contract is signed by all parties, whichever is later. Upon written agreement, the Department and the Contractor may renew the Term Contract in whole or in part only as set forth in the Term Contract documents, and in accordance with section 287.057(13), F.S. No costs may be charged for the renewals. 4.2 Suspension of Work and Termination. 4.2.1 Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Term Contract, at any time, when it is in the best interest of the State of Florida to do so. The Department will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Term Contract. Suspension of work will not entitle the Contractor to any compensation for services not performed or commodities not delivered during the suspension period nor for any additional compensation. 4.2.2 Termination for Convenience. The Term Contract may be terminated by the Department, by written notice to the Contractor thirty (30) calendar days in advance, in whole or in part at any time, when the Department determines in its sole discretion that it is in the Department’s interest to do so. The Contractor shall not furnish any Product after it receives the notice of termination, except as necessary to complete SP approved version 9-12-2024 Page 5 of 20 the continued portion of the Term Contract, or a continued purchase off the Term Contract, if any. The Contractor will not be entitled to recover any cancellation charges or lost profits. If the Term Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of any Customer contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 4.2.3 Termination for Cause. The Department may terminate the Term Contract if the Contractor fails to (i) on multiple occasions, timely deliver Products purchased by Customers, (ii) on multiple occasions, maintain adequate progress on Customer purchases, thus endangering performance, (iii) honor any term of the Term Contract, or (iv) abide by any statutory, regulatory, or licensing requirement. The Department may, at its sole discretion, (i) immediately terminate the Term Contract, (ii) notify the Contractor of the deficiency and require that the deficiency be corrected within a specified time, otherwise the Term Contract will terminate at the end of such time, or (iii) take other action deemed appropriate by the Department. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor will not be liable for any excess costs if the failure to perform arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor will not be liable for any excess costs for failure to perform, unless the subcontracted Products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Term Contract. The Customer will notify the Department of any vendor that has met the grounds for placement of the vendor on the Department of Management Services’ Suspended Vendor List, as required in section 287.1351, F.S. 4.2.4 Termination for Non-Compliance with E-Verify. Pursuant to section 448.095(5)(c)1., F.S., the Department shall terminate the Term Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. Pursuant to section 448.095(5)(c)2., F.S., if the Department has a good faith belief that a subcontractor knowingly violated section 448.09(1), F.S., the Department shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. 4.2.5 Termination Related to Statutory Certifications. At the Department’s option, the Term Contract may be terminated if the Contractor is placed on any of the lists referenced in the attached PUR 7801, Vendor Certification Form, or would otherwise be prohibited from entering into or renewing the Term Contract based on the statutory provisions referenced therein. SP approved version 9-12-2024 Page 6 of 20 4.2.6 Termination for Refusing Access to Public Records. In accordance with section 287.058, F.S., the Department may unilaterally terminate the Term Contract for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Term Contract, unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. SECTION 5. PURCHASES OFF THE TERM CONTRACT. 5.1 Purchases. By executing the Term Contract, the Contractor agrees to allow Customers to make purchases off the Term Contract. Purchases from Customers other than the Department are independent of the agreement between the Department and the Contractor, and the Department shall not be a party to such transaction. Customers’ purchases off the Term Contract are limited to Products offered under the Term Contract, and no additional Products may be provided under a purchase off the Term Contract. 5.2 Purchase Submission. For any purchases off the Term Contract, either the contract (as defined in Rule 60A-1.001, F.A.C.) must be executed between the Customer and Contractor, or the purchase order (as defined in Rule 60A-1.001, F.A.C.) must be issued by the Customer to the Contractor, no later than the last day of the Term Contract’s term to be considered timely. Contracts executed, or purchase orders issued, after the last day of the Term Contract’s term shall be considered void. 5.3 Terms. The terms of the Form PUR 1000, General Contract Conditions, incorporated in Rule 60A-1.002, F.A.C., and linked here http://www.flrules.org/Gateway/reference.asp?No=Ref- 16731, are hereby incorporated by reference herein and will apply to all purchases made by a Customer off the Term Contract. The Customer may attach additional terms and conditions specific to its particular purchase made off the Term Contract, which are considered Special Conditions. The term “Special Conditions” does not include any Contractor-provided documents, including attachments or standard preprinted forms, service agreements, end user agreements, product literature, or “shrink wrap” terms accompanying or affixed to a Product, whether written or electronic, or terms incorporated onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. Any Customer Special Conditions shall not become a part of the Term Contract. 5.3.1 Term. The term of the Customer purchase off the Term Contract will be as specified in the purchase, except that if renewals of the purchase are permitted, the Customer and Contractor shall not renew the purchase if the Term Contract expires prior to the effective date of the renewal. Any existing term of a purchase off the Term Contract shall not extend more than forty-eight (48) months beyond the end of the Term Contract. However, if an extended pricing plan offered in the Term Contract is agreed upon by the Customer and Contractor and extends more than forty-eight (48) months beyond the end of the Term Contract, the agreed upon extended pricing plan terms shall govern the maximum duration of the purchase. The Contractor is required to fulfill timely purchases that extend performance beyond the Term Contract term even when such extended delivery will occur after expiration of the Term Contract. For such purchases, all terms and conditions of the Term Contract shall survive the termination or expiration of the Term Contract and apply to the Contractor’s continued performance. SP approved version 9-12-2024 Page 7 of 20 5.3.2 Additional Requirements. All Customer purchases off the Term Contract shall contain the Term Contract name and number and shall be placed by the Customer. Delivery or furnishing Products shall not occur until the Customer executes their contract or transmits the purchase order, as defined in Rule 60A-1.001, F.A.C. SECTION 6. PAYMENT AND FEES. 6.1 Pricing. The Contractor shall not exceed the pricing set forth in the Term Contract documents. 6.2 Best Pricing Offer. During the term of the Term Contract, if the Department or Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a Product outside the Term Contract, but upon the same or similar terms of the Term Contract, then the Department or Customer may request that the Contractor immediately reduce to the lower price. 6.3 Price Decreases. The following price decrease terms will apply to the Term Contract: 6.3.1 Quantity Discounts. The Contractor may offer additional discounts for one-time delivery of large single orders. The Customer should seek to negotiate additional price concessions on quantity purchases of any Products offered under the Term Contract. 6.3.2 Sales Promotions. In addition to decreasing prices for the balance of the Term Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. If conducting a sales promotion, the Contractor must submit documentation to the Department’s Contract Manager identifying the proposed: (1) starting and ending dates of the promotion, (2) Products involved, and (3) promotional prices compared to then- authorized prices. The Contractor shall provide notice to Customers of the promotion and shall make the promotional prices available to all Customers. 6.3.3 Equitable Adjustment. The Department may, in its sole discretion, make an equitable adjustment in the Term Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Term Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Term Contract would result in a substantial loss. 6.4 Purchase Prerequisites. The Contractor may be required to accept the State of Florida Purchasing Card and MyFloridaMarketPlace (MFMP) purchase orders. The Contractor shall not charge any fees for payments received via the State’s P-Card. The Contractor must ensure that entities receiving payment directly from Customers under this Term Contract must have met the following requirements: • Have an active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org), or, if exempt from the registration requirements, provide the Department with the basis for such exemption. • Be registered in the MFMP Vendor Information Portal (https://vendor. myfloridamarketplace.com). • Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.myfloridacfo.com) SP approved version 9-12-2024 Page 8 of 20 6.5 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(24), Florida Statutes (F.S.). All payments issued by Agencies to registered vendors for purchases of Commodities or Contractual Services under Chapter 287, F.S., shall be assessed the Transaction Fee of one percent (1.0%) of the total amount of the payments received from the State or Eligible Users, as prescribed by Rule 60A-1.031, Florida Administrative Code (F.A.C.), or as may otherwise be established by law. Vendors shall pay the Transaction Fee and are subject to automatic deduction of the Transaction Fee, when automatic deduction becomes available. Vendors shall submit any monthly reports required pursuant to Rule 60A-1.031, F.A.C. All such reports and payments are subject to audit. The Agency will have grounds for declaring the vendor in default if the vendor fails to comply with the payment of the Transaction Fee or reporting of payments, which may subject the vendor to being suspended from business with the State of Florida. 6.6 Exclusivity. The Term Contract is not an exclusive license to provide the Products described in the Term Contract. The Department may, without limitation and without recourse by the Contractor, contract with other vendors to provide the same or similar Products. SECTION 7. PERFORMANCE 7.1 Warranty of Ability to Perform. Upon the effective date of the Term Contract, and each year on the anniversary date of the Term Contract, the Contractor shall submit to the Department a completed PUR 7801, Vendor Certification Form. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Term Contract obligations. Additionally, the Contractor shall promptly notify the Department in writing if its ability to perform is compromised in any manner during the term of the Term Contract (including potential inability to renew the Term Contract due to section 287.138 or 908.111, F.S.) or if it or its suppliers, subcontractors, or consultants under the Term Contract are placed on the Suspended Vendor, Convicted Vendor, Discriminatory Vendor, Forced Labor Vendor, or Antitrust Violator Vendor Lists. The Contractor shall use commercially reasonable efforts to avoid or minimize any delays in performance and shall inform the Department of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor shall promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 7.2 Further Assurances. The parties shall, with reasonable diligence, do all things and provide all reasonable assurances as may be necessary to complete the requirements of the Term Contact, and each party shall provide such further documents or instruments requested by the other party as may be reasonably necessary or desirable to give effect to the Term Contract and to carry out its provisions. The Department is entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and the details thereof. SP approved version 9-12-2024 Page 9 of 20 7.3 Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Term Contract without the prior written consent of the Department. In the event of any assignment, the Contractor remains secondarily liable for performance of the Term Contract, unless the Department expressly waives such secondary liability. The Department may assign the Term Contract with prior written notice to Contractor of its intent to do so. 7.4 Employees, Subcontractors, and Agents. 7.4.1 Subcontractors. The Contractor will not subcontract any work under the Term Contract without prior written consent of the Department. The Contractor shall obtain prior written consent using the process identified on the Department’s website: Subcontractor/Dealer/Reseller Forms / Vendor Resources / State Purchasing / Business Operations - Florida Department of Management Services (myflorida.com). The use of the term “subcontractor” may refer to affiliates, resellers, dealers, distributors, partners, teammates, and all other third parties utilized by the Contractor at any tier under the Term Contract. The Contractor is responsible for ensuring that its subcontractors providing commodities and performing services in furtherance of the Term Contract do so in compliance with the terms and conditions of the Term Contract. By execution of the Term Contract, the Contractor acknowledges that it will not be released of its contractual obligations to Customers because of any failure of a subcontractor. The Contractor is fully responsible for satisfactory completion of all work performed under the Term Contract. The Contractor’s use of a subcontractor not approved by the Department will be considered a material breach of the Term Contract. 7.4.2 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are not employees or agents of the Department or the State and are not entitled to the benefits of Department or State employees. Neither the Customer nor the State will be bound by any acts or conduct of the Contractor or its employees, subcontractors, or agents. The Contractor shall include this provision in all of its subcontracts under the Term Contract. 7.5 Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees, subcontractors, or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, lightning strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either (i) within ten (10) calendar days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result; or (ii) if a delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING WILL CONSTITUTE THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO ANY DELAY except if such delay is caused by the fraud, bad faith, or active interference of the Department. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy, and a rebuttable presumption of prejudice will exist based on SP approved version 9-12-2024 Page 10 of 20 Contractor’s untimely notice. The Contractor shall not assert any claim for damages related to such delay. The Contractor will not be entitled to an increase in the Term Contract price or payment of any kind from the Department for direct, indirect, consequential, impact, or other costs, expenses, or damages, including costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this subsection, the Department may unilaterally (and with no recourse on the part of the Contractor) identify and use an alternate source to complete any work under the Term Contract as the Department deems necessary, in its sole discretion. After the causes have ceased to exist, the Contractor shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the Department or State, in which case the Department may (i) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to the Department with respect to Products subjected to allocation; or (ii) terminate the Term Contract in whole or in part. SECTION 8. CONTRACT MANAGEMENT 8.1 Department’s Contract Manager. The Department’s Contract Manager for the Term Contract, who is primarily responsible for the Department’s oversight of the Term Contract, will be identified in a separate writing to the Contractor upon Term Contract signing in the following format: Department’s Contract Manager Name Department's Name Department’s Physical Address Department's Telephone # Department's Email Address 8.2 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Term Contract performance, will be identified in a separate writing to the Department upon Term Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address Either party may notify the other by email of a change to a designated contact providing the contact information for the newly designated contact, and such notice is sufficient to effectuate this change without requiring a written amendment to the Term Contract. SECTION 9. COMPLIANCE WITH LAWS. 9.1 Conduct of Business. The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business and that are applicable to the Term Contract, including those of federal, state, and local agencies having jurisdiction and authority, and shall ensure that any and all subcontractors utilized do the same. The Contractor represents and warrants that no part of the funding under the Term Contract will be used in violation of any state or federal law, including, but not limited to, 8 SP approved version 9-12-2024 Page 11 of 20 U.S.C. § 1324 or 8 U.S.C. § 1325, or to aid or abet another in violating state or federal law. The Department may terminate the Term Contract at any time if the Contractor violates, or aids or abets another in violating, any state or federal law. If the requirements of the Term Contract conflict with any governing law, codes or regulations, the Contractor shall notify the Department in writing and the parties shall amend the Term Contract to comply with the applicable code or regulation. Similarly, if the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the Products offered under the Term Contract, the Contractor shall immediately notify the Department in writing, indicating the specific restriction. The Department reserves the right and the complete discretion to accept any such alteration or to cancel the Term Contract at no further expense to the Department. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a Customer’s continuing oversight team for purchases off this Term Contract. 9.2 Integrity. In addition to any applicable statutory restrictions, the Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (i) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty; or (ii) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (ii), “gratuity” means any payment in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. SECTION 10. DISPUTES AND LIABILITIES. 10.1 Dispute Resolution. Should any disputes arise between the Department and the Contractor with respect to the Term Contract, the Contractor and the Department shall act immediately to resolve any such disputes. Time is of the essence in the resolution of disputes. Exhaustion of this administrative remedy detailed in the Dispute Resolution Process contemplated in this Term Contract is an absolute condition precedent to the Contractor's ability to seek other remedies related to the Term Contract. 10.2 Dispute Resolution Process. (a) Department Review. The parties shall resolve disputes through written submission of their dispute to the Department’s Contract Manager. The Department shall respond to the dispute in writing within ten (10) Business Days from the date that the Department’s Contract Manager receives the dispute. The Department’s decision shall be final unless a party provides the other party with written notice of the party’s disagreement with the decision within ten (10) Business Days from the date of the Department’s decision. If a party disagrees with the Department’s decision, the party may proceed to subsection (b) below. (b) Meeting between the Principals. If either party disagrees with the Department’s decision, such disagreeing party shall notify the other party of the disagreement within ten (10) Business Days. The parties shall then schedule a meeting between each party’s principal (for the Department, the Department head or designee; for the Contractor, the Chief Executive Officer or designee) on a mutually agreed upon date, no later than ten (10) SP approved version 9-12-2024 Page 12 of 20 Business Days after the provision of the notice. The principals shall attempt to mutually resolve the disagreement at such meeting. (c) Mediation. If the dispute is not resolved through a meeting of the Principals, the parties, upon mutual agreement, may mediate such dispute. If such mediation is not completed within 100 calendar days from receipt of the Department’s decision, then either party may seek other remedies. If the dispute is not resolved through the full process in subsections (a) - (c) above (or (a) – (b), if mediation is not agreed to), either party may pursue any other remedies. 10.3 Contractor’s Obligation to Perform While Disputes are Pending. The Contractor shall proceed diligently with performance under the Term Contract pending the final resolution of any dispute or request for relief, claim, appeal, or action arising under the Term Contract and shall comply with directions to perform from the Department. Should the Contractor not perform while a dispute is pending, including by not performing disputed work, such nonperformance by the Contractor may be deemed to be an unexcused breach of the Term Contract which is separate and apart from any other dispute. 10.4 Governing Law and Venue. The Term Contract will be governed by, and construed in accordance with, the laws of the State. Jurisdiction and venue for suit arising under the terms of the Term Contract will exclusively be in the appropriate State court located in Leon County, Florida. Except as otherwise provided by law, the parties agree to be responsible for their own attorney’s fees and costs incurred in connection with disputes arising under the terms of the Term Contract. 10.5 Remedies Cumulative. No remedy herein conferred upon or reserved to either party is intended to be exclusive of any other remedy or remedies, and each and every such remedy will be cumulative, and will be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity. 10.6 JURY WAIVER. THE PARTIES, ON BEHALF OF THEMSELVES AND ASSIGNS, WAIVE ALL RIGHT TO TRIAL BY JURY FOR ANY ACTION, APPEAL, CLAIM, OR PROCEEDING, WHETHER IN LAW IN OR IN EQUITY, WHICH IN ANY WAY ARISES OUT OF OR RELATES TO THE TERM CONTRACT OR ITS SUBJECT MATTER. 10.7 Indemnification. For any and all third-party claims, actions, demands, liabilities, and expenses of any kind which are caused by, related to, growing out of or happening in connection with the Term Contract (including any determination arising out of or related to the Term Contract that the Contractor or its employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Department or State), the Contractor shall be fully liable for the actions of its employees, subcontractors, and agents and shall fully indemnify, defend, and hold harmless the Department and the State (including each of their current and former officers, agents, and employees) for any and all loss, damage, injury, costs, reasonable expenses, or other casualty to person or property. Without limiting this indemnification requirement, the Department may provide the Contractor (i) written notice of any action or threatened action, (ii) the opportunity to take over and settle or defend any such action at the Contractor’s sole expense, and (iii) assistance in defending the action at the Contractor’s sole expense. The above indemnity requirement does not apply to that portion of any loss or damages proximately caused by the negligent act or omission of the Department or the State. Nothing herein is intended to act as a waiver of the Department’s or State’s sovereign immunity or to be deemed consent by the Department or State or its SP approved version 9-12-2024 Page 13 of 20 subdivisions to suit by third parties. SECTION 11. MISCELLANEOUS. 11.1 Department of State Registration. Consistent with Title XXXVI, F.S., if the Contractor asserts status other than that of a sole proprietor, it must provide the Department with i) conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity; ii) a certificate of authorization if a foreign business entity; or iii) if exempt from the registration requirements, a basis for such exemption. 11.2 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Term Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 11.3 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by the Contractor. Such purchases are independent of the Term Contract between the Department and the Contractor, and the Department is not a party to these transactions. SECTION 12. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 12.1 General Record Management and Retention. The Contractor shall retain all records that were made in relation to the Term Contract for the longer of five (5) years after expiration of the Term Contract or the period required by the General Records Schedules maintained by the Florida Department of State available at: https://dos.fl.gov/library-archives/records- management/general-records-schedules/. 12.2 Identification and Protection of Confidential Information. Article 1, section 24, of the Florida Constitution, guarantees every person access to public records, and section 119.011, F.S., provides a broad definition of “public record.” As such, records submitted to the Department (or any other State agency) are public records and are subject to disclosure unless exempt from disclosure by law. If the Contractor considers any portion of a record it provides to the Department (or any other State agency) to be trade secret or otherwise confidential or exempt from disclosure under Florida or federal law (“Confidential Information”), the Contractor shall mark as “confidential” each page of a document or specific portion of a document containing Confidential Information and simultaneously provide the Department (or other State agency) with a separate, redacted copy of the record. The Contractor shall state the basis of the exemption that the Contractor contends is applicable to each portion of the record redacted, including the specific statutory citation for such exemption. The Contractor shall only redact portions of records that it claims contains Confidential Information. If the Contractor fails to mark a record it claims contains Confidential Information as “confidential,” or fails to submit a redacted copy in accordance with this section of a record it claims contains Confidential Information, the Department (or other State agency) shall have no liability for release of such record. The foregoing will apply to every instance in which the Contractor fails to both mark a record “confidential” and redact it in accordance with this section, regardless of whether the Contractor may have properly marked and redacted the same or similar Confidential Information in another instance or record submitted to the Department (or any other State agency). SP approved version 9-12-2024 Page 14 of 20 In the event of a public records request, to which records the Contractor marked as “confidential” are responsive to the request, the Department shall provide the Contractor- redacted copy to the requestor. If the Contractor has marked a record as “confidential” but failed to provide a Contractor-redacted copy to the Department, the Customer may notify the Contractor of the request and the Contractor may have up to ten (10) Business Days from the date of the notice to provide a Contractor-redacted copy, or else the Department may release the unredacted record to the requestor without liability. If the Department provides a Contractor- redacted copy of the documents and the requestor asserts a right to the Contractor-redacted Confidential Information, the Department shall promptly notify the Contractor such an assertion has been made. The notice will provide that if the Contractor seeks to protect the Contractor-redacted Confidential Information from release it must, within thirty (30) days after the date of the notice and at its own expense, file a cause of action seeking a declaratory judgment that the information in question is exempt from section 119.07(1), F.S., or other applicable law and an order prohibiting the Department from publicly disclosing the information. The Contractor shall provide written notice to the Department of any cause of action filed. If the Contractor fails to file a cause of action within thirty (30) days the Department may release the unredacted copy of the record to the requestor without liability. If the Department is requested or compelled in any legal proceeding to disclose documents that are marked as “confidential” (whether by oral questions, interrogatories, requests for information or documents, subpoena, or similar process), unless otherwise prohibited by law, the Department shall give the Contractor prompt written notice of the demand or request prior to disclosing any Confidential Information to allow the Contractor to seek a protective order or other appropriate relief at the Contractor’s sole discretion and expense. If the Contractor fails to take appropriate and timely action to protect the Confidential Information contained within documents it has marked as “confidential” or fails to provide a redacted copy that may be disclosed, the Department may provide the unredacted records in response to the demand without liability. The Contractor shall protect, defend, and indemnify the Department for all claims, costs, fines, settlement fees, and attorneys’ fees, at both the trial and appellate levels, arising from or relating to the Contractor’s determination that its records contain Confidential Information. In the event of a third-party claim brought against the Department for failure to release the Contractor’s redacted Confidential Information, the Contractor shall assume, at its sole expense, the defense or settlement of such claim, including attorney’s fees and costs at both the trial and appellate levels. If the Contractor fails to continuously undertake the defense or settlement of such claim or if the Contractor and Department mutually agree that the Department is best suited to undertake the defense or settlement, the Department will have the right, but not the obligation, to undertake the defense or settlement of such claim, at its discretion. The Contractor shall be bound by any defense or settlement the Department may make as to such claim, and the Contractor agrees to reimburse the Department for the expense, including reasonable attorney’s fees and costs at both the trial and appellate levels associated with any defense or settlement that the Department may undertake to defend Contractor’s Confidential Information. The Department will also be entitled to join the Contractor in any third-party claim for the purpose of enforcing any right of indemnity under this section. If at any point the Department is reasonably advised by its counsel that disclosure of the SP approved version 9-12-2024 Page 15 of 20 Confidential Information is required by law, including but not limited to Florida’s public records laws, the Department may disclose such Confidential Information without liability hereunder. 12.3 Public Records Requirements Pursuant to Section 119.0701, F.S. Solely for the purpose of this section, the Department’s Contract Manager is the agency custodian of public records. If, under the Term Contract, the Contractor is providing services and is acting on behalf of the public agency, as provided in section 119.0701, F.S., the Contractor shall: i. Keep and maintain public records required by the Department to perform the service. ii. Upon request from the Department’s custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. iii. Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Term Contract term and following the completion of the Term Contract if the Contractor does not transfer the records to the Department. iv. Upon completion of the Term Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department 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 Term Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department’s custodian of public records, in a format that is compatible with the information technology systems of the Department. 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 TERM CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. 12.4 Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Term Contract without prior written approval from the Department, including mentioning the Term Contract in a press release or other promotional material, identifying the Department or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Term Contract or the name of the Department or the State in any material published, either in print or electronically, to any entity that is not a party to the Term Contract, except potential or actual Customers or authorized distributors, dealers, resellers, or service representatives. SP approved version 9-12-2024 Page 16 of 20 12.5 Intellectual Property. 12.5.1 Ownership. Unless specifically addressed otherwise in the Customer’s contract, the State of Florida shall be the owner of all intellectual property rights to all new property created or developed in connection with the Customer’s contract. This shall not apply to intellectual property developed prior to the execution of the Term Contract. 12.5.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Customer’s contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer and the Department of any inventions or discoveries developed or made through performance of the Customer’s contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Customer’s contract. This shall not apply to any invention or discovery made prior to the execution of the Term Contract. 12.5.3 Copyrightable Works. Contractor must notify the Customer and the Department of any publications, artwork, or other copyrightable works developed in connection with the Customer’s contract. All copyrights created or developed through performance of the Customer’s contract are owned solely by the State of Florida. This shall not apply to any copyrightable works created or developed prior to the execution of the Term Contract. SECTION 13. DATA SECURITY. The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. “State of Florida data” means data collected by, transmitted from, created for, or provided by the Department or the Customer. The Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a Security Incident involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day of becoming aware of the Security Incident. “Security Incident” for purposes of this section will refer to an actual or imminent threat of a violation of information technology resources, security, policies, or practices, unauthorized access of State of Florida data, or occurrences that compromise the confidentiality, integrity, or availability of State of Florida data. An imminent threat refers to a situation in which the Contractor has a factual basis for believing that a specific incident is about to occur. Once a data breach has been contained, the Contractor must provide the Department and the Customer with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other current state and federal rules and regulations regarding security of information. SECTION 14. CONTRACT MONITORING. 14.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Term Contract. The Customer will be entitled at all times, SP approved version 9-12-2024 Page 17 of 20 upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 14.2 Contract Reporting. The Contractor shall provide the Department the following accurate and complete reports associated with this Term Contract. 14.2.1 Term Contract Quarterly Sales Reports. The Contractor shall submit Quarterly Sales Reports in the manner and format required by the Department within 30 calendar days after the close of each State fiscal quarter (the State’s fiscal quarters close on September 30, December 31, March 31, and June 30). The Quarterly Sales Report template can be found here: Quarterly Sales Report Format / Vendor Resources / State Purchasing / Business Operations / Florida Department of Management Services - DMS (myflorida.com). Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website is the responsibility of the Contractor without prompting or notification from the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded in two consecutive quarters, the Contractor may be placed on probationary status, or the Department may terminate the Term Contract. Failure to provide the Quarterly Sales Report, or other reports requested by the Department, will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Term Contract. 14.2.2 Certified and Minority Business Enterprises Reports. Upon Customer request, the Contractor shall report to each Customer spend with certified and other minority business enterprises in the provision of commodities or services related to the Customer orders. These reports shall include the period covered; the name, minority code, and Vendor Identification Information of each minority business enterprise utilized during the period; commodities and services provided by the minority business enterprise; and the amount paid to each minority business enterprise on behalf of the Customer. 14.2.3 Ad Hoc Sales Reports. The Department may require additional Term Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the format acceptable to the Department and within the timeframe specified by the Department. 14.2.4 MFMP Transaction Fee Reports. The Contractor shall submit complete monthly MFMP Transaction Fee Reports to the Department. Reports are due 15 calendar days after the end of each month. Information on how to submit MFMP Transaction Fee Reports online can be located at https://www.dms.myflorida.com/business_operations/state_/myfloridamarketplace/ mfmp_vendors/transaction_fee_and_reporting. Assistance with transaction fee reporting is also available by email at feeprocessing@myfloridamarketplace.com or telephone at 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 14.3 Business Review Meetings. Both the Department and Customer reserve the right to schedule business review meetings. The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics: SP approved version 9-12-2024 Page 18 of 20 • Term Contract or Customer contract compliance • Term Contract savings (in dollar amount and cost avoidance) • Spend reports by Customer • Recommendations for improved compliance and performance 14.4 Performance Deficiencies. 14.4.1 Proposal of a Corrective Action Plan. In addition to the processes set forth in the Term Contract (e.g., service level agreements), if the Customer or the Department determines that there is a performance deficiency that requires correction by the Contractor, then the Customer or the Department will notify the Contractor. The correction must be made within a timeframe specified by the Customer or the Department. The Contractor must provide the Customer or the Department with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Customer or the Department. 14.4.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. For Customer-requested Corrective Action Plans, if the corrective action plan is unacceptable to the Customer, or implementation of the plan fails to remedy the performance deficiencies, the Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Customer for the performance deficiencies. 14.5 Inspection. 14.5.1 Inspection at Contractor’s Site. The Department reserves the right to inspect, or enlist a third-party to perform, at any reasonable time with prior notice, the equipment, product, plant or other facilities of the Contractor to assess conformity with Term Contract requirements and to determine whether they are adequate and suitable for proper and effective Term Contract performance. 14.5.2 Statutory Inspection Rights. If services are to be provided pursuant to the Term Contract, in accordance with section 216.1366, F.S., the Department is authorized to inspect the: (i) financial records, papers, and documents of the Contractor that are directly related to the performance of the Term Contract or the expenditure of State funds; and (ii) programmatic records, papers, and documents of the Contractor which the Department determines are necessary to monitor the performance of the Term Contract or to ensure that the terms of the Term Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department within ten (10) Business Days after the request is made. Further, for any Term Contract for services with a nonprofit organization as defined in section 215.97(2)(m), F.S., the Contractor must provide documentation that indicates the amount of state funds: SP approved version 9-12-2024 Page 19 of 20 1. Allocated to be used during the full term of the Term Contract for remuneration to any member of the board of directors or an officer of the contractor; and 2. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the contractor. The documentation must indicate the amounts and recipients of the remuneration. 14.5.3 Inspection Compliance. The Contractor understands its, and its subcontractors (if any), duty, pursuant to section 20.055(5), F.S., to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Department’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the State official deems relevant to the Contractor’s integrity or responsibility. Such information may include the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Term Contract. The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of the Term Contract or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs will include salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment. SECTION 15. PERFORMANCE OR COMPLIANCE AUDITS. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Term Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Term Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Term Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Term Contract. SECTION 16. CONFIDENTIALITY. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its employees, subcontractors, or agents in the course of performing Term Contract work, including security procedures, business operations information, or commercial proprietary information in the possession of the Customer or State. The Contractor will not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the Customer’s or State’s confidential information, or material that is otherwise obtainable under State law as a public record. To ensure confidentiality, the Contractor shall take appropriate steps as to its employees, subcontractors, and agents. SP approved version 9-12-2024 Page 20 of 20 SECTION 17. SUPPLIER DEVELOPMENT. 17.1 Office of Supplier Development. The State of Florida supports its business community by creating opportunities for business enterprises to participate in procurements and contracts. The Department encourages supplier development through certain certifications and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Development (OSD) at OSDHelp@dms.fl.gov. 17.2 Reporting Certified Business Enterprises. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and vendor identification information of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Term Contract. CONTRACT AMENDMENT NO.: 1 Contract No.: 25100000-23-STC Contract Name: Motor Vehicles Rev. 10/7/2024 Page 1 of 2 This Contract Amendment No. 1 (“Amendment”) to Contract No. 25100000-23-STC (“Term Contract”) is made by the Department of Management Services (“Department”), an agency of the State of Florida, located at 4050 Esplanade Way, Tallahassee, Florida 32399; and Bozard Ford Co. (“Contractor”), with its principal place of business located at 540 Outlet Mall Blvd, St. Augustine, FL 32084; collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Term Contract, which became effective on May 17, 2023, for the provision of Motor Vehicles; WHEREAS the Term Contract provides for one year of renewal in Exhibit D, Special Contract Conditions, subsection 2.2, Renewal and; WHEREAS the Parties agreed that the Term Contract may be amended by mutual agreement as provided in Exhibit D, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Term Contract documents, the Parties agree as follows: I. Contract Amendment. a.All references to Contract contained within the previously executed Contract documents are hereby amended to refer to the underlying agreement as “Term Contract.” b.Term Contract Exhibit C, Additional Special Contract Conditions, is hereby deleted in its entirety. All references to Exhibit C, Additional Special Contract Conditions in the Term Contract are hereby deleted. c.Term Contract Exhibit D, Special Contract Conditions, is hereby deleted and replaced in its entirety with the attached Exhibit D, Enterprise Standard Terms and Conditions, which is incorporated into the Term Contract by reference herein. d.Term Contract Section III. Contract is hereby deleted in its entirety and replaced with the following: As used in this document, “Term Contract” shall, unless the context requires otherwise, include this document and all incorporated Exhibits, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Term Contract must be in writing and signed by all Parties. All Exhibits listed below are incorporated in their entirety into, and form part of, this Term Contract. The Term Contract document and Exhibits shall have priority in the following order: Docusign Envelope ID: 7D7B0E42-21A0-4590-8E5D-F4F9976CA4CF CONTRACT AMENDMENT NO.: 1 Contract No.: 25100000-23-STC Contract Name: Motor Vehicles Rev. 10/7/2024 Page 2 of 2 i.This Contract document ii.Exhibit A, Scope of Work iii.Exhibit B, Cost Sheet (Group 1 – 7) iv.Exhibit D, Enterprise Standard Terms and Conditions v.Exhibit E, Price Quote Form (PQF) vi.Exhibit F, Acknowledgement of Order Form II. Contract Renewal. The Term Contract is renewed for a period of one year pursuant to the same terms and conditions of the Term Contract and any executed written amendments, with a new Term Contract expiration date of May 16, 2026. III.Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Term Contract, the terms of this Amendment shall control. IV.Effect. The terms and conditions of the Term Contract are incorporated by reference as if fully re-written herein. The terms and conditions of the Term Contract not amended herein will remain in full effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by the undersigned duly authorized representatives. State of Florida: Department of Management Services Contractor: Bozard Ford Co. By: _____________________________ By: _____________________________ Name: Pedro Allende Name: Title: Secretary Title: Date: __________________________ Date: __________________________ Docusign Envelope ID: 7D7B0E42-21A0-4590-8E5D-F4F9976CA4CF 3/28/2025 | 12:08 PM EDT Toby Sims Government Fleet Specialist 3/29/2025 | 8:00 AM EDT SP approved version 9-12-2024 Page 1 of 20 ENTERPRISE STANDARD TERMS AND CONDITIONS These Enterprise Standard Terms and Conditions set forth the terms and conditions regarding the administration of the Term Contract, including the provision of Products to Customers. Customer specific terms for purchases off this Term Contract shall be set forth in the Customer specific agreement. Exhibit D SP approved version 9-12-2024 Page 2 of 20 SECTION 1. DEFINITIONS Capitalized terms used herein are defined as follows: “Attachments” means the attachments, addenda, schedules, exhibits, and other documents, however so titled, attached hereto or incorporated by reference herein. “Business Days” means Monday through Friday, inclusive, excluding State holidays specified in section 110.117, Florida Statutes (“F.S.”). “Contractor” means the person or entity that is a party to the Term Contract and is offering Products for purchase. “Customer” means the agency, as defined in section 287.012, F.S., or eligible user, as defined in Rule 60A-1.001, Florida Administrative Code (“F.A.C.”), that makes a purchase off the Term Contract. For the avoidance of doubt, this also includes the Department when it purchases off the Term Contract. “Department” means the Department of Management Services, an agency as defined in section 287.012, F.S., responsible for the administration of this Term Contract. “Enterprise Alternate Contract Source” means a contract authorized pursuant to section 287.042(16), F.S., or approved pursuant to section 287.057(3)(b), F.S., for statewide use. “Product” means any deliverable under the Term Contract, which may include commodities and contractual services, as each is defined in section 287.012, F.S. “Product” does not include, and no State funding under the Term Contract is being provided for, promoting, advocating for, or providing training or education on “Diversity, Equity, and Inclusion” (“DEI”). DEI is any program, activity, or policy that classifies individuals on the basis of race, color, sex, national origin, gender identity, or sexual orientation and promotes differential or preferential treatment of individuals on the basis of such classification, or promotes the position that a group or an individual’s action is inherently, unconsciously, or implicitly biased on the basis of such classification. “State” means the State of Florida “State Term Contract” means a term contract that is competitively procured by the department pursuant to section 287.057, F.S. and that is used by agencies and eligible users pursuant to section 287.056, F.S. “Term Contract” means the legally enforceable term contract, as defined in section 287.012, F.S., between the Department and Contractor to which these Enterprise Standard Terms and Conditions apply, including all Attachments thereto. The Term Contract is either a State Term Contract or an Enterprise Alternate Contract Source. SECTION 2. CONTRACT AMENDMENT 2.1 Amendment. The Term Contract contains all the terms and conditions agreed upon by the parties. Unless otherwise stated in Term Contract, the Term Contract may only be amended upon mutual written agreement signed by the parties. No oral agreements or representations will be valid or binding upon the Department or the Contractor. Unless explicitly agreed to by the Department in the Term Contract, no unilateral alteration or modification of the Term SP approved version 9-12-2024 Page 3 of 20 Contract terms, including substitution of Product, will be valid or binding against the Customer. The Department and Contractor may modify the Term Contract to alter, add to, or deduct from the Term Contract specifications, provided that such changes are within the general scope of the Term Contract. The parties may make an equitable adjustment in the Term Contract price or delivery date if the change affects the cost or time of performance. SECTION 3. CONTRACT CONSTRUCTION AND ADMINISTRATION 3.1 Construction. Unless the context requires otherwise, (i) the words "include," "includes," and "including" are deemed to be followed by the words "without limitation;" (ii) the word "or" is not exclusive; and (iii) the words "herein," "hereof," "hereby," "hereto," and "hereunder" refer to the Term Contract as a whole, inclusive of all Attachments. Unless the context requires otherwise, references herein to (i) sections or Attachments mean the sections of, or Attachments to, the Term Contract; (ii) an agreement, instrument, or other document means such agreement, instrument, or other document as amended, supplemented, and modified from time to time to the extent permitted by the provisions thereof; and (iii) a statute, rule, or other law or regulation means such statute, rule, or other law or regulation as amended from time to time and includes any successor legislation thereto and any regulations promulgated thereunder. Unless the context requires otherwise, whenever the masculine is used in the Term Contract, the same will include the feminine and whenever the feminine is used herein, the same will include the masculine. Unless the context requires otherwise, whenever the singular is used in the Term Contract, the same will include the plural, and whenever the plural is used herein, the same will include the singular, where appropriate. All references to "$" or "dollars" means the United States Dollar, the official and lawful currency of the United States of America. The Term Contract will be construed without regard to any presumption or rule requiring construction or interpretation against the party drafting an instrument or causing any instrument to be drafted. The Attachments referred to herein will be construed with, and as an integral part of, the Term Contract to the same extent as if they were set forth verbatim herein. 3.2 Administration. Execution in Counterparts. The Term Contract may be executed in counterparts, each of which will be an original and all of which will constitute but one and the same instrument. 3.2.1 Notices. Where the term “written notice” is used to specify a notice requirement herein, said notice will be deemed to have been given (i) when personally delivered; (ii) email (with confirmation of receipt) the day immediately following the day (except if not a Business Day then the next Business Day) on which the notice or communication has been provided prepaid by the sender to a recognized overnight delivery service; or (iii) on the date actually received except where there is a date of the certification of receipt. Unless otherwise specified, the Contractor shall deliver all notices to the Department’s Contract Manager and the Department shall deliver all notices to the Contractor’s Contract Manager. SP approved version 9-12-2024 Page 4 of 20 3.2.2 Severability. If a court deems any non-material provision of the Term Contract void or unenforceable, all other provisions will remain in full force and effect. Upon a determination that any material provision is void or unenforceable, the parties shall negotiate in good faith to modify this Term Contract to give effect to the original intent of the parties as closely as possible in order that the transactions contemplated hereby are consummated as originally contemplated to the greatest extent possible. 3.2.3 Waiver. The delay or failure by the Department to exercise or enforce any of its rights under the Term Contract will not constitute or be deemed a waiver of the Department’s right thereafter to enforce those rights, nor will any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 3.2.4 Survivability. The Term Contract and any and all promises, covenants, and representations made herein are binding upon the parties hereto and any and all respective heirs, assigns, and successors in interest. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of the Term Contract, including without limitation, the obligations regarding confidentiality, proprietary interests, reporting, and public records, will survive termination or expiration of the Term Contract. 3.2.5 Third Party Beneficiaries. The parties acknowledge and agree that the Term Contract is for the benefit of the parties hereto. The Term Contract is not intended to confer any legal rights or benefits on any other party, except such rights and benefits associated with a purchase made by a Customer off this Term Contract. SECTION 4. CONTRACT TERM, SUSPENSION, AND TERMINATION. 4.1 Term. The initial term will begin on the date set forth in the Term Contract documents or on the date the Term Contract is signed by all parties, whichever is later. Upon written agreement, the Department and the Contractor may renew the Term Contract in whole or in part only as set forth in the Term Contract documents, and in accordance with section 287.057(13), F.S. No costs may be charged for the renewals. 4.2 Suspension of Work and Termination. 4.2.1 Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Term Contract, at any time, when it is in the best interest of the State of Florida to do so. The Department will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Term Contract. Suspension of work will not entitle the Contractor to any compensation for services not performed or commodities not delivered during the suspension period nor for any additional compensation. 4.2.2 Termination for Convenience. The Term Contract may be terminated by the Department, by written notice to the Contractor thirty (30) calendar days in advance, in whole or in part at any time, when the Department determines in its sole discretion that it is in the Department’s interest to do so. The Contractor shall not furnish any Product after it receives the notice of termination, except as necessary to complete SP approved version 9-12-2024 Page 5 of 20 the continued portion of the Term Contract, or a continued purchase off the Term Contract, if any. The Contractor will not be entitled to recover any cancellation charges or lost profits. If the Term Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of any Customer contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 4.2.3 Termination for Cause. The Department may terminate the Term Contract if the Contractor fails to (i) on multiple occasions, timely deliver Products purchased by Customers, (ii) on multiple occasions, maintain adequate progress on Customer purchases, thus endangering performance, (iii) honor any term of the Term Contract, or (iv) abide by any statutory, regulatory, or licensing requirement. The Department may, at its sole discretion, (i) immediately terminate the Term Contract, (ii) notify the Contractor of the deficiency and require that the deficiency be corrected within a specified time, otherwise the Term Contract will terminate at the end of such time, or (iii) take other action deemed appropriate by the Department. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor will not be liable for any excess costs if the failure to perform arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor will not be liable for any excess costs for failure to perform, unless the subcontracted Products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Term Contract. The Customer will notify the Department of any vendor that has met the grounds for placement of the vendor on the Department of Management Services’ Suspended Vendor List, as required in section 287.1351, F.S. 4.2.4 Termination for Non-Compliance with E-Verify. Pursuant to section 448.095(5)(c)1., F.S., the Department shall terminate the Term Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. Pursuant to section 448.095(5)(c)2., F.S., if the Department has a good faith belief that a subcontractor knowingly violated section 448.09(1), F.S., the Department shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. 4.2.5 Termination Related to Statutory Certifications. At the Department’s option, the Term Contract may be terminated if the Contractor is placed on any of the lists referenced in the attached PUR 7801, Vendor Certification Form, or would otherwise be prohibited from entering into or renewing the Term Contract based on the statutory provisions referenced therein. SP approved version 9-12-2024 Page 6 of 20 4.2.6 Termination for Refusing Access to Public Records. In accordance with section 287.058, F.S., the Department may unilaterally terminate the Term Contract for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Term Contract, unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. SECTION 5. PURCHASES OFF THE TERM CONTRACT. 5.1 Purchases. By executing the Term Contract, the Contractor agrees to allow Customers to make purchases off the Term Contract. Purchases from Customers other than the Department are independent of the agreement between the Department and the Contractor, and the Department shall not be a party to such transaction. Customers’ purchases off the Term Contract are limited to Products offered under the Term Contract, and no additional Products may be provided under a purchase off the Term Contract. 5.2 Purchase Submission. For any purchases off the Term Contract, either the contract (as defined in Rule 60A-1.001, F.A.C.) must be executed between the Customer and Contractor, or the purchase order (as defined in Rule 60A-1.001, F.A.C.) must be issued by the Customer to the Contractor, no later than the last day of the Term Contract’s term to be considered timely. Contracts executed, or purchase orders issued, after the last day of the Term Contract’s term shall be considered void. 5.3 Terms. The terms of the Form PUR 1000, General Contract Conditions, incorporated in Rule 60A-1.002, F.A.C., and linked here http://www.flrules.org/Gateway/reference.asp?No=Ref- 16731, are hereby incorporated by reference herein and will apply to all purchases made by a Customer off the Term Contract. The Customer may attach additional terms and conditions specific to its particular purchase made off the Term Contract, which are considered Special Conditions. The term “Special Conditions” does not include any Contractor-provided documents, including attachments or standard preprinted forms, service agreements, end user agreements, product literature, or “shrink wrap” terms accompanying or affixed to a Product, whether written or electronic, or terms incorporated onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. Any Customer Special Conditions shall not become a part of the Term Contract. 5.3.1 Term. The term of the Customer purchase off the Term Contract will be as specified in the purchase, except that if renewals of the purchase are permitted, the Customer and Contractor shall not renew the purchase if the Term Contract expires prior to the effective date of the renewal. Any existing term of a purchase off the Term Contract shall not extend more than forty-eight (48) months beyond the end of the Term Contract. However, if an extended pricing plan offered in the Term Contract is agreed upon by the Customer and Contractor and extends more than forty-eight (48) months beyond the end of the Term Contract, the agreed upon extended pricing plan terms shall govern the maximum duration of the purchase. The Contractor is required to fulfill timely purchases that extend performance beyond the Term Contract term even when such extended delivery will occur after expiration of the Term Contract. For such purchases, all terms and conditions of the Term Contract shall survive the termination or expiration of the Term Contract and apply to the Contractor’s continued performance. SP approved version 9-12-2024 Page 7 of 20 5.3.2 Additional Requirements. All Customer purchases off the Term Contract shall contain the Term Contract name and number and shall be placed by the Customer. Delivery or furnishing Products shall not occur until the Customer executes their contract or transmits the purchase order, as defined in Rule 60A-1.001, F.A.C. SECTION 6. PAYMENT AND FEES. 6.1 Pricing. The Contractor shall not exceed the pricing set forth in the Term Contract documents. 6.2 Best Pricing Offer. During the term of the Term Contract, if the Department or Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a Product outside the Term Contract, but upon the same or similar terms of the Term Contract, then the Department or Customer may request that the Contractor immediately reduce to the lower price. 6.3 Price Decreases. The following price decrease terms will apply to the Term Contract: 6.3.1 Quantity Discounts. The Contractor may offer additional discounts for one-time delivery of large single orders. The Customer should seek to negotiate additional price concessions on quantity purchases of any Products offered under the Term Contract. 6.3.2 Sales Promotions. In addition to decreasing prices for the balance of the Term Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. If conducting a sales promotion, the Contractor must submit documentation to the Department’s Contract Manager identifying the proposed: (1) starting and ending dates of the promotion, (2) Products involved, and (3) promotional prices compared to then- authorized prices. The Contractor shall provide notice to Customers of the promotion and shall make the promotional prices available to all Customers. 6.3.3 Equitable Adjustment. The Department may, in its sole discretion, make an equitable adjustment in the Term Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Term Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Term Contract would result in a substantial loss. 6.4 Purchase Prerequisites. The Contractor may be required to accept the State of Florida Purchasing Card and MyFloridaMarketPlace (MFMP) purchase orders. The Contractor shall not charge any fees for payments received via the State’s P-Card. The Contractor must ensure that entities receiving payment directly from Customers under this Term Contract must have met the following requirements: • Have an active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org), or, if exempt from the registration requirements, provide the Department with the basis for such exemption. • Be registered in the MFMP Vendor Information Portal (https://vendor. myfloridamarketplace.com). • Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.myfloridacfo.com) SP approved version 9-12-2024 Page 8 of 20 6.5 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(24), Florida Statutes (F.S.). All payments issued by Agencies to registered vendors for purchases of Commodities or Contractual Services under Chapter 287, F.S., shall be assessed the Transaction Fee of one percent (1.0%) of the total amount of the payments received from the State or Eligible Users, as prescribed by Rule 60A-1.031, Florida Administrative Code (F.A.C.), or as may otherwise be established by law. Vendors shall pay the Transaction Fee and are subject to automatic deduction of the Transaction Fee, when automatic deduction becomes available. Vendors shall submit any monthly reports required pursuant to Rule 60A-1.031, F.A.C. All such reports and payments are subject to audit. The Agency will have grounds for declaring the vendor in default if the vendor fails to comply with the payment of the Transaction Fee or reporting of payments, which may subject the vendor to being suspended from business with the State of Florida. 6.6 Exclusivity. The Term Contract is not an exclusive license to provide the Products described in the Term Contract. The Department may, without limitation and without recourse by the Contractor, contract with other vendors to provide the same or similar Products. SECTION 7. PERFORMANCE 7.1 Warranty of Ability to Perform. Upon the effective date of the Term Contract, and each year on the anniversary date of the Term Contract, the Contractor shall submit to the Department a completed PUR 7801, Vendor Certification Form. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Term Contract obligations. Additionally, the Contractor shall promptly notify the Department in writing if its ability to perform is compromised in any manner during the term of the Term Contract (including potential inability to renew the Term Contract due to section 287.138 or 908.111, F.S.) or if it or its suppliers, subcontractors, or consultants under the Term Contract are placed on the Suspended Vendor, Convicted Vendor, Discriminatory Vendor, Forced Labor Vendor, or Antitrust Violator Vendor Lists. The Contractor shall use commercially reasonable efforts to avoid or minimize any delays in performance and shall inform the Department of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor shall promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 7.2 Further Assurances. The parties shall, with reasonable diligence, do all things and provide all reasonable assurances as may be necessary to complete the requirements of the Term Contact, and each party shall provide such further documents or instruments requested by the other party as may be reasonably necessary or desirable to give effect to the Term Contract and to carry out its provisions. The Department is entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and the details thereof. SP approved version 9-12-2024 Page 9 of 20 7.3 Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Term Contract without the prior written consent of the Department. In the event of any assignment, the Contractor remains secondarily liable for performance of the Term Contract, unless the Department expressly waives such secondary liability. The Department may assign the Term Contract with prior written notice to Contractor of its intent to do so. 7.4 Employees, Subcontractors, and Agents. 7.4.1 Subcontractors. The Contractor will not subcontract any work under the Term Contract without prior written consent of the Department. The Contractor shall obtain prior written consent using the process identified on the Department’s website: Subcontractor/Dealer/Reseller Forms / Vendor Resources / State Purchasing / Business Operations - Florida Department of Management Services (myflorida.com). The use of the term “subcontractor” may refer to affiliates, resellers, dealers, distributors, partners, teammates, and all other third parties utilized by the Contractor at any tier under the Term Contract. The Contractor is responsible for ensuring that its subcontractors providing commodities and performing services in furtherance of the Term Contract do so in compliance with the terms and conditions of the Term Contract. By execution of the Term Contract, the Contractor acknowledges that it will not be released of its contractual obligations to Customers because of any failure of a subcontractor. The Contractor is fully responsible for satisfactory completion of all work performed under the Term Contract. The Contractor’s use of a subcontractor not approved by the Department will be considered a material breach of the Term Contract. 7.4.2 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are not employees or agents of the Department or the State and are not entitled to the benefits of Department or State employees. Neither the Customer nor the State will be bound by any acts or conduct of the Contractor or its employees, subcontractors, or agents. The Contractor shall include this provision in all of its subcontracts under the Term Contract. 7.5 Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees, subcontractors, or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, lightning strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either (i) within ten (10) calendar days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result; or (ii) if a delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING WILL CONSTITUTE THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO ANY DELAY except if such delay is caused by the fraud, bad faith, or active interference of the Department. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy, and a rebuttable presumption of prejudice will exist based on SP approved version 9-12-2024 Page 10 of 20 Contractor’s untimely notice. The Contractor shall not assert any claim for damages related to such delay. The Contractor will not be entitled to an increase in the Term Contract price or payment of any kind from the Department for direct, indirect, consequential, impact, or other costs, expenses, or damages, including costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this subsection, the Department may unilaterally (and with no recourse on the part of the Contractor) identify and use an alternate source to complete any work under the Term Contract as the Department deems necessary, in its sole discretion. After the causes have ceased to exist, the Contractor shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the Department or State, in which case the Department may (i) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to the Department with respect to Products subjected to allocation; or (ii) terminate the Term Contract in whole or in part. SECTION 8. CONTRACT MANAGEMENT 8.1 Department’s Contract Manager. The Department’s Contract Manager for the Term Contract, who is primarily responsible for the Department’s oversight of the Term Contract, will be identified in a separate writing to the Contractor upon Term Contract signing in the following format: Department’s Contract Manager Name Department's Name Department’s Physical Address Department's Telephone # Department's Email Address 8.2 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Term Contract performance, will be identified in a separate writing to the Department upon Term Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address Either party may notify the other by email of a change to a designated contact providing the contact information for the newly designated contact, and such notice is sufficient to effectuate this change without requiring a written amendment to the Term Contract. SECTION 9. COMPLIANCE WITH LAWS. 9.1 Conduct of Business. The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business and that are applicable to the Term Contract, including those of federal, state, and local agencies having jurisdiction and authority, and shall ensure that any and all subcontractors utilized do the same. The Contractor represents and warrants that no part of the funding under the Term Contract will be used in violation of any state or federal law, including, but not limited to, 8 SP approved version 9-12-2024 Page 11 of 20 U.S.C. § 1324 or 8 U.S.C. § 1325, or to aid or abet another in violating state or federal law. The Department may terminate the Term Contract at any time if the Contractor violates, or aids or abets another in violating, any state or federal law. If the requirements of the Term Contract conflict with any governing law, codes or regulations, the Contractor shall notify the Department in writing and the parties shall amend the Term Contract to comply with the applicable code or regulation. Similarly, if the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the Products offered under the Term Contract, the Contractor shall immediately notify the Department in writing, indicating the specific restriction. The Department reserves the right and the complete discretion to accept any such alteration or to cancel the Term Contract at no further expense to the Department. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a Customer’s continuing oversight team for purchases off this Term Contract. 9.2 Integrity. In addition to any applicable statutory restrictions, the Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (i) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty; or (ii) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (ii), “gratuity” means any payment in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. SECTION 10. DISPUTES AND LIABILITIES. 10.1 Dispute Resolution. Should any disputes arise between the Department and the Contractor with respect to the Term Contract, the Contractor and the Department shall act immediately to resolve any such disputes. Time is of the essence in the resolution of disputes. Exhaustion of this administrative remedy detailed in the Dispute Resolution Process contemplated in this Term Contract is an absolute condition precedent to the Contractor's ability to seek other remedies related to the Term Contract. 10.2 Dispute Resolution Process. (a) Department Review. The parties shall resolve disputes through written submission of their dispute to the Department’s Contract Manager. The Department shall respond to the dispute in writing within ten (10) Business Days from the date that the Department’s Contract Manager receives the dispute. The Department’s decision shall be final unless a party provides the other party with written notice of the party’s disagreement with the decision within ten (10) Business Days from the date of the Department’s decision. If a party disagrees with the Department’s decision, the party may proceed to subsection (b) below. (b) Meeting between the Principals. If either party disagrees with the Department’s decision, such disagreeing party shall notify the other party of the disagreement within ten (10) Business Days. The parties shall then schedule a meeting between each party’s principal (for the Department, the Department head or designee; for the Contractor, the Chief Executive Officer or designee) on a mutually agreed upon date, no later than ten (10) SP approved version 9-12-2024 Page 12 of 20 Business Days after the provision of the notice. The principals shall attempt to mutually resolve the disagreement at such meeting. (c) Mediation. If the dispute is not resolved through a meeting of the Principals, the parties, upon mutual agreement, may mediate such dispute. If such mediation is not completed within 100 calendar days from receipt of the Department’s decision, then either party may seek other remedies. If the dispute is not resolved through the full process in subsections (a) - (c) above (or (a) – (b), if mediation is not agreed to), either party may pursue any other remedies. 10.3 Contractor’s Obligation to Perform While Disputes are Pending. The Contractor shall proceed diligently with performance under the Term Contract pending the final resolution of any dispute or request for relief, claim, appeal, or action arising under the Term Contract and shall comply with directions to perform from the Department. Should the Contractor not perform while a dispute is pending, including by not performing disputed work, such nonperformance by the Contractor may be deemed to be an unexcused breach of the Term Contract which is separate and apart from any other dispute. 10.4 Governing Law and Venue. The Term Contract will be governed by, and construed in accordance with, the laws of the State. Jurisdiction and venue for suit arising under the terms of the Term Contract will exclusively be in the appropriate State court located in Leon County, Florida. Except as otherwise provided by law, the parties agree to be responsible for their own attorney’s fees and costs incurred in connection with disputes arising under the terms of the Term Contract. 10.5 Remedies Cumulative. No remedy herein conferred upon or reserved to either party is intended to be exclusive of any other remedy or remedies, and each and every such remedy will be cumulative, and will be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity. 10.6 JURY WAIVER. THE PARTIES, ON BEHALF OF THEMSELVES AND ASSIGNS, WAIVE ALL RIGHT TO TRIAL BY JURY FOR ANY ACTION, APPEAL, CLAIM, OR PROCEEDING, WHETHER IN LAW IN OR IN EQUITY, WHICH IN ANY WAY ARISES OUT OF OR RELATES TO THE TERM CONTRACT OR ITS SUBJECT MATTER. 10.7 Indemnification. For any and all third-party claims, actions, demands, liabilities, and expenses of any kind which are caused by, related to, growing out of or happening in connection with the Term Contract (including any determination arising out of or related to the Term Contract that the Contractor or its employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Department or State), the Contractor shall be fully liable for the actions of its employees, subcontractors, and agents and shall fully indemnify, defend, and hold harmless the Department and the State (including each of their current and former officers, agents, and employees) for any and all loss, damage, injury, costs, reasonable expenses, or other casualty to person or property. Without limiting this indemnification requirement, the Department may provide the Contractor (i) written notice of any action or threatened action, (ii) the opportunity to take over and settle or defend any such action at the Contractor’s sole expense, and (iii) assistance in defending the action at the Contractor’s sole expense. The above indemnity requirement does not apply to that portion of any loss or damages proximately caused by the negligent act or omission of the Department or the State. Nothing herein is intended to act as a waiver of the Department’s or State’s sovereign immunity or to be deemed consent by the Department or State or its SP approved version 9-12-2024 Page 13 of 20 subdivisions to suit by third parties. SECTION 11. MISCELLANEOUS. 11.1 Department of State Registration. Consistent with Title XXXVI, F.S., if the Contractor asserts status other than that of a sole proprietor, it must provide the Department with i) conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity; ii) a certificate of authorization if a foreign business entity; or iii) if exempt from the registration requirements, a basis for such exemption. 11.2 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Term Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 11.3 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by the Contractor. Such purchases are independent of the Term Contract between the Department and the Contractor, and the Department is not a party to these transactions. SECTION 12. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 12.1 General Record Management and Retention. The Contractor shall retain all records that were made in relation to the Term Contract for the longer of five (5) years after expiration of the Term Contract or the period required by the General Records Schedules maintained by the Florida Department of State available at: https://dos.fl.gov/library-archives/records- management/general-records-schedules/. 12.2 Identification and Protection of Confidential Information. Article 1, section 24, of the Florida Constitution, guarantees every person access to public records, and section 119.011, F.S., provides a broad definition of “public record.” As such, records submitted to the Department (or any other State agency) are public records and are subject to disclosure unless exempt from disclosure by law. If the Contractor considers any portion of a record it provides to the Department (or any other State agency) to be trade secret or otherwise confidential or exempt from disclosure under Florida or federal law (“Confidential Information”), the Contractor shall mark as “confidential” each page of a document or specific portion of a document containing Confidential Information and simultaneously provide the Department (or other State agency) with a separate, redacted copy of the record. The Contractor shall state the basis of the exemption that the Contractor contends is applicable to each portion of the record redacted, including the specific statutory citation for such exemption. The Contractor shall only redact portions of records that it claims contains Confidential Information. If the Contractor fails to mark a record it claims contains Confidential Information as “confidential,” or fails to submit a redacted copy in accordance with this section of a record it claims contains Confidential Information, the Department (or other State agency) shall have no liability for release of such record. The foregoing will apply to every instance in which the Contractor fails to both mark a record “confidential” and redact it in accordance with this section, regardless of whether the Contractor may have properly marked and redacted the same or similar Confidential Information in another instance or record submitted to the Department (or any other State agency). SP approved version 9-12-2024 Page 14 of 20 In the event of a public records request, to which records the Contractor marked as “confidential” are responsive to the request, the Department shall provide the Contractor- redacted copy to the requestor. If the Contractor has marked a record as “confidential” but failed to provide a Contractor-redacted copy to the Department, the Customer may notify the Contractor of the request and the Contractor may have up to ten (10) Business Days from the date of the notice to provide a Contractor-redacted copy, or else the Department may release the unredacted record to the requestor without liability. If the Department provides a Contractor- redacted copy of the documents and the requestor asserts a right to the Contractor-redacted Confidential Information, the Department shall promptly notify the Contractor such an assertion has been made. The notice will provide that if the Contractor seeks to protect the Contractor-redacted Confidential Information from release it must, within thirty (30) days after the date of the notice and at its own expense, file a cause of action seeking a declaratory judgment that the information in question is exempt from section 119.07(1), F.S., or other applicable law and an order prohibiting the Department from publicly disclosing the information. The Contractor shall provide written notice to the Department of any cause of action filed. If the Contractor fails to file a cause of action within thirty (30) days the Department may release the unredacted copy of the record to the requestor without liability. If the Department is requested or compelled in any legal proceeding to disclose documents that are marked as “confidential” (whether by oral questions, interrogatories, requests for information or documents, subpoena, or similar process), unless otherwise prohibited by law, the Department shall give the Contractor prompt written notice of the demand or request prior to disclosing any Confidential Information to allow the Contractor to seek a protective order or other appropriate relief at the Contractor’s sole discretion and expense. If the Contractor fails to take appropriate and timely action to protect the Confidential Information contained within documents it has marked as “confidential” or fails to provide a redacted copy that may be disclosed, the Department may provide the unredacted records in response to the demand without liability. The Contractor shall protect, defend, and indemnify the Department for all claims, costs, fines, settlement fees, and attorneys’ fees, at both the trial and appellate levels, arising from or relating to the Contractor’s determination that its records contain Confidential Information. In the event of a third-party claim brought against the Department for failure to release the Contractor’s redacted Confidential Information, the Contractor shall assume, at its sole expense, the defense or settlement of such claim, including attorney’s fees and costs at both the trial and appellate levels. If the Contractor fails to continuously undertake the defense or settlement of such claim or if the Contractor and Department mutually agree that the Department is best suited to undertake the defense or settlement, the Department will have the right, but not the obligation, to undertake the defense or settlement of such claim, at its discretion. The Contractor shall be bound by any defense or settlement the Department may make as to such claim, and the Contractor agrees to reimburse the Department for the expense, including reasonable attorney’s fees and costs at both the trial and appellate levels associated with any defense or settlement that the Department may undertake to defend Contractor’s Confidential Information. The Department will also be entitled to join the Contractor in any third-party claim for the purpose of enforcing any right of indemnity under this section. If at any point the Department is reasonably advised by its counsel that disclosure of the SP approved version 9-12-2024 Page 15 of 20 Confidential Information is required by law, including but not limited to Florida’s public records laws, the Department may disclose such Confidential Information without liability hereunder. 12.3 Public Records Requirements Pursuant to Section 119.0701, F.S. Solely for the purpose of this section, the Department’s Contract Manager is the agency custodian of public records. If, under the Term Contract, the Contractor is providing services and is acting on behalf of the public agency, as provided in section 119.0701, F.S., the Contractor shall: i. Keep and maintain public records required by the Department to perform the service. ii. Upon request from the Department’s custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. iii. Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Term Contract term and following the completion of the Term Contract if the Contractor does not transfer the records to the Department. iv. Upon completion of the Term Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department 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 Term Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department’s custodian of public records, in a format that is compatible with the information technology systems of the Department. 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 TERM CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. 12.4 Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Term Contract without prior written approval from the Department, including mentioning the Term Contract in a press release or other promotional material, identifying the Department or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Term Contract or the name of the Department or the State in any material published, either in print or electronically, to any entity that is not a party to the Term Contract, except potential or actual Customers or authorized distributors, dealers, resellers, or service representatives. SP approved version 9-12-2024 Page 16 of 20 12.5 Intellectual Property. 12.5.1 Ownership. Unless specifically addressed otherwise in the Customer’s contract, the State of Florida shall be the owner of all intellectual property rights to all new property created or developed in connection with the Customer’s contract. This shall not apply to intellectual property developed prior to the execution of the Term Contract. 12.5.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Customer’s contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer and the Department of any inventions or discoveries developed or made through performance of the Customer’s contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Customer’s contract. This shall not apply to any invention or discovery made prior to the execution of the Term Contract. 12.5.3 Copyrightable Works. Contractor must notify the Customer and the Department of any publications, artwork, or other copyrightable works developed in connection with the Customer’s contract. All copyrights created or developed through performance of the Customer’s contract are owned solely by the State of Florida. This shall not apply to any copyrightable works created or developed prior to the execution of the Term Contract. SECTION 13. DATA SECURITY. The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. “State of Florida data” means data collected by, transmitted from, created for, or provided by the Department or the Customer. The Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a Security Incident involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day of becoming aware of the Security Incident. “Security Incident” for purposes of this section will refer to an actual or imminent threat of a violation of information technology resources, security, policies, or practices, unauthorized access of State of Florida data, or occurrences that compromise the confidentiality, integrity, or availability of State of Florida data. An imminent threat refers to a situation in which the Contractor has a factual basis for believing that a specific incident is about to occur. Once a data breach has been contained, the Contractor must provide the Department and the Customer with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other current state and federal rules and regulations regarding security of information. SECTION 14. CONTRACT MONITORING. 14.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Term Contract. The Customer will be entitled at all times, SP approved version 9-12-2024 Page 17 of 20 upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 14.2 Contract Reporting. The Contractor shall provide the Department the following accurate and complete reports associated with this Term Contract. 14.2.1 Term Contract Quarterly Sales Reports. The Contractor shall submit Quarterly Sales Reports in the manner and format required by the Department within 30 calendar days after the close of each State fiscal quarter (the State’s fiscal quarters close on September 30, December 31, March 31, and June 30). The Quarterly Sales Report template can be found here: Quarterly Sales Report Format / Vendor Resources / State Purchasing / Business Operations / Florida Department of Management Services - DMS (myflorida.com). Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website is the responsibility of the Contractor without prompting or notification from the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded in two consecutive quarters, the Contractor may be placed on probationary status, or the Department may terminate the Term Contract. Failure to provide the Quarterly Sales Report, or other reports requested by the Department, will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Term Contract. 14.2.2 Certified and Minority Business Enterprises Reports. Upon Customer request, the Contractor shall report to each Customer spend with certified and other minority business enterprises in the provision of commodities or services related to the Customer orders. These reports shall include the period covered; the name, minority code, and Vendor Identification Information of each minority business enterprise utilized during the period; commodities and services provided by the minority business enterprise; and the amount paid to each minority business enterprise on behalf of the Customer. 14.2.3 Ad Hoc Sales Reports. The Department may require additional Term Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the format acceptable to the Department and within the timeframe specified by the Department. 14.2.4 MFMP Transaction Fee Reports. The Contractor shall submit complete monthly MFMP Transaction Fee Reports to the Department. Reports are due 15 calendar days after the end of each month. Information on how to submit MFMP Transaction Fee Reports online can be located at https://www.dms.myflorida.com/business_operations/state_/myfloridamarketplace/ mfmp_vendors/transaction_fee_and_reporting. Assistance with transaction fee reporting is also available by email at feeprocessing@myfloridamarketplace.com or telephone at 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 14.3 Business Review Meetings. Both the Department and Customer reserve the right to schedule business review meetings. The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics: SP approved version 9-12-2024 Page 18 of 20 • Term Contract or Customer contract compliance • Term Contract savings (in dollar amount and cost avoidance) • Spend reports by Customer • Recommendations for improved compliance and performance 14.4 Performance Deficiencies. 14.4.1 Proposal of a Corrective Action Plan. In addition to the processes set forth in the Term Contract (e.g., service level agreements), if the Customer or the Department determines that there is a performance deficiency that requires correction by the Contractor, then the Customer or the Department will notify the Contractor. The correction must be made within a timeframe specified by the Customer or the Department. The Contractor must provide the Customer or the Department with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Customer or the Department. 14.4.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. For Customer-requested Corrective Action Plans, if the corrective action plan is unacceptable to the Customer, or implementation of the plan fails to remedy the performance deficiencies, the Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Customer for the performance deficiencies. 14.5 Inspection. 14.5.1 Inspection at Contractor’s Site. The Department reserves the right to inspect, or enlist a third-party to perform, at any reasonable time with prior notice, the equipment, product, plant or other facilities of the Contractor to assess conformity with Term Contract requirements and to determine whether they are adequate and suitable for proper and effective Term Contract performance. 14.5.2 Statutory Inspection Rights. If services are to be provided pursuant to the Term Contract, in accordance with section 216.1366, F.S., the Department is authorized to inspect the: (i) financial records, papers, and documents of the Contractor that are directly related to the performance of the Term Contract or the expenditure of State funds; and (ii) programmatic records, papers, and documents of the Contractor which the Department determines are necessary to monitor the performance of the Term Contract or to ensure that the terms of the Term Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department within ten (10) Business Days after the request is made. Further, for any Term Contract for services with a nonprofit organization as defined in section 215.97(2)(m), F.S., the Contractor must provide documentation that indicates the amount of state funds: SP approved version 9-12-2024 Page 19 of 20 1. Allocated to be used during the full term of the Term Contract for remuneration to any member of the board of directors or an officer of the contractor; and 2. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the contractor. The documentation must indicate the amounts and recipients of the remuneration. 14.5.3 Inspection Compliance. The Contractor understands its, and its subcontractors (if any), duty, pursuant to section 20.055(5), F.S., to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Department’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the State official deems relevant to the Contractor’s integrity or responsibility. Such information may include the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Term Contract. The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of the Term Contract or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs will include salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment. SECTION 15. PERFORMANCE OR COMPLIANCE AUDITS. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Term Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Term Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Term Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Term Contract. SECTION 16. CONFIDENTIALITY. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its employees, subcontractors, or agents in the course of performing Term Contract work, including security procedures, business operations information, or commercial proprietary information in the possession of the Customer or State. The Contractor will not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the Customer’s or State’s confidential information, or material that is otherwise obtainable under State law as a public record. To ensure confidentiality, the Contractor shall take appropriate steps as to its employees, subcontractors, and agents. SP approved version 9-12-2024 Page 20 of 20 SECTION 17. SUPPLIER DEVELOPMENT. 17.1 Office of Supplier Development. The State of Florida supports its business community by creating opportunities for business enterprises to participate in procurements and contracts. The Department encourages supplier development through certain certifications and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Development (OSD) at OSDHelp@dms.fl.gov. 17.2 Reporting Certified Business Enterprises. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and vendor identification information of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Term Contract. State Term Contract No. 25101600-21-STC For Medium and Heavy Trucks Page 1 of 2 This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida and Step One Automotive FD CW, LLC. (Contractor) with its principal place of business located at 4060 South Ferdon Boulevard, Crestview, Florida 32536, collectively referred to herein as the “Parties.” Accordingly, the Parties agree as follows: I. Initial Contract Term. The Initial Contract Term shall be for five years. The Initial Contract Term shall begin on October 1, 2021. The Contract shall expire on September 30, 2026 unless terminated earlier in accordance with the Special Contract Conditions. II. Renewal Term. Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, pursuant to the incorporated Special Contract Conditions. III. Order of Precedence. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Exhibits, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Exhibits listed below are incorporated in their entirety into, and form part of, this Contract. The Contract document and Exhibits shall have priority in the following order: a) This Contract document b) Exhibit A, Scope of Work c) Exhibit B, Price Sheet(s) d) Exhibit C, Additional Special Contract Conditions e) Exhibit D, Special Contract Conditions f) Exhibit E, Price Quote Form (PQF) g) Exhibit F, Acknowledgement of Order Form h) Exhibit G, Preferred Pricing Affidavit DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 State Term Contract No. 25101600-21-STC For Medium and Heavy Trucks Page 2 of 2 IV. Contract Management. Department’s Contract Manager: Christopher McMullen Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-9867 Email: christopher.mcmullen@dms.fl.gov Contractor’s Contract Manager: Eric Jore Step One Automotive FD CW, LLC. 4060 South Ferdon Boulevard Crestview, Florida 32536 Telephone: (407) 234-5116 Email: ejore@steponeauto.com This Contract is executed by the undersigned officials as duly authorized. This Contract is not valid and binding on all Parties until signed and dated by both Parties. Step One Automotive FD CW, LLC. STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ [Name] J. Todd Inman, Secretary _____________________________ _______________________________ Date: Date: DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 9/27/2021 | 11:26 AM EDT Exhibit A Scope of Work Page 1 of 22 1. Definitions Definitions contained in section 287.012, Florida Statutes (F.S.); Rule 60A-1.001, Florida Administrative Code (F.A.C.); Exhibit D, Special Contract Conditions; and the PUR 1001, General Instructions to Respondents (10/06), are incorporated by reference. In the event of a conflict, the definitions listed in this section supersede the incorporated definitions for the purposes of this Scope of Work. All definitions apply in both their singular and plural sense. Accepted Brands – The Manufacturer(s) specified by the Department for a particular Base Vehicle Specification. Approved Equivalent – A Representative Model manufactured by a producer/provider other than Accepted Brands which meet the required Base Vehicle Specifications. Equivalence is determined by the Department by comparing the Representative Model’s vehicle specifications with the Base Vehicle Specifications. The Department reserves the right to independently verify information provided by the Bidder, including but not limited to, the equivalence of Representative Models. Base Vehicle Specification – A Department-specified Commodity that may include vehicle size, axle configuration, class, gross vehicle weight rating (GVWR), and other information listed by the Department herein, which identifies the requirements, specifications, terms, and conditions herein, and may include Components, Features, or Configurations different than those provided by a Manufacturer on their standard base version of the Commodity. Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, Florida Statutes (F.S.), from 8:00 a.m. to 5:00 p.m. at the Customer’s location. Commodity Code – The State’s numeric code for classifying Commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. Florida has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying Commodities and services. Component, Feature or Configuration – An element, piece, part, module, package, element Group, piece Group, parts Group, module Group, or package Group of a Commodity, Representative Model or Option. Contract – The written agreement between the Department and the awarded Bidder(s) resulting from ITB No. 21-25101600-ITB. Contractor – A vendor that entered into a Contract with the Department as a result of ITB No. 21-25101600-ITB. A Contractor can be a Manufacturer or Dealer. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 2 of 22 Customer – A State Agency or Eligible User. Dealer – A Manufacturer’s certified representative who has been authorized by the Manufacturer to market, sell, provide, and service the Representative Models and Options from the Manufacturer. Dealers may be Contractor-owned and -controlled (in whole or in part) or independently owned and controlled. Department – The Department of Management Services, a State Agency. Free on Board (FOB) Destination – As defined in section 672.319(1)(b)., Florida Statutes. Gross Vehicle Weight Rating (GVWR) – The combined weight of vehicle and its payload capacity. Group – A collection of Base Vehicle Specifications, as described in this Scope of Work, and Exhibit B, Price Sheet(s). Heavy Truck – The Federal Highway Administration (FHWA), truck group classes 7 - 8. Manufacturer – The original producer or provider of Representative Models or Options which possess the minimum quality, reliability, service, and value required by the Department and Customers. May be used interchangeably with “Brand”. Manufacturer’s Last Order Date – The final date on which the Manufacturer stops producing the model year of a Representative Model which meets the requirements, specifications, terms, and conditions of the Contract. Manufacturer’s Suggested Retail Price (MSRP) – The Manufacturer’s recommended retail selling price, list price, catalog price, distributor price, published price, or other usual customary pricing that would be paid by the purchaser for specific Representative Models, Options, and contractual services without benefit of a Contract. MSRPs shall be formally published by the Manufacturer, publicly listed and available, and verifiable by the Department. If two or more prices fit this definition for a pertinent Commodity, equipment model, or contractual service, the Contractor will supply the lowest price as the MSRP. Medium Truck – The Federal Highway Administration (FHWA), truck group classes 3 – 6. MSRP Credit – The MSRP of the Option that is deducted from the MSRP of the Vehicle price paid by the Customer if the Option is removed from the Vehicle. MSRP List – A collection of MSRPs and related information broken down by specific Representative Models and their associated Options. MSRPs shall be formally published by the Manufacturer, publicly listed and available, and verifiable by the Department. In the priority listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for use under this Contract: DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 3 of 22 • Manufacturer’s Annual U.S. Price Book; • Manufacturer’s official website or dealer software; and • Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition. MSRP Sheet – The MSRP sheet provides the MSRP and specification(s) for the Representative Model(s) bid. Also known as a Build Sheet. Net Price – The final price paid by the Customer after applying all discounts and credits. Non-OEM Option – An Option produced by a Manufacturer other than the Manufacturer of the associated Representative Model. OEM Option – An Option produced by the Manufacturer of the associated Representative Model. Option – A Manufacturer’s new and unused optional Component, Feature, or Configuration not specified by the Department as standard on the Base Vehicle Specifications, and which is intended for the specific Representative Model. Equipment which meets the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Representative Model by the Manufacturer, port or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry or specified by the Manufacturer. May include OEM Options and Non-OEM Options and may be considered aftermarket options. Original Equipment Manufacturer (OEM) – The original producer of a Commodity. Representative Model – A specific Medium or Heavy Truck that meets a Base Vehicle Specification. A Representative Model may include Manufacturer’s name, trade name, Brand name, make name, model name, model number, catalog number, or other information provided which meets the requirements, specifications, terms, and conditions specified by the Department herein, and may include Components, Features, or Configurations different than those provided by a Manufacturer, port, and Dealer on their standard version of the Commodity. Also known as Standard Model, Representative Vehicle, Standard Vehicle, or Vehicle. State – The State of Florida. 2. Purpose To provide Customers within the State the ability to acquire new and unused Medium and Heavy Trucks. The Contractor shall provide Medium and Heavy Trucks in accordance with the specifications contained herein. The Medium and Heavy Truck Commodities offered under the Contract shall be classified under six Groups, which are listed and described as follows: Group No. Group Description 1 CHASSIS CABS 2 FLAT BED DUMP TRUCKS 3 DUMP TRUCKS 4 FLAT BED STAKE BODY TRUCKS 5 DRY FREIGHT TRUCKS 6 TRUCK TRACTORS DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 4 of 22 The Contract is intended to cover only those Medium and Heavy Trucks generally used by the State as listed and described herein and does not include all varieties of Medium and Heavy Trucks that are commercially available. The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. The Contractor shall be responsible for immediately removing all non-eligible and Department unauthorized Commodities under the Contract from the Contractor’s MSRP List. 3. Commodity Specifications and Standards The Base Vehicle Specifications and Options are based on the available information known to the Department at the time of the solicitation, including the known needs of Customers and information obtained using Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition. Options listed in Exhibit B, Price Sheet (C.4) were identified based on known Customer needs and the respective Manufacturer’s data. The Contract specifications and standards form a part of the overall specifications for the listed Representative Models, except as modified or noted herein. Any conflict between the Department’s Contract specifications and standards and the Manufacturer’s specifications will be resolved in favor of the Department specifications and standards. The Contractor shall ensure that all Commodities, including all Representative Models, Options, and the respective Components, Features, or Configurations, shall individually and jointly comply with the following: a. All Commodities shall be designed, constructed, equipped, assembled, and installed to be fully suitable for their intended use, purpose, and service per the Scope of Work; b. All Commodities shall be new and unused (except as specified in the Transportation and Delivery section of the Scope of Work), for the current Manufacturer’s model year or later, of current or recent production, and of the latest design and construction; c. All Representative Models shall be diesel powered. choices for alternative fuel fuels (compressed natural gas (“CNG”), diesel, electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or propane powered) can be listed for reference and customer selection if desired. d. All Commodities shall include all Option standard features, equipment, and components installed by Manufacturer or Dealer according to the Manufacturer’s current standard procedures, requirements, and specifications; e. All Representative Models shall meet the Automatic Air Brake Drain System Specifications, which are available at https://www.dms.myflorida.com/content/download/ 152586/1015180/file/AIRBRAKE.pdf; f. All Commodities shall be free of damage, defect, and rust which may affect appearance, operability, functionality, or serviceability; g. All Commodities shall comply with current legal, customary, reasonable, and professional standards of the Medium and Heavy Trucks industry; DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 5 of 22 h. All Commodities shall comply with current mandatory and applicable federal and State Medium and Heavy Trucks requirements including, but not limited to, all legal, safety, and environmental standards and requirements; and i. All Commodities shall meet the requirements, specifications, terms, and conditions herein. No Contractor’s or Dealer’s advertising or identification (name, logos, etc.) is permitted on the Commodities, including all Representative Models and Options and their components. Commodity Manufacturer’s advertising or identification (name, model, logos, etc.) is permitted on the respective Commodities if such advertising or identification is a Manufacturer’s standard on the specific Commodity. The Contractor shall be responsible for removing, without damage, all impermissible or unacceptable advertising or identification. The Department reserves the right to, in its sole discretion, determine what advertising or identification is considered unacceptable. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and Contract termination. 4. Truck Body Specifications Contractors shall satisfy the truck body requirements in accordance with the specifications contained herein. Group No. Base Vehicle Code Description Specification 1 N/A Chassis Cab Only N/A 2 210, 240 12 Foot Flat Bed Heavy-Duty Dump Body FLAT-12 220, 230, 250, 260 14 Foot Flat Bed Heavy-Duty Dump Body FLAT-14 3 310, 330 Four Cubic Yard Heavy-Duty Dump Body DUMP-4 320, 340 Five Cubic Yard Heavy-Duty Dump Body DUMP-5 350, 360 Eight Cubic Yard Heavy-Duty Dump Body DUMP-8 370, 380 12 Cubic Yard Heavy-Duty Dump Body DUMP-12 4 410, 440, 450, 460 14 Foot Extra Heavy-Duty Stake Body STAKE-14 420 18 Foot Extra Heavy-Duty Stake Body STAKE-18 430 22 Foot Extra Heavy-Duty Stake Body STAKE-22 5 510 16 Foot Van Body, Aluminum, Dry Freight FREIGHT-16 520 20 Foot Van Body, Aluminum, Dry Freight FREIGHT-20 530 24 Foot Van Body, Aluminum, Dry Freight FREIGHT-24 6 N/A Truck Tractor Only N/A The Contract is only intended to cover Medium and Heavy Trucks used or utilized by the State as listed and described herein and does not include all varieties of Medium and Heavy Trucks that are commercially available. The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 6 of 22 5. Options, Components, Features and Configurations All Representative Models, Options, must be manufactured by the specified Manufacturer of the Commodity provided. Where a Representative Model is specified for an Option, Component, Feature or Configuration only the specified Commodity may be offered and provided. All Options, Components, Features or Configurations must be new and meet the requirements, specifications, terms, and conditions herein, and are subject to prior Customer approval. All Options, Components, Features or Configurations of the Representative Model, as specified by the Department and ordered by the Customer, shall be fully assembled and installed by the Manufacturer, except as follows: • If the Option, Component, Feature or Configuration is specified as a port installed or Dealer installed Option, Component, Feature or Configuration by the Manufacturer; or • If the Option, Component, Feature or Configuration is not available from the Manufacturer, the Option, Feature, or Component may be assembled by its respective Manufacturer and installed by the Contractor. 6. Luxury or Sport Vehicles or Features Unless otherwise indicated within the Base Vehicle Specification, no luxury or sports features will be considered or permitted. The Department, in its sole determination, shall determine what is a luxury or sport feature. To date, the Department has determined luxury or sports features include the following: • Manufacturer’s Signature or Specialty editions; and • Leather upholstery (seats or interior), sunroofs, and moon roofs. 7. Installation When installation is required, Contractor shall be responsible for placing and installing the equipment or parts in the required locations at no additional charge, unless otherwise specified in the Price Sheet. All materials used in the installation shall be new and unused and shall be free of defects that would diminish the appearance of any Commodity or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the equipment or parts in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. The Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 7.1 Body Transfer and 3rd Party Body Installations In the event the Customer chooses to purchase or supply a cab and chassis separately, the Contractor must facilitate obtaining the required Manufacturer Certified Certificate, perform Manufacturer required pre-delivery inspection, and ensure all proper tag and title documents are present pursuant to Florida license requirements. The Manufacturer must certify that it conforms to all Federal Motor Vehicle Safety Standards (FMVSS). The Contractor is responsible for facilitating body transfers and installations at no additional cost to the Customer. While facilitating body transfers and installations, the Contractor must ensure that all work is performed by a certified vendor and that all work meets or exceeds FMVSS DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 7 of 22 standards. The Customer may incur an additional cost for installation by the Contractor or body upfitter. The installation cost may vary due to the body configuration; however, the price shall be included on the Price Quote Form (PQF) from the Contractor. 8. Full-Service Repair Facilities The Contractor shall maintain at least one factory-authorized service station or servicing dealer within the State to perform warranty repairs and adjustments throughout the Contract term at no additional cost to Customer(s) or the Department. The Contractor shall promptly notify the Department in writing of any changes thereto. The Contractor shall be responsible for all service performed, regardless of whether the Contractor or their approved dealer actually performed the service. Notwithstanding the foregoing, the Contractor may offer Customers “after warranty” service agreements for the maintenance and repair of goods after the initial warranty expires. The Contractor will list this additional service as a separate item on the invoice. 9. Federal and State Standards It is the intent of the Department that all specifications herein are in full and complete compliance with all federal and State laws, requirements, and regulations applicable to the type and class of Commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State laws, requirements, and regulations that apply to the type and class of Commodities and contractual services being provided. It is the intent of the Department that the Contractor(s) comply with all applicable federal and State regulations regarding the Commodities and contractual services’ specifications, safety, and environmental requirements, including any legislation or regulations which become effective during the term of the Contract and shall become a part of the Contract. The Contractor(s) shall meet or exceed any such requirements of the laws and regulations applicable to the type and class of commodities and contractual services provided. If an apparent conflict exists, the Contractor, regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract Manager immediately. 10. Acceptable Publications The Customer may request, and the Contractor shall provide, within three Business Days of any request, acceptable and supporting information or documentation relative to its product. Acceptable and supporting information or documentation includes, but is not limited to: 1. A copy of the Manufacturer’s Computer Printout (Ford “DORA”/“Commercial Truck Tools”, Freightliner “Spec Pro”, International “Vehicle Specifications”, Mack “Order/Customer/Vehicle Information”, or Approved Equivalent) for each Commodity offered. 2. MSRP List. The MSRP and MSRP List may not be custom or solely developed, created, maintained, altered, revised, changed, or utilized for purposes of the solicitation and resulting contract (see definition, MSRP). 3. Manufacturer’s standard warranties; and 4. The Manufacturer’s official fleet or retail websites. During the term of the Contract, the Contractor shall supply printed sales literature and technical information to Customers upon request, unless the literature and information requested is DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 8 of 22 available on the Contractor’s or Manufacturer’s website. If the literature and information is available on the Contractor’s website, the Contractor shall direct the requesting Customer to its specific website location. 11. Testing Samples of delivered Commodities may be selected at random by Customers or Department and tested for compliance with the requirements, specifications, terms, and conditions. 12. Warranty The Manufacturer’s standard warranty shall cover all Commodities and contractual services offered through the Contract. The Manufacturer’s standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities and contractual services specified herein that are sold to any Federal, state, or local governments. The Manufacturer’s standard warranty shall be in effect for a minimum term of one year from the Customer’s acceptance, as specified in the Final Inspection and Acceptance section and shall begin only at the time of acceptance by the Customer. Should the Manufacturer’s standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, the Contract requirements, specifications, terms, and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are not part of the Contract requirements, specifications, terms, and conditions. 13. Recall(s) In the event there is a recall of any of the Commodities, including but not limited to any Vehicle, Options, Components, Features or Configurations, or any other any parts therein, ("Vehicle Recall"), the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such reports as may be required. Each Contractor shall, at the request of the Department or any Customer, give the Department and each Customer reasonable assistance in locating and recovering any equipment or recalled equipment. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure defective recalled equipment are rectified, replaced, and destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts relating to recalled equipment shall be at Contractor’s own expense. 14. Manufacturer’s Last Order Date, Production Notification, and Representative Model Replacement The Contractor shall notify the Department’s Contract Manager of a contracted Vehicle Manufacturer’s Last Order Date by email no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date. In the event the Manufacturer gives less than 30 calendar days’ notice of a Last Order Date to the Contractor, the Contractor shall notify the Department’s Contract Manager no later than the next Business Day by email or telephone following Contractor receiving notice of the Last Order Date from the Manufacturer. The Contractor shall immediately provide copies of the Manufacturer’s notice of the Manufacturer’s Last Order Dates to the Department's Contract Manager upon request. The Contractor shall notify the Customer and the Department’s Contract Manager in writing of any production schedule changes associated with the Customer’s order within one Business Day. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 9 of 22 Upon receipt of a purchase order from a Customer, the Contractor shall immediately notify the ordering Customer of any conflicts with the Manufacturer’s Last Order Date by telephone and include the Manufacturer’s Last Order Date in the completed Acknowledgement of Order Form provided to Customer in accordance with the Acknowledgement of Order section listed in the Scope of Work. Should the Contractor improperly notify a Customer or the Department of a Manufacturer’s Last Order Date, it may be grounds for termination of the Contract. Upon receipt of the required telephone notification or the Acknowledgement of Order Form notifying the Customer of the Manufacturer’s Last Order Date, the Customer may cancel the purchase order without penalty, or maintain the purchase order knowledgeable of the risk of potential non- Delivery without recourse. Upon receipt of the required telephone notification or the Acknowledgement of Order Form notifying the Customer of the Manufacturer’s Last Order Date, all purchase orders received by the vendor and maintained by the Customer after a Manufacturer’s Last Order Date shall be subject to awarded Commodity availability. After the Manufacturer’s Last Order Date, the Contractor may provide the new model year of the awarded Commodity, which meets the specifications herein, at the existing Contract Prices, discounts, requirements, terms, and conditions. If the Contractor wishes to replace any awarded Representative Model due to a revision, alteration, addition, or technical improvement, the Contractor shall submit the Representative Model change to the Department’s Contract Manager. The proposed replacement must meet or exceed the Department’s Base Vehicle Specifications for the awarded Representative Model and must meet or exceed the Contract requirements, specifications, terms, and conditions. Additionally, the replacement offered must be equal to or less than the current Contract Price for the awarded Representative Model the Contractor is seeking to update. The Contractor shall provide the Department with any documents requested by the Department to fully review the Contractor’s request. The Department, at its sole discretion, will make the determination to accept or reject the proposed replacement. If the Department rejects the proposed replacement or if there is no proposed replacement offered for a Representative Model that is no longer available, the Department may, at its sole discretion, remove the Representative Model from the Contract. In the event that a Representative Model is no longer available or no longer meets the Contract specifications, the Contractor shall be responsible for notifying the Department’s Contract Manager in writing within seven calendar days. 15. Vehicle Needs All State agencies shall comply with sections 287.14(2) and 287.151, F.S. Customers shall communicate their vehicle performance needs and requirements to the designated Contractor representatives identified in the Contract prior to requesting the Exhibit E, Price Quote Form (PQF). The Customer is encouraged to seek more than one quote from the identified awarded Contractors of the Vehicle, where available. 16. Price Quotes The Contractor prepares and submits to the Customer a price quote for the requested Commodity(ies) using Exhibit E, Price Quote Form (PQF). All requested Representative Model(s), Options (including aftermarket options) and Options discount(s) shall be itemized on the PQF, along with the applicable pricing information. Options shall be listed separately and include specific brand and model information, along with labor charges and installation charges listed separately. The price quoted for the Representative Model(s) and Options discount shall not exceed the current Contract’s prices and discounts. The PQF shall be completed by the Contractor and returned to the Customer within two Business Days of the Contractor’s receipt of DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 10 of 22 the Customer’s Request for a Quote. Customers are encouraged to seek more than one quote from the identified awarded Contractors, where available. Customers may negotiate with the Contractor to establish a lower price through a greater discount percentage off MSRP. 17. DMS Approval (State Agency Only) After receipt of the Contractor completed PQF that is acceptable to the Customer, the Customer will develop a justification to support price reasonableness and complete DMS Form MP6301, Request for Acquisition of Motor Vehicle(s) and Mobile Equipment; DMS Form MP6301 is available at: https://www.dms.myflorida.com/business_operations/fleet_management_and_ federal_property_assistance/fleet_management/purchase_of_mobile_equipment. The Customer shall submit a completed MSRP List and DMS Form MP6301, along with the PQF completed by the Contractor, to the DMS Bureau of Fleet Management for approval. 18. Purchase Order Upon the Department’s approval of a State Agency request, the Customer shall process a purchase order using normal purchasing processes. The purchase order will include a copy of the Department approved Exhibit E, PQF. All orders submitted by Customers of the Contract shall be placed using a purchase order. Purchase orders issued by Customers shall be in accordance with the, Price, Sheet(s), requirements, specifications, terms, and conditions of the Contract. The following terms apply to the Contractor and the Customer’s use of a purchase order: 18.1 Customers may only place, and Contractors shall only accept, purchase orders for Vehicles included in the Contractor’s awarded Contract. Customers are responsible for including the following information on and with the purchase order, for each Vehicle ordered: 18.1.1 Customer name and contact information; 18.1.2 Contractor Information; 18.1.3 State Term Contract Number and Name; 18.1.4 Representative Model Information; Commodity Code and Line Number, standard description, and price; Paint/finish color if other than the standard white (or other standard color if white is not available from the Manufacturer); Option Information (if applicable, individually listed): Manufacturer’s Option Code and Description, Option MSRP, Option Discount, and Option Net Price or Option MSRP Credit (as applicable, per the Ceiling Prices section and the Charges and Fees section). State Agencies must include a copy of the applicable Exhibit E, Price Quote Form (PQF) and accompanying MSRP List with any submitted requisition; 18.1.5 Aftermarket Options not procured under this Contract shall be separately itemized on the PQF and the purchase order, along with the applicable pricing information. Aftermarket Options shall be listed by specific brand and model, with labor charges, including installation, listed separately. Pricing for DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 11 of 22 Customer orders of aftermarket Options not procured under this Contract shall not exceed the current MSRP at the time of verification by the Department; 18.1.6 New License Plate Fee (if applicable, per the Commodities Title and Registration section of this solicitation); 18.1.7 Any Customer special instructions, requirements, specifications, terms, and conditions; and 18.1.8 The total cost for the Representative Model and Option(s) (if any) and New License Plate Fee (if applicable). 18.2 The Contractor shall place an order with the Manufacturer(s) within seven calendar days of receipt of the purchase order unless the Contractor has the ordered Representative Model in their possession that meets the Customer’s purchase order requirements. All orders placed with the Manufacturer(s) shall be made in full compliance with the requirements, specifications, terms, and conditions herein. 18.3 The Contractor shall honor all purchase orders received during the Contract period and which are received prior to the Manufacturer’s Last Order Date for Commodities the Contractor is currently awarded. Purchase orders are deemed received upon delivery. This may allow for the provision of the next new model year of the awarded Commodity, which meets the specifications herein, at the existing Contract prices, discounts, requirements, terms, and conditions. 18.4 The Contractor, from receipt of the purchase order until delivery is made to the Customer, shall promptly notify the Customer of any potential delivery delays. Additionally, the Contractor must promptly advise the Customer if their order may not be delivered prior to the end of the Customer’s Fiscal Year (State Agency’s Fiscal Year ends June 30). Note: Evidence of intentional delays in delivery may be cause for default proceedings and Contract termination. 19. Acknowledgement of Order For each order, the Contractor shall provide the ordering Customer with a fully completed Exhibit F, Acknowledgement of Order Form, within five Business Days of receiving the Customer’s order. 20. Accept Order The Contractor agrees to deliver the awarded Vehicle(s) and equipment listed on the purchase order in accordance with the prices, discounts, requirements, specifications, terms, and conditions of the Contract and purchase order. The Contractor must email the fully completed Exhibit F, Acknowledgement of Order Form to the Customer within five Business Days from the date the Contractor receives the purchase order. Failure of the Contractor to provide the ordering Customer the Acknowledgement of Order Form within five Business Days from the date the Contractor received the purchase order will be considered acceptance of the order by default, which, if necessary, shall require the provision of the next new model of the vehicle which meets the requirements, specifications, terms, and conditions herein and shall not exceed the Contract ceiling price for the Customer ordered Vehicle. If a new model year of the awarded Commodity is not available or cannot be delivered within the contractual timeframe, the Contractor must provide a comparable new model of equal or better value which meets or DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 12 of 22 exceeds the requirements, specifications, terms, and conditions herein and shall not exceed the Contract ceiling price for the Customer ordered Vehicle. The Contractor’s proposed substitution is subject to prior approval by the Customer and the Department. The Contractor must provide the following information in the Exhibit F, Acknowledgement of Order Form: 20.1 The estimated delivery date of the Commodity(ies) (including aftermarket Options); 20.2 The Manufacturers’ order confirmation, unless the Contractor has the Representative Model which conforms with the Customer’s purchase order in stock; 20.3 The Commodity(ies) (including aftermarket Options), in their possession, if applicable; 20.4 The Manufacturer’s associated production schedule; and 20.5 The Manufacturer’s Last Order date and the date notice was provided to the Department’s Contract Manager in accordance with the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section listed in the Scope of Work. Submission of Exhibit F, Acknowledgement of Order Form is the responsibility of the Contractor without prompting or notification by the Department's Contract Manager or Customer. The Contractor’s failure to submit completed Acknowledgement of Order forms to the ordering Customers may be cause for default proceedings and Contract termination. 21. Transportation and Delivery In conjunction with the Ceiling Prices section listed in the Scope of Work, all net prices shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and delivery of goods shall be Free on Board (FOB) Destination to any point statewide as follows: 1. Equipment not in stock or unavailable from a Manufacturer at time of order must be delivered within 120 calendar days after receipt of order, unless otherwise agreed to by the Customer. For any delivery not made within the 120 calendar day timeframe, the Department’s Contract Manager must be notified by the Contractor and given a copy of the purchase order. The Contractor must provide the Department’s Contract Manager any requested information and a timeframe for completion of the order. 2. Equipment in stock must be delivered within 14 calendar days after receipt of the order with one exception: Commodities requiring post-Manufacturer Dealer installed Options or accessories shall be delivered within 30 calendar days after receipt of the Commodities from the Manufacturer(s). Delivery of the awarded new, unused Vehicle(s) is defined as receipt of the awarded new Vehicle at the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. The Contractor must give the ordering Customer written notice of DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 13 of 22 delivery at least 24 hours prior to the delivery. Deliveries will be received only between 8:00 a.m. and 3:00 p.m. (Customer’s local time) during Business Days unless previously arranged and approved by the Customer in writing. Deliveries of awarded new Vehicles are made by either private or common carrier transport; or where delivery may be accomplished by driving the self-propelled vehicle with less than 250 odometer miles at delivery, the self-propelled vehicle may, with the Customer’s prior approval, be driven to the delivery location. The Contractor must make every effort to minimize the number of odometer miles at delivery. At the Customer’s option, vehicles with more than 250 odometer miles at delivery may be rejected, or $0.50 per mile in excess of 250 odometer miles may be deducted from the invoice and payment owed to Contractor. The Contractor must comply with the Manufacturer’s break-in requirements and all applicable traffic and safety laws. All vehicle Commodities delivered by the Contractor to the Customer shall contain no less than one-quarter tank of fuel as indicated by the fuel gauge at the time of delivery. The Contractor will perform the standard Manufacturer’s Pre-Delivery Inspection (PDI) and is responsible for delivering an awarded Vehicle that is properly serviced, clean, and in brand new operating condition. Pre-delivery service, at a minimum, shall include the following: 1. Complete lubrication of operating chassis, engine, and mechanisms with Manufacturer’s recommended grades of lubricants. 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s), motor(s), and drive(s) to proper operating condition(s); 4. Inflate tires (including any spares) to proper pressures; 5. Check to ensure proper operation of all accessories, gauges, lights, and mechanical and hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; and 7. Ensure that the Vehicle is completely assembled (unless otherwise noted in the specification) including but not limited to, the Representative Model, Options, Components, Features or Configurations (if applicable), aftermarket Options (if applicable), and thoroughly tested and ready for operation upon delivery. All Vehicles shall be delivered with each of the following applicable documents completed and included: 1. Copy of the Manufacturer’s Pre-Delivery Inspection (PDI) form, which meets or exceeds the requirements herein; 2. Copy of the ordering Customer’s purchase order; 3. Copy of the applicable Contract specification(s) and Contractor’s current Price Sheet (C.4) information; DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 14 of 22 4. Copy of the Manufacturer’s Invoice(s) for each awarded Commodity, including individual Representative Model, Options, Required aftermarket Options (if applicable), aftermarket Options (if applicable), in the shipment; 5. Proof of Manufacturer’s MSRP (commonly known as the window sticker) if applicable, which shall not be adhered to the Vehicle and instead provided with the documents listed herein; 6. Manufacturer’s certificate of origin, if applicable; 7. Manufacturer’s operator manual, and (if not included in the operator manual) one copy of the Manufacturer’s lubrication and maintenance instructions; 8. Copy of the Manufacturer’s standard warranty certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary tag and 20 day extension tag, if applicable; and DHSMV 82040, Application for certificate of title and vehicle registration, if applicable. Deliveries that do not include the above applicable forms and publications, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed forms and publications, or that have submitted altered forms, to the ordering Customer may be cause for default proceedings and Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re- delivery of an awarded Commodity that was previously rejected upon initial delivery. 22. Inspection and Acceptance Section 6.4, Inspection and Acceptance of Commodities, of the Special Contract Conditions exhibit is supplemented by adding the following: The Customer, within five Business Days of delivery, should inspect the Commodity received for acceptability. The Customer should compare the physical Commodity delivered, contract prices, discounts, requirements, specifications, Customer order, and Manufacturer’s MSRP Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity received meets or exceeds the requirements, specifications, terms, and conditions of the Contract and Customer Order. Additionally, the Customer should inspect the Commodity for any physical damage. The Contractor is obligated to correct any errors or damage. Failure by the Customer to discover an error in the Commodity shall not relieve the Contractor from its obligation to correct the error or damage in the event it is found any time after the Commodity is delivered. The Parties agree that inspection and acceptance shall be the Customer’s responsibility and occur at the location of the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until the Commodity is accepted by the Customer. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Customer shall assist the Contractor by: DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 15 of 22 • Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading; • Reporting any known visible and concealed damage to the carrier and the Contractor; • Confirming said reports in writing within 15 Business Days of delivery, requesting that the carrier inspect the damaged merchandise; and • Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection report. Transportation and delivery of the Commodity does not constitute acceptance for the purpose of payment. Acceptance of the Commodity and authorization of payment shall be given by the Customer only after a thorough inspection indicates that the Commodity is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment shall be withheld until such time as the Contractor completes the required Customer-approved, corrective action. If the Commodity requires service or adjustments as part of the Customer-approved identified corrective action(s), the Contractor shall either correct the issue or be responsible for reimbursing the Manufacturer’s local service dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory, and the Commodity is re-delivered in acceptable condition. All costs of transportation and delivery incurred for initial delivery and any re-deliveries due to non- Customer error or Commodity damage are the responsibility of the Contractor. The Customer shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Customer shall develop a corrective action plan related to the Contract deviation, which may include the Customer’s permanent refusal to accept the Commodity, in which case the Commodity shall remain the property of the Contractor, and the Customer and the State shall not be liable for payment for any portion thereof. 23. Commodity Compliance and Compatibility It is the Contractor’s responsibility to ensure that the Commodity(ies) supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor shall ensure that the Representative Model, Options, and aftermarket Options ordered by the Customer and provided by the Contractor are fully compatible with each other. Upon acceptance of the Customer’s purchase order, the Contractor is obligated to deliver Commodities that are fully compliant and compatible with the purchase order requirements, specifications, terms, and conditions. In the event any ordered Representative Model, Options, aftermarket Options, Vehicle’s respective features, equipment, components, or configuration are found by the Customer to be missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Customer may require the Contractor to do one or more of the following: • Install or repair at its own cost the Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, and aftermarket Options; DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 16 of 22 • Replace at its own cost the Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, aftermarket Options, and the Vehicle’s respective features, equipment, and components; or • Refund the purchase price of the applicable Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, and aftermarket Options to the Customer. Any changes necessary after the delivery of the Commodity / Commodities that are required to bring a Commodity / Commodities into compliance or compatibility due to an incorrect order fulfillment by the Contractor are to be accomplished at the Contractor’s expense. 24. Commodities’ Title and Registration Contractor shall title and register Vehicles delivered under the Contract for the Customer in accordance with Florida law, including Chapters 319 and 320, F.S. The Contractor shall provide any necessary form(s) that must be signed by an authorized representative of the Customer with the awarded Commodity(ies) at delivery, and the Contractor shall obtain any necessary signature(s) and complete the titling and registration process for the Customer within the timeframe agreed to by the Customer and the Contractor. In the event the Customer is permitted by law to obtain title and registration for the Vehicle independent of the Contractor, and chooses to obtain title and registration independent of the Contractor, the Customer shall notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgement of Order Form. However, the Customer shall then be obligated to title and register the awarded Commodity , and the Contractor shall provide the Customer any documents necessary for the Customer to do so at the time of delivery. The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. In addition, Customers may elect to transfer an existing license plate, or may choose to obtain a new license plate, for which additional fees may apply. • The Contractor is not required to obtain new license plates for the Customer unless there is a notation, and a new license plate fee is included on the purchase order. • The Customer’s purchase order notation for a new license plate shall include the request for a new license plate, what type of license plate is required, and a Customer point of contact including the person’s name, title, and telephone number should there be any questions. 25. Deletions During the Contract Term, the Department shall have the right to delete Commodities, including but not limited to, Groups, Manufacturers, brand names, and Representative Models, from this agreement by removing them from Exhibit B, Price Sheet (C.4). Commodities may be removed at the sole discretion of the Department. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 17 of 22 26.Price Adjustments Prices may be adjusted with the introduction of a new year model(s) for a Representative Model(s) awarded to the Contractor and any associated Option(s) awarded in the “OPTIONS” Specification Category of the price sheet. Prices may be adjusted no earlier than 12 months after the start date of the Contract and, thereafter, or no earlier than 12 months after the effective date of the previous price adjustment. Price increases must be supported by a change in the Producer Price Index (PPI) for the Series ID(s) shown in the table below. This information is published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS), and is available at http://www.bls.gov/data/. Series ID Product 336120336120 Heavy duty truck mfg The change in PPI for the first price adjustment after the start date of the Contract shall be determined using the PPI for the month in which the Contract began and the latest available non- preliminary PPI at the time of the price adjustment request (a preliminary PPI is indicated on the BLS website with a “(P)” notation). The change in PPI for second and subsequent price adjustments shall be determined using the latest PPI that was used to support the previous price adjustment and the latest available non-preliminary PPI at the time of the request. When requesting a price increase, the Contractor shall submit a written justification to the Contract Manager detailing the reason(s) for the request; an increase in the PPI is not sufficient justification for a price increase by itself. Price increases shall not exceed the percent change in PPI or three percent, whichever is less. The percent change in PPI shall be calculated using the following formula: (𝐴−𝐴) 𝐴=𝑍 Where: A = earliest PPI (PPI at the time the renewal term began or previous price adjustment) B = latest PPI (latest available non-preliminary PPI at the time of price adjustment request) Z = percent change in PPI For any price adjustment request which exceeds the percent change in PPI, an exception may be considered by submitting to the Department’s Contract Manager a revised MSRP and supporting documentation detailing substantial model improvements which provide additional value to the State. If an exception is approved, the pricing adjustment will be calculated by applying the same percentage discount off MSRP as submitted in the original bid. The Department reserves the exclusive right to approve or deny any price adjustment request. Price adjustments will not be considered for any Contractor with any contractual non-performance issues including, but not limited to, outstanding fees or monies due under this Contract or overdue reports or documentation including, but not limited to, a Quarterly Sales Report or an MFMP Transaction Fee Report. A price adjustment does not constitute a change to the Contract requiring an amendment executed by both Parties. After the Department approves a price adjustment in a written communication to the Contractor, it will incorporate the price adjustment onto the price sheet listed on the State Purchasing Contract website. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 18 of 22 OEM Options Discounts and Non-OEM Options Discounts, as awarded on the price sheet for each Representative Model, may not be reduced during the life of the Contract. 27. Ceiling Prices The Representative Model Price for each Representative Model listed in the Contractor’s submitted Price Sheet (C.4), shall be the not-to-exceed Ceiling Prices under the Contract. The Options discount listed in the Contractor’s submitted Price Sheet (C.4) shall be the minimum discount applied to Options. 27.1 Charges and Fees The ceiling prices are inclusive of all charges and fees, including but not limited to, the following: 1. Administrative; 2. Environmental; 3. Title Application and Registration; 4. License Plate Transfer; 5. Preparation; 6. Handling; 7. Freight; 8. Distribution; 9. Shipping; 10. Delivery to any point within the State; 11. Warranty; 12. Tire and Battery Fee; 13. Any other charges or fees necessary to deliver the Representative Model according to the requirements, specifications, terms, and conditions, exclusive of taxes; 14. Profit; and 15. Installation (for Options, including aftermarket Options). 28. Options Discount The discount percentage, listed for the Representative Model’s Options, shall be the minimum discount percentage applied off the current MSRP (Price, not MSRP Credit) for Options during the Contract period. If an Option has a positive MSRP (e.g., $1.00), then the Option Discount (e.g., 10%) will provide a lower Option Net Price for the individual Option (e.g., $1.00 MSRP x (1- 10% Options Discount)] = $0.90 Option Net Price); Option’s Net Prices shall be rounded to the nearest whole cent. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 19 of 22 Option’s MSRP Credits will be stated as the MSRP list price, with the Option Discount applied. The Option’s discount percentage does not apply to the Options listed on the pricing sheets and shall only be applied to upgrades made to the Representative Model specifications based on performance needs. 29. Contractor’s Use of Dealers The Contractor may engage Dealers in accordance with the terms herein to provide sales and support for the awarded Commodities offered under this Contract. In the event the Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring that the Dealer complies with the terms of this Contract. In the event the Dealers fail to comply with the terms of this Contract, the Contractor shall remain fully liable. The Contractor shall ensure that Dealers remain current with the Contractor’s authorized Commodities and pricing listed in the price sheet. The Contractor shall remain responsible for receiving purchase orders and shall remain responsible for invoicing the Customer for payment. All invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers until receiving express authorization from the Department. Information regarding the Contractor’s addition of Dealers can be found at the following link: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_ resources/subcontractor_dealer_reseller_forms. 30. Performance Qualifications The Department reserves the right to investigate or inspect at any time whether the Commodities, qualifications, or facilities offered by Contractor meet the Contract requirements. The Contractor shall at all times during the Contract term remain responsive and responsible. In determining Contractor’s responsibility as a Contractor, the Department may consider all information or evidence which is gathered or comes to the attention of the Department which demonstrates the Contractor’s capability to fully satisfy the requirements of the solicitation and the Contract. If the Department determines the terms of the Contract are not complied with, or that the equipment or parts proposed to be furnished does not meet the specified requirements set forth herein, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Department may terminate the Contract. 31. Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. No revised MSRP lists, or price adjustments will be considered for any Contractor who has outstanding reports, or any other documentation required under the Contract. The Contractor shall submit reports in accordance with the following schedule: Report Period Covered Due Date MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each month Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 20 of 22 Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period Preferred Pricing Affidavit (in accordance with the Special Contract Conditions) Annual Contract Anniversary Date 32. MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at: VendorHelp@myfloridamarketplace.com or telephone 866- FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 33. Quarterly Sales Reports The Contractor shall submit a quarterly sales report electronically, in the required format, to the Department’s Contract Manager within 30 calendar days after close of each quarter. The quarterly sales report can be found at the following link: https://www.dms.myflorida.com/business_ operations/state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the quarterly sales report will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract. Initiation and submission of the quarterly sales report are the responsibility of the Contractor without prompting or notification by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during the period, the Contractor must submit a report stating that there was no activity. If no sales are recorded in two consecutive quarters, the Contractor may be placed in probationary status or the Department may terminate the Contract. Quarter 1 – (July-September) – due 30 calendar days after the close of the period Quarter 2 – (October-December) – due 30 calendar days after the close of the period Quarter 3 – (January-March) – due 30 calendar days after the close of the period Quarter 4 – (April-June) due 30 calendar days after the close of the period 34. Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this Contract. 35. Ad Hoc Reports The Department or Customer may require additional Contract information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit information in response to these specific ad hoc requests for reports within the specified amount of time as requested by the Department or Customer. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 21 of 22 36. Business Review Meetings In order to maintain the relationship between the Department and the Contractor, each quarter the Department may request a business review meeting. The business review meeting may include, but is not limited to, the following: • Successful completion of deliverables • Review of the Contractor’s performance • Review of minimum required reports • Addressing of any elevated Customer issues • Review of continuous improvement ideas that may help lower total costs and improve business efficiencies. 37. Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars, and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance and each month and quarter thereafter Deliverable Performance Metric Performance Due Date Financial Consequence for Non-Performance Contractor will timely submit completed Quarterly Sales Reports All Quarterly Sales Reports will be submitted timely with the required information Reports are due on or before the 30th calendar day after the close of each State fiscal quarter $250 per Calendar Day late/not received by the Contract Manager Contractor will timely submit completed MFMP Transaction Fee Reports All MFMP Transaction Fee Reports will be submitted timely with the required information Reports are due on or before the 15th calendar day after the close of each month $100 per Calendar Day late/not received by the Contract Manager Contractor will timely provide accurate Price Quote Forms to Customers All Price Quote Forms will be timely provided to Customers with accurate information Upon Customer request $25 per inaccurate or untimely Price Quote Form DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Page 22 of 22 No favorable action will be considered for any contractor who has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to include fees / monies that is required under this Contract. Contractor will adhere to the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work The Contractor shall adhere to the notification requirements listed in the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work Notice will be provided pursuant to the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work, no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date $250 per occurrence Customer will timely provide Diversity Report (submitted to the Customer) Timely provide diversity report Report will be provided no later than 10 Business Days after the end of the State fiscal year $250 per occurrence Ad hoc report(s) Provide ad hoc reports as requested Ad hoc reports will be provided within the timeframe agreed to by the Department and the Contractor, or Customer and Contractor $250 per occurrence DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 1 Exhibit C ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(24), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 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 DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 13.2 E-Verify. The Contractor and its subcontractors have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees in accordance with section 448.095, F.S. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees in accordance with section 448.095, F.S. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. The Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Department’s Contract Manager within five days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one year after the date of such termination. The Department will promptly notify the Contractor and order the immediate termination of the contract between the Contractor and a subcontractor performing work on its behalf for this Contract should the Department have a good faith belief that the subcontractor has knowingly violated section 448.09(1), F.S. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 1 SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION. .......................................................................................................................... 2 SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2 SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3 SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4 SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6 SECTION 6. MISCELLANEOUS. ................................................................................................................. 7 SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. ............................................................................................................................................. 10 SECTION 9. DATA SECURITY. ................................................................................................................. 12 SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13 SECTION 11. CONTRACT MONITORING. ............................................................................................... 14 SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15 SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16 SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17 In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. Exhibit D DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 2 SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract;(b)notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or(c)take other action deemed appropriate by the Department. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 3 SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 4 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 5 Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 6 AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 7 Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 8 Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 9 6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 10 All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security. 7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 11 The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 12 responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 13 The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 14 SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 15 The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 16 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 SP approved version 7‐1‐2019 17 (c) Fraudulent practices;(d) False pretenses; (e) Frauds;(f)Credit card crimes;(g) Forgery; (h) Counterfeiting;(i) Violations involving checks or drafts;(j)Misuse of medical or personnel records; and (k)Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. DocuSign Envelope ID: 3DB0C486-BD7A-46BA-971E-7092D17C92A8 State Term Contract No. 25101600-21-STC For Medium and Heavy Trucks Page 1 of 2 This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida and Tampa Truck Center LLC (Contractor) with its principal place of business located at 7528 US Highway 301 North, Tampa, Florida 33637, collectively referred to herein as the “Parties.” Accordingly, the Parties agree as follows: I. Initial Contract Term. The Initial Contract Term shall be for five years. The Initial Contract Term shall begin on October 1, 2021. The Contract shall expire on September 30, 2026 unless terminated earlier in accordance with the Special Contract Conditions. II. Renewal Term. Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, pursuant to the incorporated Special Contract Conditions. III. Order of Precedence. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Exhibits, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Exhibits listed below are incorporated in their entirety into, and form part of, this Contract. The Contract document and Exhibits shall have priority in the following order: a) This Contract document b) Exhibit A, Scope of Work c) Exhibit B, Price Sheet(s) d) Exhibit C, Additional Special Contract Conditions e) Exhibit D, Special Contract Conditions f) Exhibit E, Price Quote Form (PQF) g) Exhibit F, Acknowledgement of Order Form h) Exhibit G, Preferred Pricing Affidavit DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 State Term Contract No. 25101600-21-STC For Medium and Heavy Trucks Page 2 of 2 IV. Contract Management. Department’s Contract Manager: Christopher McMullen Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-9867 Email: christopher.mcmullen@dms.fl.gov Contractor’s Contract Manager: Scott Endris Tampa Truck Center LLC. 7528 US Highway 301 North Tampa, Florida 33637 Telephone: (813) 293-0866 Email: sendris@southporttruck.com This Contract is executed by the undersigned officials as duly authorized. This Contract is not valid and binding on all Parties until signed and dated by both Parties. Tampa Truck Center LLC STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ [Name] J. Todd Inman, Secretary _____________________________ _______________________________ Date: Date: DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 9/27/2021 | 10:35 AM CDT Exhibit A Scope of Work Page 1 of 22 1. Definitions Definitions contained in section 287.012, Florida Statutes (F.S.); Rule 60A-1.001, Florida Administrative Code (F.A.C.); Exhibit D, Special Contract Conditions; and the PUR 1001, General Instructions to Respondents (10/06), are incorporated by reference. In the event of a conflict, the definitions listed in this section supersede the incorporated definitions for the purposes of this Scope of Work. All definitions apply in both their singular and plural sense. Accepted Brands – The Manufacturer(s) specified by the Department for a particular Base Vehicle Specification. Approved Equivalent – A Representative Model manufactured by a producer/provider other than Accepted Brands which meet the required Base Vehicle Specifications. Equivalence is determined by the Department by comparing the Representative Model’s vehicle specifications with the Base Vehicle Specifications. The Department reserves the right to independently verify information provided by the Bidder, including but not limited to, the equivalence of Representative Models. Base Vehicle Specification – A Department-specified Commodity that may include vehicle size, axle configuration, class, gross vehicle weight rating (GVWR), and other information listed by the Department herein, which identifies the requirements, specifications, terms, and conditions herein, and may include Components, Features, or Configurations different than those provided by a Manufacturer on their standard base version of the Commodity. Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, Florida Statutes (F.S.), from 8:00 a.m. to 5:00 p.m. at the Customer’s location. Commodity Code – The State’s numeric code for classifying Commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. Florida has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying Commodities and services. Component, Feature or Configuration – An element, piece, part, module, package, element Group, piece Group, parts Group, module Group, or package Group of a Commodity, Representative Model or Option. Contract – The written agreement between the Department and the awarded Bidder(s) resulting from ITB No. 21-25101600-ITB. Contractor – A vendor that entered into a Contract with the Department as a result of ITB No. 21-25101600-ITB. A Contractor can be a Manufacturer or Dealer. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 2 of 22 Customer – A State Agency or Eligible User. Dealer – A Manufacturer’s certified representative who has been authorized by the Manufacturer to market, sell, provide, and service the Representative Models and Options from the Manufacturer. Dealers may be Contractor-owned and -controlled (in whole or in part) or independently owned and controlled. Department – The Department of Management Services, a State Agency. Free on Board (FOB) Destination – As defined in section 672.319(1)(b)., Florida Statutes. Gross Vehicle Weight Rating (GVWR) – The combined weight of vehicle and its payload capacity. Group – A collection of Base Vehicle Specifications, as described in this Scope of Work, and Exhibit B, Price Sheet(s). Heavy Truck – The Federal Highway Administration (FHWA), truck group classes 7 - 8. Manufacturer – The original producer or provider of Representative Models or Options which possess the minimum quality, reliability, service, and value required by the Department and Customers. May be used interchangeably with “Brand”. Manufacturer’s Last Order Date – The final date on which the Manufacturer stops producing the model year of a Representative Model which meets the requirements, specifications, terms, and conditions of the Contract. Manufacturer’s Suggested Retail Price (MSRP) – The Manufacturer’s recommended retail selling price, list price, catalog price, distributor price, published price, or other usual customary pricing that would be paid by the purchaser for specific Representative Models, Options, and contractual services without benefit of a Contract. MSRPs shall be formally published by the Manufacturer, publicly listed and available, and verifiable by the Department. If two or more prices fit this definition for a pertinent Commodity, equipment model, or contractual service, the Contractor will supply the lowest price as the MSRP. Medium Truck – The Federal Highway Administration (FHWA), truck group classes 3 – 6. MSRP Credit – The MSRP of the Option that is deducted from the MSRP of the Vehicle price paid by the Customer if the Option is removed from the Vehicle. MSRP List – A collection of MSRPs and related information broken down by specific Representative Models and their associated Options. MSRPs shall be formally published by the Manufacturer, publicly listed and available, and verifiable by the Department. In the priority listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for use under this Contract: DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 3 of 22 • Manufacturer’s Annual U.S. Price Book; • Manufacturer’s official website or dealer software; and • Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition. MSRP Sheet – The MSRP sheet provides the MSRP and specification(s) for the Representative Model(s) bid. Also known as a Build Sheet. Net Price – The final price paid by the Customer after applying all discounts and credits. Non-OEM Option – An Option produced by a Manufacturer other than the Manufacturer of the associated Representative Model. OEM Option – An Option produced by the Manufacturer of the associated Representative Model. Option – A Manufacturer’s new and unused optional Component, Feature, or Configuration not specified by the Department as standard on the Base Vehicle Specifications, and which is intended for the specific Representative Model. Equipment which meets the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Representative Model by the Manufacturer, port or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry or specified by the Manufacturer. May include OEM Options and Non-OEM Options and may be considered aftermarket options. Original Equipment Manufacturer (OEM) – The original producer of a Commodity. Representative Model – A specific Medium or Heavy Truck that meets a Base Vehicle Specification. A Representative Model may include Manufacturer’s name, trade name, Brand name, make name, model name, model number, catalog number, or other information provided which meets the requirements, specifications, terms, and conditions specified by the Department herein, and may include Components, Features, or Configurations different than those provided by a Manufacturer, port, and Dealer on their standard version of the Commodity. Also known as Standard Model, Representative Vehicle, Standard Vehicle, or Vehicle. State – The State of Florida. 2. Purpose To provide Customers within the State the ability to acquire new and unused Medium and Heavy Trucks. The Contractor shall provide Medium and Heavy Trucks in accordance with the specifications contained herein. The Medium and Heavy Truck Commodities offered under the Contract shall be classified under six Groups, which are listed and described as follows: Group No. Group Description 1 CHASSIS CABS 2 FLAT BED DUMP TRUCKS 3 DUMP TRUCKS 4 FLAT BED STAKE BODY TRUCKS 5 DRY FREIGHT TRUCKS 6 TRUCK TRACTORS DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 4 of 22 The Contract is intended to cover only those Medium and Heavy Trucks generally used by the State as listed and described herein and does not include all varieties of Medium and Heavy Trucks that are commercially available. The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. The Contractor shall be responsible for immediately removing all non-eligible and Department unauthorized Commodities under the Contract from the Contractor’s MSRP List. 3. Commodity Specifications and Standards The Base Vehicle Specifications and Options are based on the available information known to the Department at the time of the solicitation, including the known needs of Customers and information obtained using Autodata, Inc. d/b/a Chrome Data’s Carbook Pro Fleet Edition. Options listed in Exhibit B, Price Sheet (C.4) were identified based on known Customer needs and the respective Manufacturer’s data. The Contract specifications and standards form a part of the overall specifications for the listed Representative Models, except as modified or noted herein. Any conflict between the Department’s Contract specifications and standards and the Manufacturer’s specifications will be resolved in favor of the Department specifications and standards. The Contractor shall ensure that all Commodities, including all Representative Models, Options, and the respective Components, Features, or Configurations, shall individually and jointly comply with the following: a. All Commodities shall be designed, constructed, equipped, assembled, and installed to be fully suitable for their intended use, purpose, and service per the Scope of Work; b. All Commodities shall be new and unused (except as specified in the Transportation and Delivery section of the Scope of Work), for the current Manufacturer’s model year or later, of current or recent production, and of the latest design and construction; c. All Representative Models shall be diesel powered. choices for alternative fuel fuels (compressed natural gas (“CNG”), diesel, electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or propane powered) can be listed for reference and customer selection if desired. d. All Commodities shall include all Option standard features, equipment, and components installed by Manufacturer or Dealer according to the Manufacturer’s current standard procedures, requirements, and specifications; e. All Representative Models shall meet the Automatic Air Brake Drain System Specifications, which are available at https://www.dms.myflorida.com/content/download/ 152586/1015180/file/AIRBRAKE.pdf; f. All Commodities shall be free of damage, defect, and rust which may affect appearance, operability, functionality, or serviceability; g. All Commodities shall comply with current legal, customary, reasonable, and professional standards of the Medium and Heavy Trucks industry; DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 5 of 22 h. All Commodities shall comply with current mandatory and applicable federal and State Medium and Heavy Trucks requirements including, but not limited to, all legal, safety, and environmental standards and requirements; and i. All Commodities shall meet the requirements, specifications, terms, and conditions herein. No Contractor’s or Dealer’s advertising or identification (name, logos, etc.) is permitted on the Commodities, including all Representative Models and Options and their components. Commodity Manufacturer’s advertising or identification (name, model, logos, etc.) is permitted on the respective Commodities if such advertising or identification is a Manufacturer’s standard on the specific Commodity. The Contractor shall be responsible for removing, without damage, all impermissible or unacceptable advertising or identification. The Department reserves the right to, in its sole discretion, determine what advertising or identification is considered unacceptable. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and Contract termination. 4. Truck Body Specifications Contractors shall satisfy the truck body requirements in accordance with the specifications contained herein. Group No. Base Vehicle Code Description Specification 1 N/A Chassis Cab Only N/A 2 210, 240 12 Foot Flat Bed Heavy-Duty Dump Body FLAT-12 220, 230, 250, 260 14 Foot Flat Bed Heavy-Duty Dump Body FLAT-14 3 310, 330 Four Cubic Yard Heavy-Duty Dump Body DUMP-4 320, 340 Five Cubic Yard Heavy-Duty Dump Body DUMP-5 350, 360 Eight Cubic Yard Heavy-Duty Dump Body DUMP-8 370, 380 12 Cubic Yard Heavy-Duty Dump Body DUMP-12 4 410, 440, 450, 460 14 Foot Extra Heavy-Duty Stake Body STAKE-14 420 18 Foot Extra Heavy-Duty Stake Body STAKE-18 430 22 Foot Extra Heavy-Duty Stake Body STAKE-22 5 510 16 Foot Van Body, Aluminum, Dry Freight FREIGHT-16 520 20 Foot Van Body, Aluminum, Dry Freight FREIGHT-20 530 24 Foot Van Body, Aluminum, Dry Freight FREIGHT-24 6 N/A Truck Tractor Only N/A The Contract is only intended to cover Medium and Heavy Trucks used or utilized by the State as listed and described herein and does not include all varieties of Medium and Heavy Trucks that are commercially available. The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 6 of 22 5. Options, Components, Features and Configurations All Representative Models, Options, must be manufactured by the specified Manufacturer of the Commodity provided. Where a Representative Model is specified for an Option, Component, Feature or Configuration only the specified Commodity may be offered and provided. All Options, Components, Features or Configurations must be new and meet the requirements, specifications, terms, and conditions herein, and are subject to prior Customer approval. All Options, Components, Features or Configurations of the Representative Model, as specified by the Department and ordered by the Customer, shall be fully assembled and installed by the Manufacturer, except as follows: • If the Option, Component, Feature or Configuration is specified as a port installed or Dealer installed Option, Component, Feature or Configuration by the Manufacturer; or • If the Option, Component, Feature or Configuration is not available from the Manufacturer, the Option, Feature, or Component may be assembled by its respective Manufacturer and installed by the Contractor. 6. Luxury or Sport Vehicles or Features Unless otherwise indicated within the Base Vehicle Specification, no luxury or sports features will be considered or permitted. The Department, in its sole determination, shall determine what is a luxury or sport feature. To date, the Department has determined luxury or sports features include the following: • Manufacturer’s Signature or Specialty editions; and • Leather upholstery (seats or interior), sunroofs, and moon roofs. 7. Installation When installation is required, Contractor shall be responsible for placing and installing the equipment or parts in the required locations at no additional charge, unless otherwise specified in the Price Sheet. All materials used in the installation shall be new and unused and shall be free of defects that would diminish the appearance of any Commodity or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the equipment or parts in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. The Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 7.1 Body Transfer and 3rd Party Body Installations In the event the Customer chooses to purchase or supply a cab and chassis separately, the Contractor must facilitate obtaining the required Manufacturer Certified Certificate, perform Manufacturer required pre-delivery inspection, and ensure all proper tag and title documents are present pursuant to Florida license requirements. The Manufacturer must certify that it conforms to all Federal Motor Vehicle Safety Standards (FMVSS). The Contractor is responsible for facilitating body transfers and installations at no additional cost to the Customer. While facilitating body transfers and installations, the Contractor must ensure that all work is performed by a certified vendor and that all work meets or exceeds FMVSS DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 7 of 22 standards. The Customer may incur an additional cost for installation by the Contractor or body upfitter. The installation cost may vary due to the body configuration; however, the price shall be included on the Price Quote Form (PQF) from the Contractor. 8. Full-Service Repair Facilities The Contractor shall maintain at least one factory-authorized service station or servicing dealer within the State to perform warranty repairs and adjustments throughout the Contract term at no additional cost to Customer(s) or the Department. The Contractor shall promptly notify the Department in writing of any changes thereto. The Contractor shall be responsible for all service performed, regardless of whether the Contractor or their approved dealer actually performed the service. Notwithstanding the foregoing, the Contractor may offer Customers “after warranty” service agreements for the maintenance and repair of goods after the initial warranty expires. The Contractor will list this additional service as a separate item on the invoice. 9. Federal and State Standards It is the intent of the Department that all specifications herein are in full and complete compliance with all federal and State laws, requirements, and regulations applicable to the type and class of Commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State laws, requirements, and regulations that apply to the type and class of Commodities and contractual services being provided. It is the intent of the Department that the Contractor(s) comply with all applicable federal and State regulations regarding the Commodities and contractual services’ specifications, safety, and environmental requirements, including any legislation or regulations which become effective during the term of the Contract and shall become a part of the Contract. The Contractor(s) shall meet or exceed any such requirements of the laws and regulations applicable to the type and class of commodities and contractual services provided. If an apparent conflict exists, the Contractor, regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract Manager immediately. 10. Acceptable Publications The Customer may request, and the Contractor shall provide, within three Business Days of any request, acceptable and supporting information or documentation relative to its product. Acceptable and supporting information or documentation includes, but is not limited to: 1. A copy of the Manufacturer’s Computer Printout (Ford “DORA”/“Commercial Truck Tools”, Freightliner “Spec Pro”, International “Vehicle Specifications”, Mack “Order/Customer/Vehicle Information”, or Approved Equivalent) for each Commodity offered. 2. MSRP List. The MSRP and MSRP List may not be custom or solely developed, created, maintained, altered, revised, changed, or utilized for purposes of the solicitation and resulting contract (see definition, MSRP). 3. Manufacturer’s standard warranties; and 4. The Manufacturer’s official fleet or retail websites. During the term of the Contract, the Contractor shall supply printed sales literature and technical information to Customers upon request, unless the literature and information requested is DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 8 of 22 available on the Contractor’s or Manufacturer’s website. If the literature and information is available on the Contractor’s website, the Contractor shall direct the requesting Customer to its specific website location. 11. Testing Samples of delivered Commodities may be selected at random by Customers or Department and tested for compliance with the requirements, specifications, terms, and conditions. 12. Warranty The Manufacturer’s standard warranty shall cover all Commodities and contractual services offered through the Contract. The Manufacturer’s standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities and contractual services specified herein that are sold to any Federal, state, or local governments. The Manufacturer’s standard warranty shall be in effect for a minimum term of one year from the Customer’s acceptance, as specified in the Final Inspection and Acceptance section and shall begin only at the time of acceptance by the Customer. Should the Manufacturer’s standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, the Contract requirements, specifications, terms, and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are not part of the Contract requirements, specifications, terms, and conditions. 13. Recall(s) In the event there is a recall of any of the Commodities, including but not limited to any Vehicle, Options, Components, Features or Configurations, or any other any parts therein, ("Vehicle Recall"), the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such reports as may be required. Each Contractor shall, at the request of the Department or any Customer, give the Department and each Customer reasonable assistance in locating and recovering any equipment or recalled equipment. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure defective recalled equipment are rectified, replaced, and destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts relating to recalled equipment shall be at Contractor’s own expense. 14. Manufacturer’s Last Order Date, Production Notification, and Representative Model Replacement The Contractor shall notify the Department’s Contract Manager of a contracted Vehicle Manufacturer’s Last Order Date by email no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date. In the event the Manufacturer gives less than 30 calendar days’ notice of a Last Order Date to the Contractor, the Contractor shall notify the Department’s Contract Manager no later than the next Business Day by email or telephone following Contractor receiving notice of the Last Order Date from the Manufacturer. The Contractor shall immediately provide copies of the Manufacturer’s notice of the Manufacturer’s Last Order Dates to the Department's Contract Manager upon request. The Contractor shall notify the Customer and the Department’s Contract Manager in writing of any production schedule changes associated with the Customer’s order within one Business Day. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 9 of 22 Upon receipt of a purchase order from a Customer, the Contractor shall immediately notify the ordering Customer of any conflicts with the Manufacturer’s Last Order Date by telephone and include the Manufacturer’s Last Order Date in the completed Acknowledgement of Order Form provided to Customer in accordance with the Acknowledgement of Order section listed in the Scope of Work. Should the Contractor improperly notify a Customer or the Department of a Manufacturer’s Last Order Date, it may be grounds for termination of the Contract. Upon receipt of the required telephone notification or the Acknowledgement of Order Form notifying the Customer of the Manufacturer’s Last Order Date, the Customer may cancel the purchase order without penalty, or maintain the purchase order knowledgeable of the risk of potential non- Delivery without recourse. Upon receipt of the required telephone notification or the Acknowledgement of Order Form notifying the Customer of the Manufacturer’s Last Order Date, all purchase orders received by the vendor and maintained by the Customer after a Manufacturer’s Last Order Date shall be subject to awarded Commodity availability. After the Manufacturer’s Last Order Date, the Contractor may provide the new model year of the awarded Commodity, which meets the specifications herein, at the existing Contract Prices, discounts, requirements, terms, and conditions. If the Contractor wishes to replace any awarded Representative Model due to a revision, alteration, addition, or technical improvement, the Contractor shall submit the Representative Model change to the Department’s Contract Manager. The proposed replacement must meet or exceed the Department’s Base Vehicle Specifications for the awarded Representative Model and must meet or exceed the Contract requirements, specifications, terms, and conditions. Additionally, the replacement offered must be equal to or less than the current Contract Price for the awarded Representative Model the Contractor is seeking to update. The Contractor shall provide the Department with any documents requested by the Department to fully review the Contractor’s request. The Department, at its sole discretion, will make the determination to accept or reject the proposed replacement. If the Department rejects the proposed replacement or if there is no proposed replacement offered for a Representative Model that is no longer available, the Department may, at its sole discretion, remove the Representative Model from the Contract. In the event that a Representative Model is no longer available or no longer meets the Contract specifications, the Contractor shall be responsible for notifying the Department’s Contract Manager in writing within seven calendar days. 15. Vehicle Needs All State agencies shall comply with sections 287.14(2) and 287.151, F.S. Customers shall communicate their vehicle performance needs and requirements to the designated Contractor representatives identified in the Contract prior to requesting the Exhibit E, Price Quote Form (PQF). The Customer is encouraged to seek more than one quote from the identified awarded Contractors of the Vehicle, where available. 16. Price Quotes The Contractor prepares and submits to the Customer a price quote for the requested Commodity(ies) using Exhibit E, Price Quote Form (PQF). All requested Representative Model(s), Options (including aftermarket options) and Options discount(s) shall be itemized on the PQF, along with the applicable pricing information. Options shall be listed separately and include specific brand and model information, along with labor charges and installation charges listed separately. The price quoted for the Representative Model(s) and Options discount shall not exceed the current Contract’s prices and discounts. The PQF shall be completed by the Contractor and returned to the Customer within two Business Days of the Contractor’s receipt of DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 10 of 22 the Customer’s Request for a Quote. Customers are encouraged to seek more than one quote from the identified awarded Contractors, where available. Customers may negotiate with the Contractor to establish a lower price through a greater discount percentage off MSRP. 17. DMS Approval (State Agency Only) After receipt of the Contractor completed PQF that is acceptable to the Customer, the Customer will develop a justification to support price reasonableness and complete DMS Form MP6301, Request for Acquisition of Motor Vehicle(s) and Mobile Equipment; DMS Form MP6301 is available at: https://www.dms.myflorida.com/business_operations/fleet_management_and_ federal_property_assistance/fleet_management/purchase_of_mobile_equipment. The Customer shall submit a completed MSRP List and DMS Form MP6301, along with the PQF completed by the Contractor, to the DMS Bureau of Fleet Management for approval. 18. Purchase Order Upon the Department’s approval of a State Agency request, the Customer shall process a purchase order using normal purchasing processes. The purchase order will include a copy of the Department approved Exhibit E, PQF. All orders submitted by Customers of the Contract shall be placed using a purchase order. Purchase orders issued by Customers shall be in accordance with the, Price, Sheet(s), requirements, specifications, terms, and conditions of the Contract. The following terms apply to the Contractor and the Customer’s use of a purchase order: 18.1 Customers may only place, and Contractors shall only accept, purchase orders for Vehicles included in the Contractor’s awarded Contract. Customers are responsible for including the following information on and with the purchase order, for each Vehicle ordered: 18.1.1 Customer name and contact information; 18.1.2 Contractor Information; 18.1.3 State Term Contract Number and Name; 18.1.4 Representative Model Information; Commodity Code and Line Number, standard description, and price; Paint/finish color if other than the standard white (or other standard color if white is not available from the Manufacturer); Option Information (if applicable, individually listed): Manufacturer’s Option Code and Description, Option MSRP, Option Discount, and Option Net Price or Option MSRP Credit (as applicable, per the Ceiling Prices section and the Charges and Fees section). State Agencies must include a copy of the applicable Exhibit E, Price Quote Form (PQF) and accompanying MSRP List with any submitted requisition; 18.1.5 Aftermarket Options not procured under this Contract shall be separately itemized on the PQF and the purchase order, along with the applicable pricing information. Aftermarket Options shall be listed by specific brand and model, with labor charges, including installation, listed separately. Pricing for DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 11 of 22 Customer orders of aftermarket Options not procured under this Contract shall not exceed the current MSRP at the time of verification by the Department; 18.1.6 New License Plate Fee (if applicable, per the Commodities Title and Registration section of this solicitation); 18.1.7 Any Customer special instructions, requirements, specifications, terms, and conditions; and 18.1.8 The total cost for the Representative Model and Option(s) (if any) and New License Plate Fee (if applicable). 18.2 The Contractor shall place an order with the Manufacturer(s) within seven calendar days of receipt of the purchase order unless the Contractor has the ordered Representative Model in their possession that meets the Customer’s purchase order requirements. All orders placed with the Manufacturer(s) shall be made in full compliance with the requirements, specifications, terms, and conditions herein. 18.3 The Contractor shall honor all purchase orders received during the Contract period and which are received prior to the Manufacturer’s Last Order Date for Commodities the Contractor is currently awarded. Purchase orders are deemed received upon delivery. This may allow for the provision of the next new model year of the awarded Commodity, which meets the specifications herein, at the existing Contract prices, discounts, requirements, terms, and conditions. 18.4 The Contractor, from receipt of the purchase order until delivery is made to the Customer, shall promptly notify the Customer of any potential delivery delays. Additionally, the Contractor must promptly advise the Customer if their order may not be delivered prior to the end of the Customer’s Fiscal Year (State Agency’s Fiscal Year ends June 30). Note: Evidence of intentional delays in delivery may be cause for default proceedings and Contract termination. 19. Acknowledgement of Order For each order, the Contractor shall provide the ordering Customer with a fully completed Exhibit F, Acknowledgement of Order Form, within five Business Days of receiving the Customer’s order. 20. Accept Order The Contractor agrees to deliver the awarded Vehicle(s) and equipment listed on the purchase order in accordance with the prices, discounts, requirements, specifications, terms, and conditions of the Contract and purchase order. The Contractor must email the fully completed Exhibit F, Acknowledgement of Order Form to the Customer within five Business Days from the date the Contractor receives the purchase order. Failure of the Contractor to provide the ordering Customer the Acknowledgement of Order Form within five Business Days from the date the Contractor received the purchase order will be considered acceptance of the order by default, which, if necessary, shall require the provision of the next new model of the vehicle which meets the requirements, specifications, terms, and conditions herein and shall not exceed the Contract ceiling price for the Customer ordered Vehicle. If a new model year of the awarded Commodity is not available or cannot be delivered within the contractual timeframe, the Contractor must provide a comparable new model of equal or better value which meets or DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 12 of 22 exceeds the requirements, specifications, terms, and conditions herein and shall not exceed the Contract ceiling price for the Customer ordered Vehicle. The Contractor’s proposed substitution is subject to prior approval by the Customer and the Department. The Contractor must provide the following information in the Exhibit F, Acknowledgement of Order Form: 20.1 The estimated delivery date of the Commodity(ies) (including aftermarket Options); 20.2 The Manufacturers’ order confirmation, unless the Contractor has the Representative Model which conforms with the Customer’s purchase order in stock; 20.3 The Commodity(ies) (including aftermarket Options), in their possession, if applicable; 20.4 The Manufacturer’s associated production schedule; and 20.5 The Manufacturer’s Last Order date and the date notice was provided to the Department’s Contract Manager in accordance with the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section listed in the Scope of Work. Submission of Exhibit F, Acknowledgement of Order Form is the responsibility of the Contractor without prompting or notification by the Department's Contract Manager or Customer. The Contractor’s failure to submit completed Acknowledgement of Order forms to the ordering Customers may be cause for default proceedings and Contract termination. 21. Transportation and Delivery In conjunction with the Ceiling Prices section listed in the Scope of Work, all net prices shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and delivery of goods shall be Free on Board (FOB) Destination to any point statewide as follows: 1. Equipment not in stock or unavailable from a Manufacturer at time of order must be delivered within 120 calendar days after receipt of order, unless otherwise agreed to by the Customer. For any delivery not made within the 120 calendar day timeframe, the Department’s Contract Manager must be notified by the Contractor and given a copy of the purchase order. The Contractor must provide the Department’s Contract Manager any requested information and a timeframe for completion of the order. 2. Equipment in stock must be delivered within 14 calendar days after receipt of the order with one exception: Commodities requiring post-Manufacturer Dealer installed Options or accessories shall be delivered within 30 calendar days after receipt of the Commodities from the Manufacturer(s). Delivery of the awarded new, unused Vehicle(s) is defined as receipt of the awarded new Vehicle at the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. The Contractor must give the ordering Customer written notice of DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 13 of 22 delivery at least 24 hours prior to the delivery. Deliveries will be received only between 8:00 a.m. and 3:00 p.m. (Customer’s local time) during Business Days unless previously arranged and approved by the Customer in writing. Deliveries of awarded new Vehicles are made by either private or common carrier transport; or where delivery may be accomplished by driving the self-propelled vehicle with less than 250 odometer miles at delivery, the self-propelled vehicle may, with the Customer’s prior approval, be driven to the delivery location. The Contractor must make every effort to minimize the number of odometer miles at delivery. At the Customer’s option, vehicles with more than 250 odometer miles at delivery may be rejected, or $0.50 per mile in excess of 250 odometer miles may be deducted from the invoice and payment owed to Contractor. The Contractor must comply with the Manufacturer’s break-in requirements and all applicable traffic and safety laws. All vehicle Commodities delivered by the Contractor to the Customer shall contain no less than one-quarter tank of fuel as indicated by the fuel gauge at the time of delivery. The Contractor will perform the standard Manufacturer’s Pre-Delivery Inspection (PDI) and is responsible for delivering an awarded Vehicle that is properly serviced, clean, and in brand new operating condition. Pre-delivery service, at a minimum, shall include the following: 1. Complete lubrication of operating chassis, engine, and mechanisms with Manufacturer’s recommended grades of lubricants. 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s), motor(s), and drive(s) to proper operating condition(s); 4. Inflate tires (including any spares) to proper pressures; 5. Check to ensure proper operation of all accessories, gauges, lights, and mechanical and hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; and 7. Ensure that the Vehicle is completely assembled (unless otherwise noted in the specification) including but not limited to, the Representative Model, Options, Components, Features or Configurations (if applicable), aftermarket Options (if applicable), and thoroughly tested and ready for operation upon delivery. All Vehicles shall be delivered with each of the following applicable documents completed and included: 1. Copy of the Manufacturer’s Pre-Delivery Inspection (PDI) form, which meets or exceeds the requirements herein; 2. Copy of the ordering Customer’s purchase order; 3. Copy of the applicable Contract specification(s) and Contractor’s current Price Sheet (C.4) information; DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 14 of 22 4. Copy of the Manufacturer’s Invoice(s) for each awarded Commodity, including individual Representative Model, Options, Required aftermarket Options (if applicable), aftermarket Options (if applicable), in the shipment; 5. Proof of Manufacturer’s MSRP (commonly known as the window sticker) if applicable, which shall not be adhered to the Vehicle and instead provided with the documents listed herein; 6. Manufacturer’s certificate of origin, if applicable; 7. Manufacturer’s operator manual, and (if not included in the operator manual) one copy of the Manufacturer’s lubrication and maintenance instructions; 8. Copy of the Manufacturer’s standard warranty certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary tag and 20 day extension tag, if applicable; and DHSMV 82040, Application for certificate of title and vehicle registration, if applicable. Deliveries that do not include the above applicable forms and publications, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed forms and publications, or that have submitted altered forms, to the ordering Customer may be cause for default proceedings and Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re- delivery of an awarded Commodity that was previously rejected upon initial delivery. 22. Inspection and Acceptance Section 6.4, Inspection and Acceptance of Commodities, of the Special Contract Conditions exhibit is supplemented by adding the following: The Customer, within five Business Days of delivery, should inspect the Commodity received for acceptability. The Customer should compare the physical Commodity delivered, contract prices, discounts, requirements, specifications, Customer order, and Manufacturer’s MSRP Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity received meets or exceeds the requirements, specifications, terms, and conditions of the Contract and Customer Order. Additionally, the Customer should inspect the Commodity for any physical damage. The Contractor is obligated to correct any errors or damage. Failure by the Customer to discover an error in the Commodity shall not relieve the Contractor from its obligation to correct the error or damage in the event it is found any time after the Commodity is delivered. The Parties agree that inspection and acceptance shall be the Customer’s responsibility and occur at the location of the Customer’s place of business or designated location, or if the Customer chooses, at the Contractor’s place of business. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until the Commodity is accepted by the Customer. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Customer shall assist the Contractor by: DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 15 of 22 • Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading; • Reporting any known visible and concealed damage to the carrier and the Contractor; • Confirming said reports in writing within 15 Business Days of delivery, requesting that the carrier inspect the damaged merchandise; and • Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection report. Transportation and delivery of the Commodity does not constitute acceptance for the purpose of payment. Acceptance of the Commodity and authorization of payment shall be given by the Customer only after a thorough inspection indicates that the Commodity is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment shall be withheld until such time as the Contractor completes the required Customer-approved, corrective action. If the Commodity requires service or adjustments as part of the Customer-approved identified corrective action(s), the Contractor shall either correct the issue or be responsible for reimbursing the Manufacturer’s local service dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory, and the Commodity is re-delivered in acceptable condition. All costs of transportation and delivery incurred for initial delivery and any re-deliveries due to non- Customer error or Commodity damage are the responsibility of the Contractor. The Customer shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Customer shall develop a corrective action plan related to the Contract deviation, which may include the Customer’s permanent refusal to accept the Commodity, in which case the Commodity shall remain the property of the Contractor, and the Customer and the State shall not be liable for payment for any portion thereof. 23. Commodity Compliance and Compatibility It is the Contractor’s responsibility to ensure that the Commodity(ies) supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor shall ensure that the Representative Model, Options, and aftermarket Options ordered by the Customer and provided by the Contractor are fully compatible with each other. Upon acceptance of the Customer’s purchase order, the Contractor is obligated to deliver Commodities that are fully compliant and compatible with the purchase order requirements, specifications, terms, and conditions. In the event any ordered Representative Model, Options, aftermarket Options, Vehicle’s respective features, equipment, components, or configuration are found by the Customer to be missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Customer may require the Contractor to do one or more of the following: • Install or repair at its own cost the Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, and aftermarket Options; DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 16 of 22 • Replace at its own cost the Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, aftermarket Options, and the Vehicle’s respective features, equipment, and components; or • Refund the purchase price of the applicable Commodity, including but not limited to, the Representative Model, Options, Components, Features or Configurations, and aftermarket Options to the Customer. Any changes necessary after the delivery of the Commodity / Commodities that are required to bring a Commodity / Commodities into compliance or compatibility due to an incorrect order fulfillment by the Contractor are to be accomplished at the Contractor’s expense. 24. Commodities’ Title and Registration Contractor shall title and register Vehicles delivered under the Contract for the Customer in accordance with Florida law, including Chapters 319 and 320, F.S. The Contractor shall provide any necessary form(s) that must be signed by an authorized representative of the Customer with the awarded Commodity(ies) at delivery, and the Contractor shall obtain any necessary signature(s) and complete the titling and registration process for the Customer within the timeframe agreed to by the Customer and the Contractor. In the event the Customer is permitted by law to obtain title and registration for the Vehicle independent of the Contractor, and chooses to obtain title and registration independent of the Contractor, the Customer shall notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgement of Order Form. However, the Customer shall then be obligated to title and register the awarded Commodity , and the Contractor shall provide the Customer any documents necessary for the Customer to do so at the time of delivery. The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. In addition, Customers may elect to transfer an existing license plate, or may choose to obtain a new license plate, for which additional fees may apply. • The Contractor is not required to obtain new license plates for the Customer unless there is a notation, and a new license plate fee is included on the purchase order. • The Customer’s purchase order notation for a new license plate shall include the request for a new license plate, what type of license plate is required, and a Customer point of contact including the person’s name, title, and telephone number should there be any questions. 25. Deletions During the Contract Term, the Department shall have the right to delete Commodities, including but not limited to, Groups, Manufacturers, brand names, and Representative Models, from this agreement by removing them from Exhibit B, Price Sheet (C.4). Commodities may be removed at the sole discretion of the Department. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 17 of 22 26. Price Adjustments Prices may be adjusted with the introduction of a new year model(s) for a Representative Model(s) awarded to the Contractor and any associated Option(s) awarded in the “OPTIONS” Specification Category of the price sheet. Prices may be adjusted no earlier than 12 months after the start date of the Contract and, thereafter, or no earlier than 12 months after the effective date of the previous price adjustment. Price increases must be supported by a change in the Producer Price Index (PPI) for the Series ID(s) shown in the table below. This information is published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS), and is available at http://www.bls.gov/data/. Series ID Product 336120336120 Heavy duty truck mfg The change in PPI for the first price adjustment after the start date of the Contract shall be determined using the PPI for the month in which the Contract began and the latest available non- preliminary PPI at the time of the price adjustment request (a preliminary PPI is indicated on the BLS website with a “(P)” notation). The change in PPI for second and subsequent price adjustments shall be determined using the latest PPI that was used to support the previous price adjustment and the latest available non-preliminary PPI at the time of the request. When requesting a price increase, the Contractor shall submit a written justification to the Contract Manager detailing the reason(s) for the request; an increase in the PPI is not sufficient justification for a price increase by itself. Price increases shall not exceed the percent change in PPI or three percent, whichever is less. The percent change in PPI shall be calculated using the following formula: (𝐴−𝐴) 𝐴=𝑍 Where: A = earliest PPI (PPI at the time the renewal term began or previous price adjustment) B = latest PPI (latest available non-preliminary PPI at the time of price adjustment request) Z = percent change in PPI For any price adjustment request which exceeds the percent change in PPI, an exception may be considered by submitting to the Department’s Contract Manager a revised MSRP and supporting documentation detailing substantial model improvements which provide additional value to the State. If an exception is approved, the pricing adjustment will be calculated by applying the same percentage discount off MSRP as submitted in the original bid. The Department reserves the exclusive right to approve or deny any price adjustment request. Price adjustments will not be considered for any Contractor with any contractual non-performance issues including, but not limited to, outstanding fees or monies due under this Contract or overdue reports or documentation including, but not limited to, a Quarterly Sales Report or an MFMP Transaction Fee Report. A price adjustment does not constitute a change to the Contract requiring an amendment executed by both Parties. After the Department approves a price adjustment in a written communication to the Contractor, it will incorporate the price adjustment onto the price sheet listed on the State Purchasing Contract website. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 18 of 22 OEM Options Discounts and Non-OEM Options Discounts, as awarded on the price sheet for each Representative Model, may not be reduced during the life of the Contract. 27. Ceiling Prices The Representative Model Price for each Representative Model listed in the Contractor’s submitted Price Sheet (C.4), shall be the not-to-exceed Ceiling Prices under the Contract. The Options discount listed in the Contractor’s submitted Price Sheet (C.4) shall be the minimum discount applied to Options. 27.1 Charges and Fees The ceiling prices are inclusive of all charges and fees, including but not limited to, the following: 1. Administrative; 2. Environmental; 3. Title Application and Registration; 4. License Plate Transfer; 5. Preparation; 6. Handling; 7. Freight; 8. Distribution; 9. Shipping; 10. Delivery to any point within the State; 11. Warranty; 12. Tire and Battery Fee; 13. Any other charges or fees necessary to deliver the Representative Model according to the requirements, specifications, terms, and conditions, exclusive of taxes; 14. Profit; and 15. Installation (for Options, including aftermarket Options). 28. Options Discount The discount percentage, listed for the Representative Model’s Options, shall be the minimum discount percentage applied off the current MSRP (Price, not MSRP Credit) for Options during the Contract period. If an Option has a positive MSRP (e.g., $1.00), then the Option Discount (e.g., 10%) will provide a lower Option Net Price for the individual Option (e.g., $1.00 MSRP x (1- 10% Options Discount)] = $0.90 Option Net Price); Option’s Net Prices shall be rounded to the nearest whole cent. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 19 of 22 Option’s MSRP Credits will be stated as the MSRP list price, with the Option Discount applied. The Option’s discount percentage does not apply to the Options listed on the pricing sheets and shall only be applied to upgrades made to the Representative Model specifications based on performance needs. 29. Contractor’s Use of Dealers The Contractor may engage Dealers in accordance with the terms herein to provide sales and support for the awarded Commodities offered under this Contract. In the event the Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring that the Dealer complies with the terms of this Contract. In the event the Dealers fail to comply with the terms of this Contract, the Contractor shall remain fully liable. The Contractor shall ensure that Dealers remain current with the Contractor’s authorized Commodities and pricing listed in the price sheet. The Contractor shall remain responsible for receiving purchase orders and shall remain responsible for invoicing the Customer for payment. All invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers until receiving express authorization from the Department. Information regarding the Contractor’s addition of Dealers can be found at the following link: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_ resources/subcontractor_dealer_reseller_forms. 30. Performance Qualifications The Department reserves the right to investigate or inspect at any time whether the Commodities, qualifications, or facilities offered by Contractor meet the Contract requirements. The Contractor shall at all times during the Contract term remain responsive and responsible. In determining Contractor’s responsibility as a Contractor, the Department may consider all information or evidence which is gathered or comes to the attention of the Department which demonstrates the Contractor’s capability to fully satisfy the requirements of the solicitation and the Contract. If the Department determines the terms of the Contract are not complied with, or that the equipment or parts proposed to be furnished does not meet the specified requirements set forth herein, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Department may terminate the Contract. 31. Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. No revised MSRP lists, or price adjustments will be considered for any Contractor who has outstanding reports, or any other documentation required under the Contract. The Contractor shall submit reports in accordance with the following schedule: Report Period Covered Due Date MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each month Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 20 of 22 Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period Preferred Pricing Affidavit (in accordance with the Special Contract Conditions) Annual Contract Anniversary Date 32. MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at: VendorHelp@myfloridamarketplace.com or telephone 866- FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 33. Quarterly Sales Reports The Contractor shall submit a quarterly sales report electronically, in the required format, to the Department’s Contract Manager within 30 calendar days after close of each quarter. The quarterly sales report can be found at the following link: https://www.dms.myflorida.com/business_ operations/state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the quarterly sales report will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract. Initiation and submission of the quarterly sales report are the responsibility of the Contractor without prompting or notification by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during the period, the Contractor must submit a report stating that there was no activity. If no sales are recorded in two consecutive quarters, the Contractor may be placed in probationary status or the Department may terminate the Contract. Quarter 1 – (July-September) – due 30 calendar days after the close of the period Quarter 2 – (October-December) – due 30 calendar days after the close of the period Quarter 3 – (January-March) – due 30 calendar days after the close of the period Quarter 4 – (April-June) due 30 calendar days after the close of the period 34. Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this Contract. 35. Ad Hoc Reports The Department or Customer may require additional Contract information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit information in response to these specific ad hoc requests for reports within the specified amount of time as requested by the Department or Customer. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 21 of 22 36. Business Review Meetings In order to maintain the relationship between the Department and the Contractor, each quarter the Department may request a business review meeting. The business review meeting may include, but is not limited to, the following: • Successful completion of deliverables • Review of the Contractor’s performance • Review of minimum required reports • Addressing of any elevated Customer issues • Review of continuous improvement ideas that may help lower total costs and improve business efficiencies. 37. Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars, and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance and each month and quarter thereafter Deliverable Performance Metric Performance Due Date Financial Consequence for Non-Performance Contractor will timely submit completed Quarterly Sales Reports All Quarterly Sales Reports will be submitted timely with the required information Reports are due on or before the 30th calendar day after the close of each State fiscal quarter $250 per Calendar Day late/not received by the Contract Manager Contractor will timely submit completed MFMP Transaction Fee Reports All MFMP Transaction Fee Reports will be submitted timely with the required information Reports are due on or before the 15th calendar day after the close of each month $100 per Calendar Day late/not received by the Contract Manager Contractor will timely provide accurate Price Quote Forms to Customers All Price Quote Forms will be timely provided to Customers with accurate information Upon Customer request $25 per inaccurate or untimely Price Quote Form DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Page 22 of 22 No favorable action will be considered for any contractor who has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to include fees / monies that is required under this Contract. Contractor will adhere to the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work The Contractor shall adhere to the notification requirements listed in the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work Notice will be provided pursuant to the Manufacturer’s Last Order Date, Production Notification, and Representative Model Change section of the Scope of Work, no later than 30 calendar days prior to the effective date of the Manufacturer’s Last Order Date $250 per occurrence Customer will timely provide Diversity Report (submitted to the Customer) Timely provide diversity report Report will be provided no later than 10 Business Days after the end of the State fiscal year $250 per occurrence Ad hoc report(s) Provide ad hoc reports as requested Ad hoc reports will be provided within the timeframe agreed to by the Department and the Contractor, or Customer and Contractor $250 per occurrence DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 1 Exhibit C ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(24), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 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 DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 Additional Special Contract Conditions (approved by State Purchasing, 8/12/2021) 13.2 E-Verify. The Contractor and its subcontractors have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees in accordance with section 448.095, F.S. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees in accordance with section 448.095, F.S. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. The Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Department’s Contract Manager within five days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one year after the date of such termination. The Department will promptly notify the Contractor and order the immediate termination of the contract between the Contractor and a subcontractor performing work on its behalf for this Contract should the Department have a good faith belief that the subcontractor has knowingly violated section 448.09(1), F.S. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 1 SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION. .......................................................................................................................... 2 SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2 SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3 SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4 SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6 SECTION 6. MISCELLANEOUS. ................................................................................................................. 7 SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. ............................................................................................................................................. 10 SECTION 9. DATA SECURITY. ................................................................................................................. 12 SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13 SECTION 11. CONTRACT MONITORING. ............................................................................................... 14 SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15 SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16 SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17 In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. Exhibit D DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 2 SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract;(b)notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or(c)take other action deemed appropriate by the Department. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 3 SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 4 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 5 Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 6 AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 7 Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 8 Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 9 6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 10 All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security. 7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 11 The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 12 responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 13 The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 14 SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 15 The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 16 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 SP approved version 7‐1‐2019 17 (c) Fraudulent practices;(d) False pretenses; (e) Frauds;(f)Credit card crimes;(g) Forgery; (h) Counterfeiting;(i) Violations involving checks or drafts;(j)Misuse of medical or personnel records; and (k)Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. DocuSign Envelope ID: DBDD5133-6016-4B92-B2EB-A2727F40E652 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Wesco Turf, Inc. (“Contractor”), with its principal place of business located at 2101 Cantu Ct., Sarasota, FL 34232, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract which became effective on January 15, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Wesco Turf, Inc. By: _____________________________ By: _____________________________ Name: Tom Berger Name: Frank Pitman Title: Deputy Secretary of Business Operations Title: Contract Administrator Date: Date: DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 9/27/2023 | 8:33 AM PDT9/27/2023 | 12:35 PM EDT 1 ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Wesco Turf, Inc. (“Contractor”), with its principal place of business located at 2101 Cantu Ct., Sarasota, FL 34232, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract which became effective on January 15, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Wesco Turf, Inc. By: _____________________________ By: _____________________________ Name: Tom Berger Name: Frank Pitman Title: Deputy Secretary of Business Operations Title: Contract Administrator Date: Date: DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 9/27/2023 | 8:33 AM PDT9/27/2023 | 12:35 PM EDT 1 ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 5472BF32-345E-4FE1-A186-E9CA6EA9D057 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Deere & Company (“Contractor”), with its principal place of business located at One John Deere Place, Moline, IL 61265, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract which became effective on February 5, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Deere & Company By: _____________________________ By: _____________________________ Name: Tom Berger Name: Andrew Roman Title: Deputy Secretary of Business Operations Title: Contract Administrator Date: Date: DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB 10/1/2023 | 4:13 PM EDT10/1/2023 | 11:07 PM EDT 1 ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 5E762E6E-75A3-4534-95AA-761128EE29EB CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Alta Construction Equipment Florida, LLC (“Contractor”), with its principal place of business located at 13211 Merriman Rd., Livonia MI 48150 collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Alta Construction Equipment Florida, LLC By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 Governmental Sales Manager 12/19/2023 | 1:36 PM EST Kevin Gray 12/19/2023 | 3:47 PM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 1A4EDB37-92EC-4791-AE4D-2B7CA76D1E13 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Beard Equipment Company (“Contractor”), with its principal place of business located at 3195 W Nine Mile Rd., Pensacola, FL 32534 collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Beard Equipment Company By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F Garlon Rainey VP Sales 12/19/2023 | 1:52 PM EST12/19/2023 | 2:18 PM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 25FAE276-A6DA-4186-9A12-92A1203C9F3F CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Clark Equipment Company (“Contractor”), with its principal place of business located at 250 East Beaton Dr., West Fargo, ND 58078 collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Clark Equipment Company By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 11/21/2023 | 9:33 AM EST Barry Hanson Government Account Manager 11/21/2023 | 10:08 AM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 40C90B06-D367-451E-B6D1-FDB18FD1EBB4 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Federal Contracts Corp (“Contractor”), with its principal place of business located at 12918 N. Nebraska Ave., Tampa FL 33612, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Federal Contracts Corp By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 12/13/2023 | 4:45 PM EST Linda Rose Danial Operations Manager 12/14/2023 | 8:36 AM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 1E074E85-047C-4285-BAFB-822C9046E8B9 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Rick Croft Enterprises, Inc. dba Texas Trailers Sales and Services (“Contractor”), with its principal place of business located at 5601 NW 13th St, Gainesville, FL 32653, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Rick Croft Enterprises, Inc. dba Texas Trailers Sales and Services By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A Rick Croft 11/15/2023 | 3:08 PM EST President 11/16/2023 | 2:34 PM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 62052215-7AC7-4542-9F7F-4C8E3514AE0A ESTI M AT E Enforcement One Inc. 381 Roberts Rd Oldsmar, FL 34677 sales@enforcementone.com +1 (727) 816-9833 www.enforcementone.com City of Clearwater- Clearwater Police Bill to City of Clearwater - Accounts Payable 100 S Myrtle Ave PO Box 4748 Clearwater, Fl 33756-5520 Ship to City of Clearwater - Clearwater Police City of Clearwater - Clearwater Police 645 Pierce St. Clearwater, FL 33756 Shipping info Ship date: 12/29/2021 Estimate details Estimate no.: 4740 Estimate date: 07/03/2025 Sales Rep: Nathan Spece #Product/service Mark Up Description Quantity Rate Amount 1.Marked Patrol Explorer 2.EB2****FL FSA PKG 0822 LEGACY WCX 54" BLACK OUT PKG STT MKLP** STPLP** C399 CCTL7 C399SP CV2V SA315P SAK75D 6 $2,511.52 $15,069.12 3.CEM16 WeCanX 16 OUTPUT EXPANSION MOD 12 $138.23 $1,658.76 4.RPWS50 ION REARPILLAR WC SOLO UTILITY 6 $779.48 $4,676.88 5.SA315P Whelen 100 watt speaker, thin profile, 123db, nylon/composite 6 $166.32 $997.92 6.SAK75P 2025 Ford Police Interceptor Utility, Passenger Side Grille 6 $0.00 $0.00 7.PSJ02FCR Strip-Lite� Plus Surface Mount Super- LED� Series--duo Red/Blue QTR GLASS 12 $90.925 $1,091.10 8.PSBKT90 90 degree mounting bracket 12 $19.01 $228.12 9.BS50Z I-E RST WCX 10-LT S/D UTILITY REAR INNER WINDOW BRAKE ENDS 6 $689.63 $4,137.78 10.U180D DUO Red /White U-Series 180 Degree Linear Super LED Surface Mount Round Lighthead 6 $195.78 $1,174.68 11.U180E DUO Blue/White U-Series 180 Degree Linear Super LED Surface Mount Round Lighthead 6 $195.78 $1,174.68 12.U18050 2020-2025 Ford Police Interceptor Utility, Under-the-Side View Mirror Mount for Two U-Series Lightheads, Pair (For Use with Ford’s Factory Side Marker LED Side View Mirror Option) 6 $22.17 $133.02 13.TIONWEDG MOUNTING WEDGES ION-T-SERIES 12 $15.00 $180.00 14.TLI2E ION T-SERIES LINEAR DUO B/W GRILLE/FOG 18 $99.79 $1,796.22 15.TLI2D ION T-SERIES LINEAR DUO R/W GRILLE/FOG 18 $99.79 $1,796.22 16.VTX9D VERTEX SUPER-LED DUO RED/WHT HEADLIGHT/Tail 12 $57.66 $691.92 17.VTX9E VERTEX SUPER-LED DUO BLU/WHT HEADLIGHT/Tail 12 $57.66 $691.92 18.TCRWX5 5 Lamp Housing and TCRL* DUO� Lightheads. "L" Bracket Mounting (6 Required) or Vehicle Specific Mounting Purchased Separately B/R/B/R/B WHITE OVERRIDE 12 $495.00 $5,940.00 19.TCRB50 2020 Ford Police Interceptor Utility Running Board Mounting Kit, for 5 or 6 Lamp Tracer�, Each 12 $0.00 $0.00 20.VX2J VXE DUO DIRECTIONAL LT RED/BLU 12 $95.25 $1,143.00 21.TLI3JC ION T-SERIES LINEAR TRIO R/B/W PLATE TRIM 12 $110.50 $1,326.00 22.TLI2D ION T-SERIES LINEAR DUO R/W 6 $99.79 $598.74 23.TLI2E ION T-SERIES LINEAR DUO B/W Rear Bumper 6 $99.79 $598.74 24.CHWLFE29 WCX LO FREQ SIREN AMP EXPLORER 6 $320.44 $1,922.64 25.HATCHKIT Qty 2 White / Red dome lights with 3 way switch 6 $150.00 $900.00 26.PS-20UV-SC-OS-FX 2020-24 PI Utility Single Cell with Poly window half cage, kick panel w/ foot pocket, metal/poly divider with removable panel (Patent Pending), center seat floor plate, replacement plastic seat with OS seatbelt system, TROY rear partition square-hole pattern with driver side fire extinguisher compartment 6 $2,021.25 $12,127.50 27.GM-SGL-SC Universal single weapon mount for single-cell Ford PIU, F150 and Tahoe 6 $225.00 $1,350.00 28.GL-SC-6 Universal weapon lock 6 $162.75 $976.50 29.C-VS-1012-INUT High Angled Console For 2020-2023 Ford Interceptor Utility 6 $433.44 $2,600.64 30.C-ARPB-146 Brother Pocketjet 4200 Series Printer Mount With Accessory Pocket & Tall Armrest 6 $319.68 $1,918.08 31.C-ADP-101 Multi Manufacturer Laptop Adapter Plate 6 $48.96 $293.76 32.c-md-119 11" Slide Out Locking Swing Arm with Low Profile Motion Device Adapter Part # C-MD-119 6 $264.24 $1,585.44 33.C-EB30-HXL-1P 1-Piece Equipment Mounting Bracket, 3" Mounting Space, Fits Harris/L3Harris XL control head 6 $0.00 $0.00 34.C-EB40-CCS-1P EB For Whelen SIren/Controller 6 $0.00 $0.00 35.C-FP-xx Havis filler plates as needed 6 $0.00 $0.00 36.CUP2-1001 Self-Adjusting Double Cup Holder 6 $48.24 $289.44 37.7160-0250 Gamber NotePad V universal computer cradle 6 $365.00 $2,190.00 38.RJ4230B RuggedJet RJ4230B: Mobile 4 DT Printer w/USB, Bluetooth/MFi, NFC Pairing - Includes: 2 Year Premier Warranty, Doc Set, Roll Holder Stop, Strain Relief Clip, Belt Clip & ZPL/CPCL No Battery 2 year warranty 2.43# 6 $657.88 $3,947.28 39.LB3692 Car Adapter - Wired - 14 Foot Length for Ruggetjet4 , PocketJet 3, 6, & 7 1 year warranty 1# 6 $25.90 $155.40 40.USBC100-5460 USB-C Auto Charger For Dell Laptop 6 $144.00 $864.00 41.LB3603 Pocketjet USB Cable - 10 Foot .25#6 $15.60 $93.60 42.911 Circuits Custom CUSTOM 911 CIRCUITS HARNESS 6 $1,425.00 $8,550.00 43.CP-UV20-CARGO PI Utility Standard tilt-up cargo mount w/gas shocks. 6 $615.75 $3,694.50 44.AC-20-UV-TRAY PI Utility electronics tray bolts to CP- UV20-CARGO. 6 $206.75 $1,240.50 45.MISC Wires, Loom, Connectors, Ect 6 $100.00 $600.00 46.Shipping Shipping 6 $250.00 $1,500.00 47.Install Installation 6 $1,600.00 $9,600.00 Total $101,504.10 Accepted date Accepted by ESTI M AT E Enforcement One Inc. 381 Roberts Rd Oldsmar, FL 34677 sales@enforcementone.com +1 (727) 816-9833 www.enforcementone.com City of Clearwater- Clearwater Police Bill to City of Clearwater - Accounts Payable 100 S Myrtle Ave PO Box 4748 Clearwater, Fl 33756-5520 Ship to City of Clearwater - Clearwater Police City of Clearwater - Clearwater Police 645 Pierce St. Clearwater, FL 33756 Shipping info Ship date: 12/29/2021 Estimate details Estimate no.: 4752 Estimate date: 07/08/2025 Sales Rep: Nathan Spece #Product/service Mark Up Description Quantity Rate Amount 1.Marked Patrol Explorer 2.EB2****FL FSA PKG 0822 LEGACY WCX 54" BLACK OUT PKG STT MKLP** STPLP** C399 CCTL7 C399SP CV2V SA315P SAK75D 4 $2,511.52 $10,046.08 3.CEM16 WeCanX 16 OUTPUT EXPANSION MOD 8 $138.23 $1,105.84 4.RPWS50 ION REARPILLAR WC SOLO UTILITY 4 $779.48 $3,117.92 5.SA315P Whelen 100 watt speaker, thin profile, 123db, nylon/composite 4 $166.32 $665.28 6.SAK75P 2025 Ford Police Interceptor Utility, Passenger Side Grille 4 $0.00 $0.00 7.PSJ02FCR Strip-Lite� Plus Surface Mount Super- LED� Series--duo Red/Blue QTR GLASS 8 $90.925 $727.40 8.PSBKT90 90 degree mounting bracket 8 $19.01 $152.08 9.BS50Z I-E RST WCX 10-LT S/D UTILITY REAR INNER WINDOW BRAKE ENDS 4 $689.63 $2,758.52 10.U180D DUO Red /White U-Series 180 Degree Linear Super LED Surface Mount Round Lighthead 4 $195.78 $783.12 11.U180E DUO Blue/White U-Series 180 Degree Linear Super LED Surface Mount Round Lighthead 4 $195.78 $783.12 12.U18050 2020-2025 Ford Police Interceptor Utility, Under-the-Side View Mirror Mount for Two U-Series Lightheads, Pair (For Use with Ford’s Factory Side Marker LED Side View Mirror Option) 4 $22.17 $88.68 13.TIONWEDG MOUNTING WEDGES ION-T-SERIES 8 $15.00 $120.00 14.TLI2E ION T-SERIES LINEAR DUO B/W GRILLE/FOG 12 $99.79 $1,197.48 15.TLI2D ION T-SERIES LINEAR DUO R/W GRILLE/FOG 12 $99.79 $1,197.48 16.VTX9D VERTEX SUPER-LED DUO RED/WHT HEADLIGHT/Tail 8 $57.66 $461.28 17.VTX9E VERTEX SUPER-LED DUO BLU/WHT HEADLIGHT/Tail 8 $57.66 $461.28 18.TCRWX5 5 Lamp Housing and TCRL* DUO� Lightheads. "L" Bracket Mounting (6 Required) or Vehicle Specific Mounting Purchased Separately B/R/B/R/B WHITE OVERRIDE 8 $495.00 $3,960.00 19.TCRB50 2020 Ford Police Interceptor Utility Running Board Mounting Kit, for 5 or 6 Lamp Tracer�, Each 8 $0.00 $0.00 20.VX2J VXE DUO DIRECTIONAL LT RED/BLU 8 $95.25 $762.00 21.TLI3JC ION T-SERIES LINEAR TRIO R/B/W PLATE TRIM 8 $110.50 $884.00 22.TLI2D ION T-SERIES LINEAR DUO R/W 4 $99.79 $399.16 23.TLI2E ION T-SERIES LINEAR DUO B/W Rear Bumper 4 $99.79 $399.16 24.CHWLFE29 WCX LO FREQ SIREN AMP EXPLORER 4 $320.44 $1,281.76 25.HATCHKIT Qty 2 White / Red dome lights with 3 way switch 4 $150.00 $600.00 26.PS-20UV-SC-OS-FX 2020-24 PI Utility Single Cell with Poly window half cage, kick panel w/ foot pocket, metal/poly divider with removable panel (Patent Pending), center seat floor plate, replacement plastic seat with OS seatbelt system, TROY rear partition square-hole pattern with driver side fire extinguisher compartment 4 $2,021.25 $8,085.00 27.GM-SGL-SC Universal single weapon mount for single-cell Ford PIU, F150 and Tahoe 4 $225.00 $900.00 28.GL-SC-6 Universal weapon lock 4 $162.75 $651.00 29.C-VS-1012-INUT High Angled Console For 2020-2023 Ford Interceptor Utility 4 $433.44 $1,733.76 30.C-ARPB-146 Brother Pocketjet 4200 Series Printer Mount With Accessory Pocket & Tall Armrest 4 $319.68 $1,278.72 31.C-ADP-101 Multi Manufacturer Laptop Adapter Plate 4 $48.96 $195.84 32.c-md-119 11" Slide Out Locking Swing Arm with Low Profile Motion Device Adapter Part # C-MD-119 4 $264.24 $1,056.96 33.C-EB30-HXL-1P 1-Piece Equipment Mounting Bracket, 3" Mounting Space, Fits Harris/L3Harris XL control head 4 $0.00 $0.00 34.C-EB40-CCS-1P EB For Whelen SIren/Controller 4 $0.00 $0.00 35.C-FP-xx Havis filler plates as needed 4 $0.00 $0.00 36.CUP2-1001 Self-Adjusting Double Cup Holder 4 $48.24 $192.96 37.7160-0250 Gamber NotePad V universal computer cradle 4 $365.00 $1,460.00 38.RJ4230B RuggedJet RJ4230B: Mobile 4 DT Printer w/USB, Bluetooth/MFi, NFC Pairing - Includes: 2 Year Premier Warranty, Doc Set, Roll Holder Stop, Strain Relief Clip, Belt Clip & ZPL/CPCL No Battery 2 year warranty 2.43# 4 $657.88 $2,631.52 39.LB3692 Car Adapter - Wired - 14 Foot Length for Ruggetjet4 , PocketJet 3, 6, & 7 1 year warranty 1# 4 $25.90 $103.60 40.USBC100-5460 USB-C Auto Charger For Dell Laptop 4 $144.00 $576.00 41.LB3603 Pocketjet USB Cable - 10 Foot .25#4 $15.60 $62.40 42.CP-UV20-CARGO PI Utility Standard tilt-up cargo mount w/gas shocks. 4 $615.60 $2,462.40 43.AC-20-UV-TRAY PI Utility electronics tray bolts to CP- UV20-CARGO. 4 $206.712 $826.85 44.MISC Wires, Loom, Connectors, Ect 4 $100.00 $400.00 45.Shipping Shipping 4 $250.00 $1,000.00 46.Install Installation 4 $3,025.00 $12,100.00 Total $67,668.65 Accepted date Accepted by Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0614 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Approve a Sponsorship Agreement between the City of Clearwater and Floridacentral Credit Union, a Financial Institution located at 3333 Henderson Blvd, Tampa for sponsorship and other associated rights with respect to The BayCare Sound and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 3, 2022, Council approved the issuance of a purchase order to The Superlative Group, Inc., pursuant to RFP 50-21, Asset Inventory, Valuation and Naming Rights Services for Phase I of professional services to identify sponsorship opportunities following completion of the Imagine Clearwater Project. On February 2, 2023, Council approved entering Phase II with The Superlative Group, Inc. to develop a strategic sales campaign for the sponsorship and naming rights of approved assets for potential sale to national and regional corporate partners located within Coachman Park. Since this approval, and within the eighteen months of the agreement, Superlative was successful in obtaining an agreement with BayCare Health Systems for naming rights of The BayCare Sound. According to Section 7.1 (b) of the agreement, Superlative has the right to enter into any sponsorship agreement up to twelve months past the expiration or termination of the original agreement. Superlative has continued to work with leads they developed during the initial agreement with restaurants, financial institutions etc. to sponsor the “View” which is the VIP area within The BayCare Sound and is recommending a sponsorship with Floridacentral Credit Union FCCU. The Superlative Group Inc. will receive 15% commission. Staff is recommending the sponsorship agreement between the city and FCCU to name the “View” the “Floridacentral Credit Union View”. The term of the agreement is for seven years. Key components of the agreement are as follows: As to the City compensation as follows: Contract Year Rights Fee Contract Year 1 (Installment 1) $35,000.00 Contract Year 1 (Installment 2) $35,000.00 Contract Year 2 $72,100.00 Contract Year 3 $74,263.00 Contract Year 4 $76,490.89 Contract Year 5 $78,785.62 Contract Year 6 $81,149.19 Contract Year 7 $83,583.66 Total $536,372.36 Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0614 FCCU will receive the following entitlements: ·Exclusive name of the View, to be known as the “Floridacentral Credit Union View” ·The City will organize a press release, with the contents of the press release to be mutually agreed upon by the Parties. ·Sponsor ID on main entrance identity signage/façade of the View ·Sponsor ID on signage in certain locations within the View ·Sponsor ID on on-premise wayfinding signage in certain locations for the View ·Sponsor recognition on City and BayCare Sound websites, with the contents, form, and location of the recognition to be mutually agreed upon by the Parties. ·Sponsor recognition on Imagine Clearwater emails, with the contents, form, frequency, and location of the recognition to be mutually agreed upon by the Parties. ·Sponsor to be included in 12 City social media posts per Contract Year. The timing, contents, and form of the social media posts to be mutually agreed upon by the Parties. ·Use of the View up to one time per Contract Year ·Sponsor to receive four View tickets to the 4th of July Fireworks per Contract Year subject to City’s ability to distribute View tickets for the event. ·Sponsor to receive four tickets to the Seafood and Blues Festival per Contract Year ·Sponsor ID on tickets for the View, with location and size of inclusion to be mutually agreed upon by the Parties. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Adopting Floridacentral Credit Union (FCCU) as a sponsorship partner renaming the “View”, which is the VIP area within the BayCare Sound to the “Floridacentral Credit Union View” aligns with the following City of Clearwater Strategic Plan Objectives: ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors; ·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth; ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·2.5: Facilitate partnerships with educational and research institutions to strengthen workforce development opportunities. Page 2 City of Clearwater Printed on 1/14/2026 1 SPONSORSHIP AGREEMENT This Sponsorship Agreement ("Agreement'') is entered into this this day of , 2025 (“Effective Date”), by and between The City of Clearwater, Florida, a municipal corporation of the State of Florida with an office address of 100 South Myrtle Avenue, Clearwater, FL 33756 (the “City”) and Floridacentral Credit Union, a Financial Institution, located at 3333 Henderson Blvd., Tampa FL 33609 (“Sponsor”). The City and Sponsor may be referred to herein individually as a "Party" or together as the "Parties." RECITALS WHEREAS, the City owns the BayCare Sound (as further defined below), located inside Coachman Park (defined below); and WHEREAS, the City has the right to sell sponsorship and other associated rights with respect to the BayCare Sound; and WHEREAS, Sponsor is a credit union that operates in the state of Florida and desires to purchase sponsorship and other associated rights with respect to the BayCare Sound, all as more fully set forth herein; and WHEREAS, the City desires to sell sponsorship and other associated rights with respect to the BayCare Sound, to Sponsor. NOW, THEREFORE, in consideration of the mutual promises and covenants contained in this Agreement, the Parties do hereby agree as follows: AGREEMENT 1. Definitions. As used in this Agreement, the following terms have the following meanings. “Agreement” has the meaning set forth in the Preamble. “Approving Party” has the meaning set forth in Section 12. “BayCare Sound” means the waterfront music venue owned by the City and operated by the Facility Manager located within Coachman Park that, as of the Effective Date, consists of 4,000 covered seats, additional lawn seating for approximately 5,000 guests, a stage, backstage, dressing rooms, a VIP area, restrooms, and vendor areas, and is located at 255 Drew Street, Clearwater, FL 33755. A map of the BayCare Sound is included in Exhibit A. “City” has the meaning set forth in the Preamble. “Coachman Park” means the 19-acre park located in Downtown Clearwater next to the Clearwater Main Library and Clearwater Harbor Marina, with an address of 301 Drew Street, Clearwater, Florida 33755. “Contract Year” means each twelve (12) month period beginning on the Effective Date and 2 each anniversary thereof. “Effective Date” has the meaning set forth in the Preamble. “Entitlements” has the meaning set forth in Section 6. “Exclusive Category” means, with respect to the BayCare Sound, the banking/credit union and financial services category. For purposes of this Agreement, the banking/credit union and financial services category shall include Commercial Banking Services, Consumer Banking Services, Credit Card services, Mortgage and Auto Lending Services, and Wealth Management Services. Banking and financial services shall not include the sale of life insurance products. For the sake of clarity, the following definitions have been agreed upon by the Parties: • Commercial Banking Services shall mean banking services that deal with commercial customers, working directly with businesses to provide loans, credit, savings accounts, and checking accounts specifically designed for companies rather than individuals. • Consumer Banking Services shall mean banking services that deal directly with retail customers and the general public, allowing customers to manage their money by giving them access to basic banking services, credit, and financial advice. • Credit Card shall mean a payment card issued to customers to enable the cardholder to pay a merchant for goods and services based on the cardholder’s promise to the card issuer to pay them for the amounts plus other agreed upon charges. • Mortgage and Auto Lending Services means the transfer of an interest in land or personal property as security for a loan or other obligation and is the most common method of financing real estate and automobile transactions. • Wealth Management Services shall mean a financial service that provides financial planning or investment portfolio management, as distinguished from “Consumer Banking”. “Facility Manager” means any Person, other than the City, that operates or managers the BayCare Sound or any portion thereof. “Facility Manager Event” means any ticketed event open to the public during the Term of this Agreement that is scheduled, organized, promoted, and produced by the Facility Manager. “Indemnified Parties” has the meaning set forth in Section 14.2. “Insolvency Event” means, with respect to Sponsor, the occurrence of any of the following: (a) Sponsor shall commence a voluntary case concerning itself under any Insolvency Law; (b) an involuntary case is commenced against Sponsor and the petition is not controverted within fifteen (15) days, or is not dismissed within sixty (60) days, after commencement of the case; (c) a custodian is appointed for, or takes charge of, all or substantially all of the property of Sponsor or commences any other proceedings under any Insolvency Law relating to Sponsor or there is commenced against Sponsor any such proceeding which remains 3 undismissed for a period of sixty (60) days; (d) any order of relief or other order approving any such case or proceeding is entered; (e) Sponsor is adjudicated insolvent or bankrupt; (f) Sponsor suffers any appointment of any custodian, receiver or the like for it or any substantial part of its property to continue undischarged or unstayed for a period of sixty (60) days; or (g) Sponsor makes a general assignment for the benefit of creditors. “Insolvency Law” means any bankruptcy, reorganization, arrangement, adjustment of debt, relief of debtors, dissolution, insolvency or liquidation or similar Law of any jurisdiction, whether federal, state or foreign, or whether now existing or hereafter in effect. “Laws” means any federal, state, local, or foreign constitution, treaty, law, statute, ordinance, resolution, rule, code, regulation, order, writ, decree, injunctions, judgment, stay, or restraining order, provisions and conditions of permits, licenses, registrations, and other operating authorizations, and any judgment, opinion, or ruling of, any governmental authority, in each case, whether currently in effect or which may hereinafter be enacted as existing or amended. “Losses” has the meaning set forth in Section 14.2. “Name” has the meaning set forth in Section 3. “Naming Rights” means the right, subject to prior written mutual agreement between the Parties, to name the View. “Old View Logo” has the meaning set forth in Section 10.3. “Party” has the meaning set forth in the Preamble. “Party Trademarks” has the meaning set forth in Section 12.1. “Person” means any natural person, corporation, partnership, limited partnership, limited liability company, estate, trust, joint venture, association, government (and any branch, agency or instrumentality thereof), governmental entity or other form of entity or business organization. “Rights Fee” has the meaning set forth in Section 7.1. “Signage” has the meaning set forth in Section 8.1. “Sponsor” has the meaning set forth in the Preamble. “Sponsor ID” means Sponsor’s name or logo. “Style Guide” has the meaning set forth in Section 10.2. “Term” has the meaning set forth in Section 2. “Third Party Intellectual Property” has the meaning set forth in Section 14.1 4 “Transfer” has the meaning set forth in Section 34. “Using Party” has the meaning set forth in Section 12. “Uncontrolled Portions” has the meaning set forth in Section 5.1. “View” means the VIP area within the BayCare Sound, as further set forth in Exhibit A. “View Logo” has the meaning set forth in Section 10.1. “View Trademarks” has the meaning set forth in Section 11.1. 2. Term. The term of this Agreement shall commence on the Effective Date and continue for seven (7) Contract Years, unless extended or sooner terminated in accordance with the terms of this Agreement (the “Term”). 3. Grant of Rights. The City hereby grants to Sponsor during the Term the exclusive Naming Rights to the View at the BayCare Sound. As of the Effective Date, the official name of the View shall be the “Floridacentral Credit Union View” (the “Name”), unless amended or changed in accordance with this Agreement. The View shall be referred to as the Name in all marketing and promotional materials (materials including print and electronic publications, print and electronic program guides, brochures, visitor guides, flyers, programs, and the like, on websites, social media, press releases, electronic or static billboards, and similar materials) and Signage, as applicable. Both Parties agree that the Name should not be abbreviated, unless otherwise agreed to by the Parties. The City and Sponsor agree that each shall use commercially reasonable efforts during the Term to cause the media, advertisers, promoters, sponsors, service providers, parties holding events at the View, and other third parties to identify the View by the Name and to incorporate the Name into all advertising and promotional materials that identify the View published or distributed by such party; provided however, that any failure of such parties to refer to the View by the Name shall not be considered a breach of this Agreement. The City will use good faith efforts to require the use of the Name as an obligation in any contract negotiated with a Facility Manager in the future in all instances in which business is conducted or information is released, and a reference is made to the View. In no event shall the Name be changed or altered by Sponsor without the prior written approval of the City. 4. Exclusivity. From the Effective Date through the end of the Term, subject to Section 5 below, and as long as Sponsor is not in breach of this Agreement, the City hereby agrees that it shall not grant to any Person any right or license to market or promote any products or services within the Exclusive Category anywhere at the BayCare Sound. 5. Exceptions to Exclusivity. Notwithstanding anything to the contrary herein, any right of exclusivity granted to Sponsor in this Agreement shall be limited based on the following: 5.1. Sponsor acknowledges and agrees that the City cannot control the BayCare Sound, and components thereof, when promoters, tenants, and other third parties (including, but not limited to, a Facility Manager) use the BayCare Sound or any of the facilities therein or when the BayCare Sound is open to the public (“Uncontrolled Portions”). Therefore, competing brand logos, products, signage, and other promotion or recognition, may be 5 promoted and otherwise visible, throughout the Term, in the Uncontrolled Portions and will not constitute a breach of this Agreement. 5.2. The City and any Facility Manager may, without breaching this Agreement, enter into rental, lease, or use agreements for use of the BayCare Sound or its facilities therein with entities who may compete, have sponsors that compete, or host events or other functions that have sponsors that compete with Sponsor. 6. Entitlements. Commencing on the Effective Date and throughout the Term of this Agreement, and in recognition of the Rights Fee (as defined below), the City shall provide to Sponsor, and Sponsor shall be entitled to, the entitlements set forth on Exhibit B (“Entitlements”). 7. Compensation to the City. 7.1. Rights Fee. In consideration of the rights, privileges, and benefits granted by the City under this Agreement, Sponsor shall pay the City compensation during the Term as set forth in Exhibit C ("Rights Fee"). 7.2. Payment. 7.2.1. The Rights Fee shall be due and payable in one (1) installment per Contract Year, with the exception of Contract Year 1. The Rights Fee for the first Contract Year shall be paid in two (2) installments. The first installment shall be due and payable within sixty (60) days of the Effective Date. The second installment shall be due and payable upon the installation of all Signage set forth in Exhibit D. In all subsequent Contract Years, the Rights Fee shall be due and payable upon the commencement of each Contract Year. 7.2.2. All undisputed payments to the City shall be paid by way of check made payable to “The City of Clearwater, Florida” and mailed to the City at its address set forth in Section 25, or such other address as is designated by the City in writing and in advance. 7.2.3. Any undisputed payment required to be made by Sponsor that is not paid within ten (10) days from the date such payment becomes due and owing shall bear interest at an annual rate of twelve percent (12%) per annum or, if lower, the maximum allowed by law, from the due date to the date payment is actually made. The right of the City to receive interest under this Section shall be in addition to all other rights it may have as a result of Sponsor’s failure to make payments when due. 8. Signage. 8.1. Signage. In connection with the Entitlements granted to Sponsor hereunder, Sponsor shall be entitled to have certain signage or other forms of exposure placed conspicuously in, on and around the View and the BayCare Sound, as specified in Exhibit B (the "Signage"). The content, appearance, location, material, quantity, and size of all Signage shall be mutually agreed upon by the Parties and set forth in Exhibit D. The appearance, location, and size of any and all Signage shall be consistent with local regulations and applicable Laws, including building codes. The Parties acknowledge and agree that for certain 6 Facility Manager Events, certain stage-adjacent Signage may be obstructed, covered, or not be illuminated for reasons not within the control of the City, including, but not limited to, performer preference and stage configuration. The City will request that Facility Manager use its best efforts to have promoters, artists, and performers minimize obstruction of stage-adjacent Signage. Notwithstanding the foregoing, in the event certain stage-adjacent Signage is obstructed, covered, or not illuminated due to a reason beyond the City’s control, it shall not constitute a breach of this Agreement. The City agrees that at no time during the Term of this Agreement will permanent signage be erected and installed on the two (2) large pillars that face the lawn of the BayCare Sound. 8.2. Production and Installation. Sponsor shall be responsible for paying all costs and expenses associated with the design, permitting, preparation, production, delivery, mounting, and installation of the Signage, which amounts shall be in addition to, and not a part of, the Rights Fee. The City shall hire one or more contractors to mount and install the Signage, the costs of which shall be the responsibility of Sponsor. In the event any currently existing signage is in need or removal and replacement in order to install the Signage, Sponsor shall be solely responsible for the costs and expenses of such removal and replacement. Any and all currently existing signage that is removed pursuant to this Section shall be the sole and exclusive property of the City and shall be returned to it at the sole cost and expense of Sponsor. 8.3. Maintenance. Following the design, preparation, production, mounting and installation of the Signage, the City shall be responsible for paying the costs and expenses associated with the routine maintenance (but not replacement) of all Signage. 8.4. Removal and Replacement of Signage. In the event that any Signage is in need of removal, destruction, discarding, and replacement due to a substitution, modification or change of the Name or View Logo during the Term, Sponsor shall be responsible for all costs and expenses associated with such removal, destruction, discarding, and replacement of the Signage. In the event that any Signage, upon the mutual agreement of the Parties, is in need of removal, destruction, discarding, and replacement due to a reason beyond the substitution, modification, or change of the Name or View Logo, Sponsor shall be responsible for all costs and expenses associated with such removal, destruction, discarding, and replacement of the Signage. Upon termination or expiration of this Agreement, Sponsor shall be responsible for costs and expenses associated with the removal, destruction, discarding, or replacement of all Signage and the reinstallation of the signage that existed prior to the execution of this Agreement. 9. Subsequent Name Change. If Sponsor or its successor or assignee changes or causes the change of the Name or View Logo in accordance with the terms of this Agreement, including receiving the City’s prior written approval in accordance with this Agreement, Sponsor shall pay, or cause its successor or assignee to pay, all costs and expenses associated therewith, including, without limitation, the cost and expense of: (a) removing, destroying and/or discarding Signage reflecting the prior Name and/or View Logo, (b) preparing, producing, replacing, mounting and installing new or altered Signage to reflect the changed Name and/or View Logo, (c) removing, destroying or discarding merchandise, equipment and other collateral materials (including, but not limited to, printed, electronic, and video materials, 7 publications, supplies, and all other equipment or materials regardless of format that need to be changed to effect the renaming or rebranding of the View with the new Name) related to the View branding, promotion and publicity displaying the prior Name and/or View Logo, and (d) preparing, producing, replacing and distributing merchandise, equipment or other collateral materials (including, but not limited to, printed, electronic, and video materials, publications, supplies, and all other equipment or materials regardless of format that need to be changed to effect the renaming or rebranding of the View with the new Name) related to the View branding, promotion and publicity reflecting the changed Name and/or View Logo; and (e) attorneys’ fees, other professionals’ fees, and the cost of obtaining any required consents and approvals associated with such change as well as all other out of pocket costs and expenses relating to Signage, promotions, branding, advertising and marketing. 10. View Logo. 10.1. View Logo. During the Term, the City, Sponsor, and the Facility Manager shall develop, at Sponsor’s sole cost and expense, a logo or other similar design or device incorporating “The View”, “Floridacentral Credit Union”, and such additional appropriate words or designs that relate to or identify Sponsor, the City, and the View (the “View Logo”). In all events, the View Logo and/or Name shall be included in all marketing and promotional materials produced by Sponsor related to the View. In all events, the View Logo shall be mutually agreed upon by the City and Sponsor. In no event shall the View Logo be changed or altered by Sponsor without the prior written approval of the City. 10.2. Use of the View Logo and Name. As soon as reasonably practical after the Effective Date, the City, Sponsor, and the Facility Manager shall develop a style guide that sets forth approved uses of the View Trademarks and Party Trademarks (“Style Guide”). Any use of the View Trademarks and Party Trademarks by either Party shall comply with the Style Guide in all material respects. Any use of the Name, View Logo, or Party Trademarks by either Party that departs in any material respect from the agreed upon Style Guide shall, in each case, be submitted to the other Party for its prior written approval, in accordance with the approval rights set forth in Section 12 below. The City shall use good faith efforts to require the Facility Manager to submit any advertising, promotional, or other similar materials that depart in any material respect from the Style Guide to Sponsor consistent with the terms of Section 12 below. The City shall not be responsible for any expenses, damages, claims, suits, actions, judgements, and costs whatsoever resulting from a Facility Manager’s failure to obtain approval from Sponsor for any advertising, promotional, or other similar materials that use or incorporate the View Trademarks, Sponsor Party Trademarks, or that make reference to Sponsor. Notwithstanding the foregoing, the City agrees to make all reasonable efforts to assist Sponsor in securing Facility Manager’s proper usage of Sponsor Party Trademarks, upon Sponsor’s request. 10.3. Use of Old View Logo and Name. The City and/or Facility Manager shall have the right to deplete any inventory of produced materials using the View name and logo that was used prior to this Agreement (“Old View Logo”), not to exceed sixty (60) days past the Effective Date. Prior to sixty (60) days past the Effective Date, the City and/or the 8 Facility Manger (at the direction of the City) shall provide Sponsor with the opportunity to purchase Old View Logo inventory, without markup, for destruction. The City shall use good faith efforts to require the Facility Manager to order any and all new inventory after the Effective Date with the Name and/or View Logo (as appropriate, depending on the nature of the item) and shall use good faith efforts to make such requirement an obligation in any contract negotiated with a Facility Manager in the future. 11. Trademarks. 11.1. Ownership of View Trademarks. The City and Sponsor agree that Sponsor shall own all right, title and interest in the Name, View Logo, and/or any stylized form or combination thereof, as may be modified throughout the Term, including the trademarks and copyrights associated therewith (“View Trademarks”). Sponsor shall license or acquire from the creator(s) of the View Logo “artist’s design” sufficient rights, including rights in any copyright, to permit unrestricted use of the trademarks associated with the View Trademarks. For the avoidance of doubt, each Party shall retain all right, title, and interest in its respective Party Trademarks, including, but not limited to, those that are incorporated into the Name and View Trademarks. For purposes of clarity, for (i) the City, this includes, but is not limited to, the Old View Logo, the name “The View”, and City Party Trademarks; and (ii) Sponsor, this includes, but is not limited to, Sponsor Party Trademarks. 11.2. License to Use View Trademarks. During the Term, Sponsor hereby grants to the City an unlimited, nonexclusive, irrevocable, royalty-free license (with right to sublicense to the extent permitted by this Agreement) to use the View Trademarks, as hereafter changed, amended, or created hereunder so long as such use is in accordance with the Style Guide and approvals set forth in this Agreement. In addition, Sponsor agrees to take the necessary steps to grant Facility Manager, for as long as the Facility Manager operates the BayCare Sound, an unlimited, nonexclusive, irrevocable, royalty- free license to use the View Trademarks, as hereafter changed, amended, or created hereunder so long as such use is in accordance with the Style Gide and the approvals set forth in this Agreement. 12. Approval. For purposes of this section, the Party seeking approval of the use of trademarks shall be referred to as the “Using Party” and the Party whose approval is being sought shall be referred to as the “Approving Party”. 12.1. The Parties acknowledge and agree that they each have an interest in maintaining and protecting the image and reputation of their respective names, logos and trademarks (each Party’s individual marks are hereinafter referred to as “Party Trademarks”) and the View Trademarks, and that in order to accomplish this purpose, the Using Party must in all cases assure themselves that Approving Party Trademarks and the View Trademarks are at all times used in a manner consistent with the Style Guide. Using Party agrees that Approving Party must, therefore, have the right to examine and to approve or disapprove in advance of use, the contents, appearance and presentation of any and all advertising, promotional, or other similar materials proposed to be used by Using Party that uses or incorporates the View Trademarks, Approving Party Trademarks, or make reference to 9 the Approving Party, and that depart in any material respect from the Style Guide. Using Party therefore agrees that it will not produce, publish or in any manner use or distribute any such materials which have not been submitted to and approved in writing in advance by Approving Party. 12.2. Using Party agrees to submit to Approving Party, at the addresses set forth in Section 25, or by other means of transmission agreed to in advance in writing by the Parties, for its examination and approval or disapproval, in advance of use, a sample of any proposed use of View Trademarks, Approving Party Trademarks or reference to Approving Party. Approving Party agrees they will examine and either approve or disapprove such submissions, and that Using Party will be notified by Approving Party of its approval or disapproval within fourteen (14) days of receiving such submission from the Using Party. Approving Party agrees that it will not unreasonably delay approving or unreasonably disapprove any such submission and, if any is disapproved, that Using Party will be advised of the specific reasons for disapproval in each case. Approving Party’s approval must be given explicitly in writing; delay in approval for a specific period of time shall not constitute approval for purposes of this Agreement. 13. Relationship of Parties. This Agreement does not constitute and shall not be construed as constituting a partnership, joint venture, or landlord/tenant relationship between the City and Sponsor. No Party shall have any right to obligate or bind (whether express or implied) any other Party in any manner whatsoever, and nothing herein contained shall give, or is intended to give, any rights of any kind to any third persons. This Agreement does not and will not be construed to entitle either Party or any of their respective employees to any benefit, privilege, or other amenities of employment by the other. 14. Third Party Intellectual Property Rights. 14.1. Sponsor acknowledges and agrees that no rights have been granted to Sponsor to use the names, logos, copyrights, designs, trademarks, or other identifications (other than the Name or View Logo) used at the BayCare Sound or the View by any third party that may be granted sponsorship, naming, or other rights, benefits, or recognition to the View or the BayCare Sound, or that may conduct any event at the BayCare Sound or the View (“Third Party Intellectual Property”). Sponsor shall not use any such Third Party Intellectual Property unless and until Sponsor shall have obtained, at its sole expense, from the owner of such proprietary rights whatever approval, license, waiver or release may be required to permit Sponsor to use such Third Party Intellectual Property. 14.2. Each Party shall indemnify, defend, and hold harmless the other Party and its officials, directors, board members, managers, officers, employees, agents, attorneys and representatives (collectively, the "Indemnified Parties") from and against any and all liabilities, expenses, damages, claims, suits, actions, investigations, losses, judgments and costs whatsoever (including court costs and reasonable attorneys' fees) (collectively, "Losses") arising out of or in any way connected with, any claim or action relating to the contents of any materials produced or distributed by said Party in accordance with this Agreement, or alleging said Party’s Party Trademarks infringe on any Third Party Intellectual Property rights. 10 15. Insurance. 15.1. Sponsor shall, at its own cost and expense, acquire and maintain sufficient insurance to adequately protect the respective interests of the Parties. Specifically, Sponsor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 15.1.1. Commercial General Liability Insurance coverage, including but not limited to, bodily injury, personal injury, death, property damage, advertising liability, premises operations, products/completed operations, severability of interest, and contractual liability in the minimum amount of One Million Dollars ($1,000,000) per claim and Two Million Dollars ($2,000,000) general aggregate. 15.1.2. Unless waived by the State of Florida and proof of waiver is provided to the City, Worker’s Compensation (WC) & Employer’s Liability Insurance coverage for all employees engaged under this Agreement, Worker’s Compensation as required by Florida law and Employer’s Liability with minimum limits of: 15.1.2.1. $500,000 bodily injury each employee and each accident, $500,000 bodily injury by disease each employee, and $500,000 bodily injury by disease policy limit for quotes or agreements valued at $50,000 and under; or 15.1.2.2. $1,000,000 bodily injury each employee and each accident, $1,000,000 bodily injury by disease each employee, and $1,000,000 bodily injury by disease policy limit for formal solicitations and agreements exceeding $50,000. 15.2. Waiver of Subrogation – With regard to any policy of insurance that would pay third party losses, Sponsor hereby grants the City a waiver of any right to subrogation which any insurer of Sponsor may acquire against the City by virtue of the payment of any loss under such insurance. Sponsor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. 15.3. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 15.4. Other Insurance Provisions: 15.4.1. 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, Sponsor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate), SIGNED by the issuer, evidencing all of the coverage set forth above and naming the City as an “Additional Insured” with respect to General Liability coverage only. The address where such certificates and certified policies shall be sent or delivered is as follows: 11 City of Clearwater Attn: Risk Management Department P.O. Box 4748 Clearwater, FL 33758-4748 15.4.2. Sponsor shall provide thirty (30) days written notice of any cancellation, non- renewal, or termination. 15.4.3. Sponsor’s insurance as outlined above shall be primary and non-contributory coverage for Sponsor’s negligence. 15.4.4. Sponsor reserves the right to appoint legal counsel to provide for Sponsor’s defense, for any and all claims that may arise related to the Agreement, work performed under this Agreement, or to Sponsor’s equipment, or service. Sponsor agrees that the City shall not be liable to reimburse Sponsor for any legal fees or costs as a result of Sponsor providing its defense as contemplated herein. 15.5. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Sponsor’s obligation to provide the insurance coverage specified. 15.6. Notwithstanding the requirements of this Section, Sponsor may elect to satisfy any or all of the above insurance requirements and/or deductibles by use of self-insurance, and/or a captive insurance company owned by Sponsor. The responsibility to fund any financial obligation for self-insurance and/or captive insurance company owned by Sponsor shall be assumed by, for the account of, and at the sole risk of Sponsor. 16. Limitation of Liability. Except in regard to Section 14.2 of this Agreement, under no circumstances shall the City or Sponsor be liable to the other Party or any other person or entity for special, incidental, consequential or indirect damages, loss of good will or business profits, or exemplary or punitive damages. If the City or Sponsor shall be in default of its obligations hereunder during any Contract Year, the amount of damages for which the Parties may be held liable shall not exceed the Rights Fee that has been paid to the City hereunder with respect to such Contract Year. 17. Representations and Warranties. 17.1. Representations and Warranties of Sponsor. Sponsor represents and warrants to the City that: it is a corporation in good standing under the laws of the state of Florida and is duly authorized to transact business in the state of Florida; it has the full corporate power and legal authority to enter into and perform this Agreement in accordance with its terms; all necessary corporate approvals for the execution, delivery, and performance by Sponsor of this Agreement have been obtained, and no consent or approval of any other Person is required for execution of and performance by Sponsor of this Agreement; this Agreement has been duly executed and delivered by Sponsor and constitutes a legal, valid and binding obligation of Sponsor enforceable in accordance with its terms; the execution, delivery and performance of this Agreement by Sponsor will not conflict with 12 its articles of incorporation, by-laws or other charter and governing documents and will not conflict with or result in the breach or termination of, or constitute a default under, any lease, agreement, commitment or other instrument, or any order, judgment or decree, to which Sponsor is a party or by which Sponsor is bound; it owns sufficient right, title and interest in and to the Sponsor Party Trademarks and to grant to the City the right and license to use the Sponsor Party Trademarks as contemplated by this Agreement; and there is no litigation pending or, to the knowledge of Sponsor threatened against Sponsor which would prevent or hinder the consummation of the transactions contemplated by this Agreement or its obligations hereunder. 17.2. Representations and Warranties of the City. The City represents and warrants to Sponsor that: it has the full power and legal authority to enter into and perform this Agreement in accordance with its terms; the execution and delivery of this Agreement on behalf of the City has been duly authorized; all necessary approvals for the execution, delivery, and performance by the City of this Agreement have been obtained; this Agreement has been duly executed and delivered by the City and constitutes a legal and binding obligation of the City enforceable in accordance with its terms; all votes, approvals and proceedings required to be taken by or on behalf of the City to authorize the City to execute and deliver this Agreement and to perform its covenants, obligations and agreements hereunder have been duly taken; the execution, delivery and performance of this Agreement by the City will not conflict with its articles of incorporation, by-laws or other charter and governing documents and will not conflict with or result in the breach or termination of, or constitute a default under, any lease, agreement, commitment or other instrument, or any order, judgement or decree, to which the City is a party or by which Sponsor is bound; it owns sufficient right, title and interest in and to the City Party Trademarks and to grant to the Sponsor the right and license to use the City Party Trademarks as contemplated by this Agreement; and the City is authorized to enter into this Agreement and to grant to Sponsor all of the rights, benefits, privileges and Entitlements contemplated to be granted to Sponsor hereunder. 18. Termination and Effect. 18.1. Either Party may terminate this Agreement without penalty at any time during the Term of this Agreement if, the other Party shall: 18.1.1. fail to make any payment of any sum of money herein specified to be made or promptly dispute any such payment in writing to the other Party, such Party shall be considered in default of this Agreement and the non-defaulting Party may terminate this Agreement if such payment is not made within thirty (30) days after the defaulting Party shall have received written notice of such failure to make payment; or 18.1.2. fail to observe or perform any of the material covenants, agreements or obligations hereunder (other than the payment of money), such Party shall be considered in default of this Agreement and the non-defaulting Party may terminate this Agreement if such default is not cured within forty-five (45) days after the defaulting Party shall have received written notice specifying in reasonable detail the nature of such default, or if such breach cannot be cured within the forty-five (45) day period and the Party 13 fails to (i) submit a cure plan reasonably acceptable to the non-defaulting Party and engage in best efforts to remedy such breach within such forty-five (45) day period and (ii) cure the breach within ninety (90) days following receipt of written notice specifying the nature of such breach. 18.2. In addition to the grounds for termination set forth in Section 18.1, the occurrence of any one or more of the following events or actions will constitute a default of this Agreement by Sponsor and will constitute grounds for termination of this Agreement by the City: 18.2.1. Sponsor (inclusive of its employees, officers, directors, managers, members, partners, owners, associates, licensees, successors, assigns, parties, and affiliates) (i) commits an offense, or becomes involved in any business or industry, involving moral turpitude under any Laws; (ii) does or commits any act or thing, or becomes involved in any business or industry, that, in the reasonable and good faith opinion of the City, is immoral, deceptive, scandalous or obscene or will tend to degrade, disparage, or impair the name, reputation, image, goodwill, proprietary rights, or integrity of Sponsor (or by reference or implication, the City or the BayCare Sound); (iii) does, or refrains from doing anything that would prejudice or negatively affect the reputations of the City (or the BayCare Sound) or the City’s employees, officers, directors, affiliates, subsidiaries, or parents; or (iv) becomes involved in any business or industry that prohibits the City from having a sponsorship relationship under any applicable Laws; 18.2.2. cessation of Sponsor to conduct business, or if Sponsor is subject to any attachment, execution or other judicial seizure or sale of any substantial portion of its assets, which is not discharged or revoked within ten (10) days thereof; 18.2.3. Sponsor’s assignment of this Agreement in violation of Section 34; or 18.2.4. an Insolvency Event occurs with respect to Sponsor. 18.3. In addition to the grounds for termination set forth in Section 18.1, Sponsor shall have the right to terminate this Agreement without penalty in the event that if, after taking good faith efforts, the Parties are unable to agree to substitute Entitlements pursuant to Sections 20 or 21. 18.4. In the event that this Agreement is terminated by the City for the default of Sponsor, the City shall be entitled to: (i) retain the Rights Fee that has been paid by Sponsor as of the date of termination; (ii) remove and destroy all Signage or materials displaying or containing Sponsor Party Trademarks at the sole cost and expense of Sponsor; (iii) enforce any other rights provided herein; (iv) seek to recover all damages and other sums available at law or in equity to which it is entitled with respect to Sponsor’s default; and (v) exercise any other right or remedy at law or in equity with respect to such Sponsor default. 18.5. In the event that this Agreement is terminated by Sponsor for the default of the City, Sponsor shall be entitled to: (i) enforce any other rights provided for herein with 14 respect to such City default; (ii) seek to recover all damages and other sums available at law or in equity to which it is entitled with respect to such City default; (iii) exercise any other right or remedy at law or in equity with respect to such City default; and (iv) receive a refund from the City of any prepaid unearned fees and Sponsor shall owe no further financial or other obligation to the City except for any fees that are due and owing at the time of the Agreement’s termination. 18.6. Failure to terminate this Agreement pursuant to this Section shall not affect or constitute a waiver of any remedies the non-defaulting Party would have been entitled to demand in the absence of this section, whether by way of damages, termination or otherwise. Termination of this Agreement for whatever reason shall be without prejudice to the rights and liabilities of either Party to the other in respect of any matter arising under this Agreement. 19. Rights After Expiration or Termination. Upon the expiration or termination of this Agreement, unless stated otherwise in this Agreement, the rights and obligations of the Parties under this Agreement shall cease immediately, including but not limited to, all of the rights of Sponsor to the use of the Name, the City Party Trademarks, and View Trademarks. Sponsor shall not thereafter make any use whatsoever of the Name, View Trademarks, or City Party Trademarks or make any other reference in advertising to the BayCare Sound, the View or the City. Notwithstanding the foregoing, however, the Parties may continue to distribute any existing printed materials if such materials were produced and printed only in reasonable anticipation of the requirements of the respective Parties for the Term, however the materials shall not be distributed for longer than forty-five (45) days after the expiration or termination of the Term. 20. Force Majeure. If either Party is delayed, prohibited, or materially impaired from performing any of its obligations set forth in this Agreement (other than a payment obligation hereunder) as a result of an act of God, adverse weather conditions, natural catastrophe, labor disputes, strikes, war, insurrection, terrorist action, government restrictions, civil commotion, riots, fire, flood, pandemics, epidemics, public health crisis or emergency, or other cause beyond the Parties’ reasonable control, then such Party’s failure to perform such obligation shall not constitute a breach of this Agreement and such Party shall be excused from performance of such obligation for a period of time equal to the period during which the force majeure event prevents such performance of the obligations hereunder so long as such Party gives the other Party prompt written notice of the cause of the delay. In the event the City is unable to perform its obligations to Sponsor, including providing the Entitlements identified in Exhibit B, as a result of a force majeure event, the City shall use its best efforts to provide those Entitlements to Sponsor following the force majeure event (but this right shall not survive after expiration or termination of the Term), or, if the Entitlements cannot be provided by the City, it shall engage in good faith discussions with Sponsor to determine sufficient “make good” rights which shall constitute a substitute for the Entitlements that were unable to be provided by the City. The Parties agree to work together in good faith to work out a mutually agreeable approach to providing Sponsor with the Entitlements. 21. Substitute Entitlements. Sponsor and the City acknowledge that, from time to time during the Term, certain of the Entitlements may become unavailable to Sponsor or become impossible to provide for a reason other than a force majeure event. In such event, the Parties shall engage 15 in good faith discussions to determine sufficient “make good” rights which shall constitute a substitute for the Entitlements that were unable to be provided by the City. 22. Compliance with all Laws. Each Party represents and warrants that it is currently and covenants that it shall be in compliance with all applicable Laws (including, but not limited to, all federal, state, local, law, statute, ordinance, rule, code, regulation, judgment, stay, provisions and conditions of permits, licenses, registrations, and other operating authorizations, and any judgment, opinion, or ruling of, any governmental authority, in each case, whether currently in effect or which may hereinafter be enacted as existing or amended) related to this Agreement throughout the Term. 23. Authority of each Party. The undersigned person executing this Agreement on behalf of each Party represents and certifies that he/she is the authorized representative of the respective Party and has been fully empowered, and all necessary action has been taken, to execute and deliver this Agreement. 24. Governing Law and Jurisdiction. This Agreement shall be governed by and interpreted in accordance with the laws of the state of Florida, without giving effect to the principles of conflicts of laws. Any dispute regarding this Agreement shall only be brought in either state court in Pinellas County, Florida, or in federal court in the Middle District of Florida. Each Party hereby irrevocably submits to the exclusive jurisdiction of either such court for purposes of any action arising out of this Agreement. Both Parties agree not to challenge this section, and not to attempt to remove or transfer any legal action outside of Florida for any reason. 25. Notices. Any notices required or permitted hereunder shall be considered as duly made if delivered by personal delivery in writing or by certified mail, postage-prepaid, return receipt requested to the Party for which it is intended. Notice delivered personally shall be deemed received upon actual receipt; notice sent by certified mail shall be deemed received on the date the return receipt is either signed or refused. Mailed notices shall be addressed to the Parties at the following address: City: 600 Cleveland Street Clearwater, FL 33755 Attn: Mayor’s Office and Clearwater City Council With a Copy to: 600 Cleveland Street Clearwater, FL 33755 Attn: Clearwater City Attorney’s Office Sponsor: Floridacentral Credit Union 3333 Henderson Blvd Tampa, FL 33609 Either Party may change their address and contact information at any time by providing written notice to the other Party. Both Parties agree to update their contact information as needed in the event of staffing changes. 16 26. Waiver. The failure of either Party at any time to demand strict performance by the other Party of any of the terms, covenants or conditions set forth herein shall not be construed as a continuing waiver or relinquishment thereof and each Party may at any time demand strict and complete performance by the other Party of such terms, covenants and conditions. 27. Severability. The provisions of this Agreement are divisible. If any such provision shall be deemed invalid or unenforceable, such provision shall be limited to the extent necessary to render it valid and enforceable, and the remaining provisions of this Agreement shall continue in full force and effect, without being impaired or invalidated in any way. 28. Survival. The provisions of this Agreement, which by their nature should apply beyond their terms, will remain in force after any termination or expiration of this Agreement. In addition, any undisputed payment obligation of either Party that (a) accrues or arises prior to or at the time of expiration or earlier termination of this Agreement and (b) that is contemplated under the terms of this Agreement to be paid after such expiration or earlier termination shall survive such expiration or earlier termination until paid. 29. Section Headings. Section headings and numbering contained herein are solely for the purpose of aiding in speedy location of subject matter and are not in any sense to be given weight in the construction of this Agreement. Accordingly, in case of any question with respect to the construction of this Agreement, it is to be construed as though such section headings had been omitted. 30. Contract Interpretation and Construction. Each Party recognizes that this is a legally binding contract and acknowledges and agrees that they have had the opportunity to consult with legal counsel of their choice. In the event an ambiguity or question of intent or interpretation arises, this Agreement shall be construed as though drafted by both Parties, and no presumption or burden of proof shall arise favoring or disfavoring one Party by virtue of the authorship of any of the provisions of this Agreement. 31. Public Records. All Parties hereto acknowledge that the City is a political entity in the State of Florida and as such is subject to the Florida Statutes and other Laws related to the keeping and access to public records. 32. Subservience. Notwithstanding anything to the contrary contained in this Agreement, this Agreement (as clarification, including, without limitation, all rights, benefits and any exclusivities) is subject tin all respects to all applicable Laws, including, but not limited to, the Clearwater Code of Ordinances and all present and future contracts entered into by, all other entities, governing bodies or organizations having jurisdiction over the rights and benefits granted to Sponsor herein. 33. Reservation of Rights. All rights not herein specifically granted to Sponsor by the City shall be and remain the property of the City to be used in any manner as it may deem appropriate. 34. Assignment. This Agreement and all rights and Entitlements granted under this Agreement by the City are personal to Sponsor and shall not be sold, assigned, sublicensed, pledged, encumbered or otherwise transferred (each, a “Transfer”), directly or indirectly, to any Person 17 (including, without limitation, to any affiliate of Sponsor) without the prior written consent of the City. In the event the City provides prior written consent of a Sponsor Transfer, then, as a condition of Transfer, the transferee shall assume in writing for the benefit of the City all obligations in respect of the rights assigned or transferred to such acquirer or successor under this Agreement pursuant to an instrument reasonably satisfactory to the City. Sponsor shall not Transfer this Agreement to an Affiliate of Sponsor, unless, in addition to the City’s prior written consent, Sponsor shall remain responsible for all obligations of Sponsor under this Agreement, and such Transfer shall not relieve Sponsor of any of its obligations under this Agreement. Any attempted Transfer of this Agreement or any of the rights or Entitlements granted under this Agreement, or of a controlling interest in Sponsor, is in violation of this Section shall be void and shall entitle the City to terminate this Agreement upon written notice of termination. The City shall have the right to Transfer this Agreement without the consent of Sponsor. In any such event, however, the City shall provide Sponsor with written notice no later than thirty (30) days before any such Transfer. 35. Amendments. This Agreement may not be amended, changed, or otherwise modified except by a written agreement signed by the Parties. 36. Entire Agreement. This Agreement, including all exhibits hereto, constitutes the entire agreement between the Parties with respect to the subject matter hereof and supersedes all prior agreements and understandings. All representations and negotiations relative to the matters contemplated by this Agreement are merged herein, and there are no contemporaneous understandings or agreements relating to the matters set forth herein other than those incorporated herein. 37. Counterparts and Facsimile/Electronic Execution. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be an original, and all of which, taken together, shall constitute one and the same instrument. The execution of counterparts shall not be deemed to constitute delivery of this Agreement by any Party until each of the Parties has executed and delivered its respective counterpart. Delivery of an executed counterpart of a signature page of this Agreement (and each amendment, modification and waiver in respect of it) by facsimile or other electronic transmission, including email, shall be as effective as delivery of a manually executed original counterpart of each such instrument. The rest of this page intentionally left blank. [Signature Page follows] 18 IN WITNESS WHEREOF, the Parties have executed this Agreement to be effective as of the date first written above. CITY SPONSOR Signature Signature Linh Dang Printed Name Printed Name President/CEO Title Title June 17, 2025 Date Date 19 EXHIBIT A Map of The View and The BayCare Sound 20 Category Exclusivity EXHIBIT B Entitlements • Exclusivity with the BayCare Sound, subject to the terms of this Agreement, in the Exclusive Category. View Naming Rights • Exclusive name of the View, to be known as the “Floridacentral Credit Union View” Launch Campaign • The City will organize a press release, with the contents of the press release to be mutually agreed upon by the Parties. o Sponsor representatives will be included in all public-facing campaign pieces (including, for example, quotes in press releases). Signage • Sponsor ID on main entrance identity signage/façade of the View • Sponsor ID on signage within the View • Sponsor ID on on-premise wayfinding signage for the View Digital Assets and Marketing Materials • Sponsor recognition on City and BayCare Sound websites, with the contents, form, and location of the recognition to be mutually agreed upon by the Parties. • Sponsor recognition on Imagine Clearwater emails, with the contents, form, frequency, and location of the recognition to be mutually agreed upon by the Parties. • Sponsor to be included in twelve (12) City social media posts per Contract Year. The timing, contents, and form of the social media posts to be mutually agreed upon by the Parties. Tickets and Hospitality • Use of the View up to one (1) time per Contract Year o Rental of the View to be on a non-Facility Manager Event day with the exact date and time to be mutually agreed upon by the Facility Manager, the City, and Sponsor. ▪ Sponsor shall provide at least three hundred sixty-five (365) days’ notice to Entity and the Facility Manager of the desired date of the event, at which time Entity and Facility Manager will notify Sponsor as to the View’s availability on that desired date. o The rental fee shall be waived for the above uses, but Sponsor shall be responsible for all other costs, including, without limitation, staffing, tech, food, and 21 beverage. Sponsor shall utilize the Facility Manager to provide staffing, tech, food, beverage, and other operational services. o If the use rights included in this section are not exhausted in any Contract Year, such rights shall expire at the end of such Contract Year and shall not rollover into any subsequent Contract Year. • Sponsor to receive four (4) View tickets to the 4th of July Fireworks per Contract Year subject to City’s ability to distribute View tickets for the event. • Sponsor to receive four (4) tickets to the Seafood and Blues Festival per Contract Year Additional Assets • Sponsor ID on tickets for the View, with location and size of inclusion to be mutually agreed upon by the Parties. 22 EXHIBIT C Rights Fee Contract Year Rights Fee Contract Year 1 (Installment 1) $35,000.00 Contract Year 1 (Installment 2) $35,000.00 Contract Year 2 $72,100.00 Contract Year 3 $74,263.00 Contract Year 4 $76,490.89 Contract Year 5 $78,785.62 Contract Year 6 $81,149.19 Contract Year 7 $83,583.66 23 EXHIBIT D Signage Customer Approval / Signature Signature: Date: Florida Central Credit Union 255 Drew St Clearwater, FL 33755 May 09, 2025 Site Plan Scope of Work: N01 N02 N03 N04 N05 N06 N07 N08 N09 N10 N11 Non-Illuminated Channel Letters - Mounted on Stand Off’s Non-Illuminated Channel Letters Interior Vinyl Logo Interior Vinyl Logo Vinyl Logo Vinyl Logo OR OPTIONAL Painted FCO acrylic Vinyl Logo (4) Vinyl Logo OR OPTIONAL Painted FCO acrylic (2) Exterior Vinyl Logo OR OPTIONAL Painted FCO acrylic (1) Logo Banner Non-Illuminated Channel Letters Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 2 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 3 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: 14'-3 1/2" N01 26” Non-Illuminated Reverse Channel Letters Linear - Mounted with Stand Offs Side View Scale: 3/4"=1'-0" Front Elevation Scale: 3/4"=1'-0" 21.51 Sq Ft General Specifications FC Letters: 3" deep non-illuminated reverse pan Alum. 3" deep w/ 2" standoffs Tagline: 1" deep FCO letters on 2" standoffs Install: Channel letters to be installed using min. 3/8” all thread fasteners (or approved equivalent) and wood blocking as required, 2” stand off spacers from wall surface - painted White to match wall Quantity: (1) ONE LETTERSET REQUIRED FOR EXTERIOR ELEVATION Reverse Channel Letter Section FCO Letter Section Color Specifications Color TBD Color TBD Pantone White unless otherwise specified All paint finishes to be Satin 9'-1 3/4" 3" 3'-0 1/2" 2'-2" 2'-10 3/8" Logo 7 5/8" 3'-1 5/8" 3” Letter Depth 3” Deep fabricated Aluminum reverse channel letter with .063" thick Aluminum returns 2” Stand off’s .080" thick welded Aluminum letter faces. ACM closed letterbacks 1” Letter Depth 1/4" Stud Threaded into Letter Mounted with Silicone 2” Stand off’s 1" Painted Acrylic Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 4 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note N01 Elevation Existing Condition Proposed Condition N02 18” Non-Illuminated Channel Letters Linear - Flush Mount Front Elevation Scale: 3/4"=1'-0" 21.51 Sq Ft Side View Scale: 3/4"=1'-0" General Specifications FC Letters: 3" deep non-illuminated reverse pan Alum. 3" deep Flush Mount Tagline: 1" deep FCO letters Flush Mount Install: Channel letters to be installed using min. 3/8” all thread fasteners (or approved equivalent) and wood blocking as required, Flush Mounted Quantity: (1) ONE LETTERSET REQUIRED FOR EXTERIOR ELEVATION Reverse Channel Letter Section FCO Letter Section Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 5 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: Color Specifications Color TBD Color TBD Pantone White unless otherwise specified All paint finishes to be Satin 9’-10 3/4” 6'-4" 3" 2’-1 1/4” 1’-6” 1’-11 3/4” Logo 5 1/4" 2’-2” 3” Letter Depth 3” Deep fabricated Aluminum reverse channel letter with .063" thick Aluminum returns .080" thick welded Aluminum letter faces. 1” Letter Dep 1/4" Stud Threaded into Letter Mounted with Silicone 1" Painted Acrylic th Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 6 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note N02 Elevation Existing Condition Proposed Condition FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 7 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements N03 Elevation Digital Print Vinyl Decal Elevation Scale: 1”=1'-0" Elevation Approx. Scale: 3/8”=1'-0" Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note Color Specifications Color TBD Color TBD Pantone White 3’-6” 5'-2" FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Scale: 1”=1'-0" N04 Elevation Digital Print Vinyl Decal Quantity: 2 Elevation Approx. Scale: 1/2”=1'-0" AllenIndustries YOUR BRAND AT ITS BEST'" 1-800-967-2553 www.allenindustries.com Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 8 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note Color Specifications Color TBD Color TBD Pantone White 6'-9 5/8" 6’-7 1/8” Clear Vinyl w/ Digitally Printed Graphic Elevation 1’-0” 1’-5 3/8” 1'-7 7/8" 3’-0” FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Color Specifications Color TBD Color TBD Pantone White N05 Elevation Digital Print Vinyl Decal 8" Clear Vinyl w/ Digitally Printed Graphic Elevation Scale: 3”=1'-0" Proposed Condition Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 9 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: N05 N06 N07 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 1’-0” Proposed Condition Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 10 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements N06 Elevation Digital Print Vinyl Decal Front Elevation Scale: 1 1/2”=1'-0" 5.54 Sq Ft Color Specifications Color TBD Color TBD Pantone White N05 N06 N07 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 3'-2" 1'-9" Proposed Condition Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 11 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production Digital Printed Graphic on Painted 1/4" thick FCO Acrylic OPTION 1 N06 Elevation Painted 1/4" thick FCO Acrylic *SHARP CORNERS MAY NEED TO BE ROUNDED OFF FOR MANUFACTURING AND SAFETY PURPOSES PAINTED FCO ACRYLIC Painted 1/4" thick FCO Acrylic Front Elevation Scale: 1 1/2”=1'-0" 3'-0" 5.54 Sq Ft DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Color Specifications Color TBD Color TBD Pantone White N05 N06 N07 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 1'-6 7/8" 0'-8 1/2" 2 1/2" FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Color Specifications Color TBD Color TBD Pantone White N07 Elevation Digital Print Vinyl Decal 8" Clear Vinyl w/ Digitally Printed Graphic Elevation Scale: 3”=1'-0" Proposed Condition Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 12 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: N05 N06 N07 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 1’-0” FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements 3'-2" N08 Elevation Digital Print Vinyl Decal Front Elevation Scale: 1 1/2”=1'-0" 5.54 Sq Ft QTY: (1) On far side of pillar 8" Elevation Scale: 3”=1'-0" Clear Vinyl w/ Digitally Printed Graphic QTY: (3) On 3 sides of pillar Proposed Condition Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 13 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: Color Specifications Color TBD Color TBD Pantone White Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 1'-9" 1’-0” Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 14 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production Digital Printed Graphic on Painted 1/4" thick FCO Acrylic OPTION 1 N08 Elevation *SHARP CORNERS MAY NEED TO BE ROUNDED OFF FOR MANUFACTURING AND SAFETY PURPOSES PAINTED FCO ACRYLIC Painted 1/4" thick FCO Acrylic Front Elevation Scale: 1 1/2”=1'-0" 3'-0" 5.54 Sq Ft QTY: (1) On far side of pillar Elevation Digital Printed Graphic on painted 1/4" thick FCO Acrylic QTY: (3) On 3 sides of pillar Scale: 3”=1'-0" Proposed Condition Color Specifications Color TBD Color TBD Pantone White Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements 1'-6 7/8" 0'-8 1/2" 2 1/2" Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 15 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note N09 Elevation Digital Print Vinyl Decal Proposed Condition 6'-9 5/8" Elevation Scale: 1”=1'-0" Quantity: 2 QTY. 2 Clear Vinyl w/ Digitally Printed Graphic Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note 6’-7 1/8” Color Specifications Color TBD Color TBD Pantone White 1’-0” 1’-5 3/8” 1'-7 7/8" Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 16 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: 1’-5 3/8” FIELD SURVEY REQUIRED Prior to Release to Production OPTION 1 N09 Elevation Digital Printed Graphic on Painted 1/4" thick FCO Acrylic 6’-7 1/8” *SHARP CORNERS MAY NEED TO BE ROUNDED OFF FOR MANUFACTURING AND SAFETY PURPOSES PAINTED FCO ACRYLIC Quantity: 2 QTY. 2 Painted 1/4" thick FCO Acrylic Proposed Condition DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note Color Specifications Color TBD Color TBD Pantone White Scale: 1”=1'-0" Elevation 1’-0” 1 1/8" Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 17 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production 50” DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements N10 N11 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note N10 Elevation Digital Print Banner Mesh Digitally Printed Banner Elevation Scale: 1/4”=1'-0" Proposed Condition Color Specifications Color TBD Color TBD Pantone White 3’-0” Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 18 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: 6'-4 1/8" N11 18” Non-Illuminated Channel Letters Stacked - Flush Mount Front Elevation Scale: 1”=1'-0" 21.1 Sq Ft Side View Scale: 1"=1'-0" General Specifications FC Letters: 3" deep non-illuminated reverse pan Alum. 3" deep Flush Mount Tagline: 1" deep FCO letters Flush Mount Install: Channel letters to be installed using min. 3/8” all thread fasteners (or approved equivalent) and wood blocking as required, Flush Mounted Quantity: (1) ONE LETTERSET REQUIRED FOR EXTERIOR ELEVATION Reverse Channel Letter Section FCO Letter Section Color Specifications Color TBD Color TBD Pantone White unless otherwise specified All paint finishes to be Satin 3" 3'-4" 1'-6" 5 1/4" 1'-6" 3” Letter Depth 3” Deep fabricated Aluminum reverse channel letter with .063" thick Aluminum returns .080" thick welded Aluminum letter faces. 1” Letter Dep 1/4" Stud Threaded into Letter Mounted with Silicone 1" Painted Acrylic th Existing Condition N11 Elevation Proposed Condition AllenIndustries YOUR BRAND AT ITS BEST'" 1-800-967-2553 www.allenindustries.com Copyright © 2023 Allen Industries, Inc. This is an original, unpublished drawing, created by Allen Industries, Inc. This drawing is submitted to you in confidence for your use solely in connection with the project being planned for you by Allen Industries, Inc. and is not to be shown to anyone outside your organization, nor used, reproduced, copied or exhibited in any fashion whatsoever. The designs shown on the drawing (except for any registered trademarks that may belong to a client of Allen Industries, Inc.) remain the property of Allen Industries, Inc. Client: Florida Central Credit Union Date: 03/29/25 Estimate #: Job #: - Page #: 19 of 19 # 7 8 9 10 11 12 Date - - - - - - Description customer changes - - - - - Initial NM - - - - - Client Review Status Allen Industries, Inc. requires that an approved drawing be obtained from the client prior to any production release or production release revision. E22916 File Name: FCCU-E22916_Clearwater, FL_107 Address: 255 Drew St. Clearwater, FL 33755 Sales: House Design: CTT PM: US Client Signature: Approval Date: FIELD SURVEY REQUIRED Prior to Release to Production N11 N10 Photo Elevation depiction intended for general concept illustration. Colors as shown are as close to information provided and may vary from supplied image. Proposed Graphics Note DESIGN INTENT ONLY Engineering Required to Determine Actual Production & Installation Requirements The Superlative Group, Inc. 2843 Franklin Blvd. Cleveland, OH 44113 Professional Services Agreement This agreement ("Agreement") is entered into on 341 121OA("Effective Date") and sets forth the terms and conditions between The Superlative Group, Inc. ("Superlative"), an Ohio Corporation located at 2843 Franklin Blvd. Cleveland, Ohio 44113 and The City of Clearwater, Florida (the "Client" or City"), located at Post Office Box 4748, Clearwater, FL 33758-4748 with respect to naming rights and sponsorship valuation and sales services to be provided by Superlative in connection with the marketable opportunities associated with the Client's marketable assets, including, without limitation, Coachman Park the "Assets"). A map of Coachman Park is set forth in Exhibit C, which is hereby incorporated into this Agreement. Throughout this Agreement, Superlative and the Client shall be referred to individually as a Party" and collectively as "The Parties." For purposes of this Agreement, reference to Client shall also include its affiliate entities that will be entering into Sponsorship Agreements (defined in Section 2) pursuant to this Agreement. The Parties have agreed as follows: 1. Services: During the Term (defined in Section 4), the Client hereby retains Superlative to serve as the exclusive sponsorship and naming rights representative of the Client with respect to the valuation and sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets ("Services"). The scope of Services is further described in Exhibit A, which is attached to and incorporated as part of this Agreement by reference. Superlative agrees to use its diligent efforts, consistent with its own business judgment, in carrying out its obligations under this Agreement. 2. Sponsor/Sponsorship Agreement: Each entity secured by Superlative that subsequently enters into a "Sponsorship Agreement" (defined below) with the Client shall be referred to as a "Sponsor." If any entity, including any charitable corporate foundation related to any Sponsor, elects to make a contribution in support of the Assets, then subject to the terms of the applicable Sponsorship Agreement, such entity making the contribution shall also be deemed a Sponsor and the contribution shall be deemed consideration in connection with the Assets. Those contracts or agreements, including renewals, extensions and modifications thereof, by which any party enters to receive sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets are herein referred to as "Sponsorship Agreements." 1 3. Authority to Bind: Superlative agrees that Superlative shall not have any right to bind or commit the Client in any way. Any arrangement or understanding binding the Client, or by which any Sponsor obtains any rights or benefits in connection with the Assets and the Client, shall be set forth in a written agreement approved by the Client and executed by the Client and the Sponsor involved. The Client shall provide Superlative with a copy of this agreement and any modification or renewal thereof effected at any time. 4. Term: The "Phase I Term" ofthis Agreement shall commence on the Effective Date and expire upon Superlative's delivery ofthe Valuation Report. The "Phase II Term" ofthis Agreement, iftriggered, shall commence upon the Client delivering Superlative a written notice to proceed to Phase II sales services, as set forth in Section 6 of this Agreement, and shall continue for eighteen (18) months, unless extended in accordance with this Agreement. The Parties further agree, however, that the Parties shall have the right through written, mutual agreement, no later than sixty (60) days before the expiration of the Phase II Term, to renew and extend the Phase II Term hereoffor successive twelve (12) month periods Extended Term"). Individually or jointly, the Phase I Term and the Phase II Term may be referred to herein as the "Term." 5. Consideration: 5.1. As consideration to Superlative for the Services of Superlative as described herein, the Client agrees to pay to Superlative as follows: a) Phase I Asset Valuation Services: a professional services fee in the amount of Sixty Thousand USD ($60,000) ("Professional Services Fee"). The Professional Services Fee shall be paid in two installments. The first installment shall be paid to Superlative in the amount of Thirty Thousand USD ($30,000) upon completion of a site visit by Superlative and Superlative's delivery of the information request. The second installment shall be paid to Superlative in the amount of Thirty Thousand USD 30,000) upon delivery by Superlative of the first draft of the valuation report in relation to the Assets (the "Valuation Report"); and b) Phase II Naming Rights and Sponsorship Sales Services. In the event Client provides Superlative with a written notice to proceed to Phase II sales services (in accordance with Section 6), Client shall also, in its written notice to proceed, choose one of the payment options listed in Sections 5.1(b)(i) or 5.1(b)(ii) that it desires for Phase II sales services and such payment option shall constitute the payment terms for the Phase II sales services. i) Option 1 1. Five Thousand Five Hundred USD ($5,500) per month for the Phase II Term Retainer") to be payable within the first five (5) days of each month immediately following Superlative's receipt of the notice to proceed as outlined in Section 6 below; and 2. Twenty Percent (20%) commission on Sponsorship Income 2 OR ii) Option 2 1. Seven Thousand Five Hundred USD ($7,500) per month for the Phase II Term Retainer") to be payable within the first five (5) days of each month immediately following Superlative's receipt ofthe notice to proceed as outlined in Section 6 below; and 2. Fifteen Percent (1 5%) commission on Sponsorship Income 5.2. Client shall reimburse Superlative for all pre -approved travel and expenses at cost. 5.3. Any and all consideration, as stated in this Section 5, owed to Superlative pursuant to this Agreement that is derived from Sponsorship Income, and Client's obligation pay such consideration, shall survive the termination or expiration of this Agreement. Client's obligation to pay any Professional Services Fee and Retainer payments shall also survive the termination or expiration of this Agreement, in the event that such payments have not been paid upon the termination or expiration of this Agreement. 6. Completion of Phase I/Valuation and Initiation of Phase II/Sales Services: Superlative shall use commercially reasonable efforts to deliver the final draft ofthe Valuation Report to the Client within four 4) months of the Effective Date, unless otherwise agreed to by the Parties. The delivery of the final draft of the Valuation Report shall not be unreasonably conditioned or delayed by Client. In the event that the Client unreasonably conditions or delays the delivery of the Valuation Report, the delivery period, as set forth in this Section 6, shall be extended for the period of time in which the final draft was conditioned or delayed by the Client. Client shall have no obligation to proceed with Phase II sales services in connection with the Assets. In the event Client decides to proceed with Phase II sales services in connection with the Assets, it shall provide Superlative with a written notice to proceed, which notice is to occur upon a date to be mutually agreed upon by the Parties after the delivery of the final draft of the Valuation Report. Upon receipt of such notice to proceed, Superlative shall initiate the Phase II sales services in connection with the Assets. 7. Sponsorship Income: 7.1. As used herein, "Sponsorship Income" shall mean all amounts paid or payable by or on behalf of any entity as consideration for the right to receive any sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets, regardless ofwhether such amounts are paid during the Term hereof or during any period following the last day of the Term, pursuant to: a) Any Sponsorship Agreement which is executed with a Sponsor during the Term ofthis Agreement; 3 b) Any Sponsorship Agreement which is executed within twelve (12) months following the expiration or termination of the Tenn hereof with any entity that was previously solicited by Superlative to become a Sponsor and with which Superlative had conducted good -faith discussions concerning the possibility of such entity becoming a Sponsor; and c) Any renewal, extension or modification of any such contract or agreement, as described in sections 7.1(a) and 7.1(b) immediately above. 7.2. If any entity set forth in Section 7.1 shall provide the Client with any "in-kind" consideration (for example, products, services, advertising commitments, etc.), then such in-kind consideration shall be considered "Sponsorship Income" and shall be commissionable to Superlative at the rate described in Section 5 above. In-kind consideration shall be valued at the valuation set forth in the relevant Sponsorship Agreement, or if there is no such valuation, at the fair market value thereof. 8. Collection of Sponsorship Income: The Client shall be solely responsible for and shall directly collect all Sponsorship Income. Client will remit any commission owed on Sponsorship Income to Superlative within thirty (30) days of receipt of Sponsorship Income. Any payments shall be made by check payable to "The Superlative Group, Inc." at the address set forth herein. At the time of payment to Superlative, the Client shall supply Superlative with a statement showing the identity of the entity that made payment, the amount paid, the date of receipt, and the calculation of commission payable to Superlative. 9. Exclusivity: Superlative shall serve as the exclusive naming rights and sponsorship valuation and sales agent of the Client to value and sell sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets during the Term of this Agreement. 10. Progress Meetings: Representatives of Superlative will make themselves available to meet with senior Client executives on a periodic basis to assess the progress of the Services, and at such time Superlative will provide the Client with Superlative's opinions and recommendations for obtaining a successful outcome for the naming rights and sponsorship sales. 11. Record Keeping: Each Party agrees that it will keep accurate and complete records and books of accounts showing all income it receives relating to this Agreement. Each Party or its representatives shall have the right at all reasonable times (prior to the expiration of two (2) years after the end of the Term) to inspect and make copies of the books and records of the other Party so far as such books and records shall relate to the computation of amounts to be paid to Superlative and the Client hereunder. 12. Partnership/Joint Venture: This Agreement does not constitute and shall not be construed as constituting a partnership or joint venture between the Client and Superlative. Neither Party shall have any right to obligate or bind the other Party in any manner whatsoever, and nothing herein contained shall give or is intended to give any rights of any kind to any third person. 4 13. Ownership of Proprietary Information: This Agreement does not constitute and shall not be construed as constituting the transfer or assignment ofany proprietary information from Superlative to the Client. Superlative shall retain the ownership rights to all proprietary information that it owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, trade secrets, technology, formulas, calculations, algorithms, or information pertaining to business operations and strategies, and information pertaining to customers and pricing. 14. Intellectual Property Rights. This Agreement does not constitute and shall not be construed as constituting the transfer or assignment of any intellectual property between the Parties, unless set forth otherwise in this Agreement. The Parties shall retain ownership right, title, and interest to all intellectual property that they owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, copyrights, patents, trademarks, and service marks. 15. Client Indemnification: The Client shall indemnify, save and hold harmless Superlative, its affiliates, their respective officers, directors, employees, shareholders, and any of them, from and against any and all expenses, damages, claims, suits, actions, judgments, and liabilities ("Claims") arising out of, or in any way connected with, (a) the negligent act or omission or willful misconduct ofthe Client and its employees relating to this Agreement, (b) the negligent or unlawful use of the Asset by, or activities of, the Client and its employees, related to or connected with Client, or (c) breach by the Client of any representation or warranty ofthe Client herein set forth. In the event that Claims arise from the concurrent negligence of Client and Superlative, the duty to indemnify shall be limited to the extent of the negligence of Client and its employees. Notwithstanding the foregoing, this Section 15 shall not apply to any claims, suits, actions, judgments, liabilities, and any costs, expenses, and damages resulting therefrom, between the Parties. Furthermore, this Section 15 shall survive the termination or expiration of this Agreement. Nothing contained herein is intended to serve as a waiver by Client of its sovereign immunity, to extend the liability of Client beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by Client to the sued by third parties. 16. Superlative Indemnification: Superlative shall defend, indemnify, save and hold harmless the Client, its affiliates, their respective officers, directors, employees, shareholders, representatives, contractors and agents, and any of them, from and against any and all expenses, damages, claims, suits, actions, judgments, liabilities and costs whatsoever (including attorneys' fees and expenses of attorneys retained by Superlative) ("Claims") arising out of, or in any way connected with, (a) the negligent act or omission or willful misconduct of Superlative, its employees, agents, representatives and contractors relating to this Agreement, (b) the negligent or unlawful use of the Asset by, or activities of, Superlative, its employees, agents or contractors, related to or connected with the Superlative, or (c) breach by Superlative of any representation or warranty of Superlative herein set forth. In the event that Claims arise from the concurrent negligence of Superlative and Client, the duty to indemnify shall be limited to the extent of the negligence of Superlative, its employees, agents, representatives and contractors. Notwithstanding the foregoing, this Section 16 shall not apply to any claims, suits, actions, judgments, liabilities, and any costs, expenses, and damages resulting therefrom, between the Parties. Furthermore, this Section 16 shall survive the termination or expiration of this Agreement. 17. Force Majeure: If either Party is delayed, prevented, prohibited, or materially impaired from performing any of its obligations under this Agreement (other than a payment obligation hereunder) as a result ofa force majeure event, including, but not limited to, acts ofGod, adverse weather conditions, natural 5 catastrophe, labor disputes, strikes, war, insurrection, terrorist action, government restrictions, civil commotion, riots, fire, flood, pandemics, epidemics, public health crisis or emergency, or other cause beyond the Parties' reasonable control, then such Party's failure to perform such obligation shall not constitute a breach of this Agreement and such Party and shall be excused from performance of such obligation for a period of time equal to the period during which the force majeure event delays, prevents, prohibits, or materially impairs such performance. Notwithstanding the foregoing, a force majeure event does not include any changes in general economic conditions such as inflation, interest rates, economic downturn or other factors of general application; or an occurrence that merely makes performance more difficult or expensive. 18. Damages: Except in regard to Sections 15 and 16 of this Agreement, under no circumstance shall Superlative or the Client be liable to the other Party or any other person or entity for special, incidental, consequential or indirect damages, loss of good will, or exemplary or punitive damages. In addition, and without prejudice to the foregoing, Superlative's total liability to the Client shall not exceed the total sums paid by the Client under this Agreement in respect of the Services, and Client's total liability to Superlative shall not exceed the total sums payable to Superlative under this Agreement. 19. Transfer/Assignment: Neither Party shall assign or otherwise transfer this Agreement, nor any rights or obligations hereunder, except upon receipt of the prior express written approval ofthe other Party hereto. 20. Governing Law and Venue: This Agreement shall be governed and construed according to the laws of the State of Florida without regard to conflict of laws. Any action brought by either Party shall lie in Pinellas County Florida. 21. Construction: Superlative and the Client hereby acknowledge that both Parties participated equally in the negotiation of this Agreement and that, accordingly, in interpreting this Agreement, no weight shall be placed upon which Party hereto or its counsel drafted the provision being interpreted. 22. Severability: The provisions of this Agreement are divisible. If any such provision shall be deemed invalid or unenforceable, such provision shall be limited to the extent necessary to render it valid and enforceable, and the remaining provisions of this Agreement shall continue in full force and effect, without being impaired or invalidated in any way. 23. Survival: Provisions of this Agreement, which by their nature should apply beyond their terms, will remain in force after any termination or expiration of this Agreement including, but not limited to, this Section 23 and the following provisions: Section 5.3, Section 8, Section 11, Section 13, Section 14, Section 15, Section 16, Section 18, Section 20, Section 21, Section 22, Section 25, Section 26, and Section 28. 24. Reserved. 25. Waiver: No failure to exercise, or delay in exercising, any rights, remedy, power, or privilege arising from this Agreement operates or may be construed as a waiver thereof or any other right, remedy, power, or privilege. No single or partial exercise of any right, remedy, power, or privilege hereunder precludes any other or further exercise thereof or the exercise of any other right, remedy, power, or privilege. 6 26. Entire Agreement: This Agreement, including all exhibits, schedules, and any documents or instruments incorporated herein by reference constitutes the sole and entire agreement of the Parties with respect to the subject matter hereof, and supersedes all prior or contemporaneous understandings, agreements, negotiations, representations and warranties, and communications, both written and oral, between the Parties with respect to the subject matter hereof. 27. Amendment: This Agreement may be amended from time to time only upon a written agreement between the Parties. 28. Counterparts. This Agreement may be executed in two (2) or more counterparts (including, without limitation, by means of an electronic or facsimile signature), each of which shall be deemed an original, but all of which, when together constitute one and the same instrument. 29. Public Records: Superlative (hereinafter "contractor" in this section 29 only) will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. Contractor shall comply with the following: a) Keep and maintain public records required by the City ofClearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession ofthe 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 ofthe 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 7 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. 30. E -Verify: Superlative and its subcontractors shall register with and use the E -Verify system to verify the work authorization status of all newly hired employees. Superlative will not enter into a contract with any subcontractor unless each Party to the contract registers with and uses the E -Verify system. Subcontractor must provide Superlative with an affidavit stating that subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Superlative shall maintain a copy of such affidavit. Client may terminate this contract for any violation of this subsection (g). See Section 448.095, Florida Statutes (2020). 31. Termination. 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 either Party'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 illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. 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 ofthe 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 ofthe non -defaulting Party to provide notice of the default does not waive any rights under the Agreement. 32. Insurance Requirements are set forth in Exhibit B, which is incorporated by reference and attached hereto. 8 If the foregoing is satisfactory. please indicate your agreement by signing at the place provided below. Sincerely. Read and Agreed: The Superlative Group. Inc. Kyle Canter Chief Operating Officer 2843 Franklin Blvd. Cleveland, OH 44113 Countersigned: CITY OF CLEARWATER a -R Frank Hibbard Jon Jennings Mayor City' Manager Approved as to form: Attest: wen Kohler Assistant City Attorney eiLei•UKAAA:, 4ie Rosemarie Call City Clerk 9 kos IISHIrf' EXHIBIT A SCOPE OF SERVICES Project Methodology, Approach & Timeline PHASE I: ASSET INVENTORY & VALUATION During Phase I, our team of Valuation specialists identify and value all of the assets that the City of Clearwater's Coachman Park ("Coachman Park") has available to generate revenue. Our Valuation process includes five key components: 1) Quantitative Analysis; 2) Qualitative Analysis; 3) Contract & Policy Analysis; 4) Industry Benchmarking; and 5) Prospect Identification. Each component is briefly summarized in the following pages. QUANTITATIVE ANALYSIS Quantitative Benefits reflect the ability to effectively measure the return on investment that Coachman Park partners can expect to receive. These include the direct, or tangible, benefits available to the partner. Quantitative Benefits typically form a significant portion of fair market value because each item is quantifiable and guaranteed to the partner. Quantitative Benefits are separated into several categories including: Property Media Buys; Signage Benefits; Print Marketing Collateral; Social and Digital Media Exposure; and Display Opportunities. The first step in identifying quantitative value is by studying real-world media value in the marketplace. This involves understanding the total number of possible impressions available through each asset that reaches the target audience. We identify television, signage, print, digital and social media exposure and then scale impressions for each asset from "valued impressions" to "waste impressions," adjusting the media value accordingly. Standard discount rates range between 10 and 75 percent depending on the type and quality of exposure. Quality of exposure is determined by: How prevalent the partner's ID (Name) is through the exposure period; and 10- The impact of its placement with its intended audience. Our specialists then use pre -impression, or rate -card, values to assign a price or value to each benefit identified. CPMs used for this purpose are culled from local, regional and national advertising rates depending on the scope of the opportunity. Typical CPMs can range from $2.50 for online exposure to 15 for large format out -of -home digital signage. They also represent the most accurate metric by which to determine exposure value for any particular Naming Rights or sponsorship asset. Our quantitative analysis also includes an assessment ofthe value of engaging the target audience and the quality ofexposure received. Understanding the value of each impression with respect to a specific demographic or target audience is an important component. For example, a target student demographic of 18- to 21 -year-old females may be considered a "premium audience" by one partner, while another may be trying to reach 35- to 54 -year-old males. Our valuation is adjusted accordingly for each opportunity and asset. The final aspect of our quantitative assessment is identifying the costs of engaging the target audience and achieving high-quality exposure. This includes an assessment ofthe cost of delivery (to the partner) and may include direct costs (installing a hard sign), overhead costs (maintaining a media platform) or development costs. QUALITATIVE ANALYSIS Qualitative Benefits, or intangible benefits, enhance the value of Naming Rights and sponsorships and typically fall outside traditional media platforms making them difficult to quantify. Superlative classifies Qualitative Benefits into five distinct categories based on its extensive experience selling, negotiating and auditing Naming Rights and corporate sponsorships: Prestige of Property; Value of Audience; Opportunity to Activate; Partner Protection; and Geographic Reach. Functionally, Qualitative Benefits represent the premium value Naming Rights and sponsorships demand over alternative marketing investments. By simplifying intangible benefits into the above five categories, Superlative is able to effectively justify premium Naming Rights and sponsorship value by focusing on the qualitative aspects of an opportunity that align with the objectives of a corporate marketer. CONTRACT & POLICY ANALYSIS As part of its analysis, Superlative conducts a thorough contract review prior to completing every Phase I report. The goal of this process is to establish a list of any limitations, processes or existing policies that affect a contract. Then Superlative develops a strategy to minimize the effects of those limitations and maximize all of the identified opportunities through a logical priority assessment. Not only are prices, fulfillment obligations and relative value for each party reviewed, but also values against similar contracts with other entities. The value ofNaming Rights and sponsorships to Coachman Park will be inhibited by any pre-existing contracts relating to Naming Rights and corporate sponsorships. A thorough understanding of Coachman Park's existing advertising contracts will assess the impact that existing agreements place on new Naming Rights and sponsorship agreements. 11- The project team spends time early in the project reviewing all relevant statutes, signage regulations and rules to ensure that Coachman Park marketing opportunities, within context of established guidelines, are understood. Superlative remains in close contact with Coachman Park's legal and executive teams to ensure that the asset database is being developed in a manner that is consistent with Coachman Park's existing policy regarding assets for marketing purposes. INDUSTRY BENCHMARKING Superlative maintains an extensive database of Naming Rights and sponsorship agreements that is continuously updated and includes, but is not limited to, Naming Rights and sponsorship contracts from theaters, arenas, park districts, municipalities, convention centers, stadia, transit agencies, Departments of Transportations, universities and nonprofit organizations. Once our Valuation specialists have developed the asset database and determined the Naming Rights and corporate sponsorship value for each opportunity and asset, a list of similar sponsorship contracts, including their terms, associated fees and other pertinent details, is compiled for each asset. The goal ofthis process is to identify not only the fair market value ofeach Naming Rights and sponsorship opportunity, but also the minimum (floor) and maximum (ceiling) revenue garnered in the marketplace by similar organizations. Each Naming Rights and sponsorship asset is presented in this manner in our final Phase I report. PROSPECT IDENTIFICATION As a final step, Superlative draws upon its extensive background in Naming Rights and sponsorship sales and its proprietary database to outline prospective partners for each marketable opportunity. This database includes both category identification and major corporate partners within each category. In our experience, optimum revenue generation is attained when there is a comprehensive understanding of: The inventory available; and How that inventory aligns with the needs of potential partners. Superlative's experience in identifying and documenting marketing rights, combined with our knowledge of (and relationships with) large corporations, will give Coachman Park the tools to ensure the maximum revenues are leveraged out of every corporate partnership. 12- OPTIONAL PHASE II: STRATEGIC SALES CAMPAIGN DEVELOPMENT Superlative's main priority is to generate maximum revenue for our clients. Upon completion of Phase I, Superlative recommends immediately moving forward with a strategic sales campaign, beginning with the client's most valuable opportunities. Prioritizing assets in this manner ensures optimum revenue generation by taking the largest asks to market first. To ensure that coverage is comprehensive, Superlative uses a systematic approach to contact marketing partners. PROSPECTING Collaborate closely with Coachman Park's leadership and development teams on recommendations they may have; Exhaust Superlative's contact database ofthousands ofcorporate contacts, which is continually updated; Identify and research prospective corporations through various subscribed databases to match the marketing needs of corporations with the logical and most valuable marketing assets of Coachman Park; Promote sales campaign with a description of Coachman Park's initiatives through a myriad of resources; Create presentation material that will provide specific information for potential investments and/or partnerships with Coachman Park as part ofthe Naming Rights or sponsorship program, including: o Market/Demographic data; o Measured media value; o Value justification for unmeasured media; o Sponsorship benefits and options; o Options for renewal; and o Financial investment. NEGOTIATING AND COMPLETING AGREEMENTS Superlative will assist in any way that is comfortable for Coachman Park. Superlative's executives can be the upfront negotiator or advise Coachman Park stakeholders, depending on your desire and needs. PRESENT AGREEMENTS TO THE CITY AND THE MEDIA Superlative is well versed in the appropriate procedures for announcements to local and national media outlets. Superlative will work with Coachman Park to accurately present a negotiated Naming Rights and sponsorships to the appropriate executives and media. It is important that Naming Rights and sponsorships be communicated accurately, both financially and politically, while being cognizant of objections and concerns. CONTRACT FULFILLMENT Superlative will work with Coachman Park to develop a system that accurately tracks the status of newly developed Naming Rights and corporate sponsorships. Our experience shows that contract fulfillment requires participation from development, legal and accounting functions to ensure high-quality partner relationships. MANAGE AND AUDIT ONGOING RIGHTS Superlative establishes post -contract review mechanisms to ensure that all benefits owed to Coachman Park are captured and that the organization is meeting its obligations under these contracts. Superlative is a strong advocate of audits, especially when payments are performance based. 13- ACTIVATION AND AUDIT (TERM OF AGREEMENT) After delivery of a campaign agreement, the project team will assist Coachman Park in the activation and compliance of each aspect of that agreement. Specifically, Superlative will: Finalize agreement terms and conditions; Assist Coachman Park with the first year of activation of each Naming Rights and/or sponsorship; Assist in the development of payment schedules and compliance issues; and Provide other services as requested by Coachman Park. PROGRESS REPORTS Superlative understands that effective communication with the client is a critical part of successful project delivery. As part of our standard reporting procedure, we use template reports to provide sales updates: Following all meetings with target companies regarding any Naming Rights, corporate sponsorship or revenue -potential opportunity; On a monthly basis, to provide Coachman Park an update on activity during the period. We discuss these periodic sales update reports on a scheduled conference call. Reports are prepared in a template and serve as a record of discussion during sales meetings and log the following project details. Generally, our progress reports include the following information: Project timescales and sale priorities Status of progress of deliverables in Scope of Services Status of all activities, events and efforts Summary of meetings and presentations Summary of activity regarding market interest and feedback Summary of communications with potential partners Any deviations from project deliverables or schedule Plan of activities for next 30 days The Superlative Group will agree to the format with Coachman Park's project team as part ofour project initiation process. 14- PROJECT TIMELINES Superlative understands that every client situation in unique, and our sales and marketing process allows for flexibility and customization depending on Coachman Park's specific needs. For our engagement, Superlative will complete the following steps: PHASE I VALUATION (3-4 months, immediately following contract execution) WEEKS 1— 4 KICKOFF MEETING AND SITE VISITS. Site visits are undertaken as soon as possible to view the assets being valued and kick-start the asset research process. Our valuation team will compile a digital inventory of images and renderings that will be referenced during the valuation process and used in development of promotional materials for the sales implementation process. Concurrent with our site visit, Superlative requests a kickoff meeting at Coachman Park's offices to introduce our team in person, identify project leads and go over timelines and responsibilities. GATHERING OF PRELIMINARY INFORMATION. Upon appointment as sales agents on any new engagement, The Superlative Group carries out initial research to review relevant documentation such as strategic plans, design briefs and project renderings to gain an in-depth knowledge of the project and make an accelerated start on our asset identification process. Upon completion of our site visit, Superlative will send Coachman Park staff a detailed Information Request that identifies the key pieces of information that we would like to review as part of our valuation process and present our initial thoughts on the structure ofthe final report. We will schedule a follow-up call to answer any questions pertaining to our request to facilitate and expedite the information gathering process. WEEKS 5 — 8 RECEIPT AND REVIEW OF INITIAL INFORMATION. Superlative allows 2-3 weeks for receipt of the bulk of information requested of Coachman Park, although this process will likely continue until the report is finalized, and potentially, throughout the strategic sales process as Superlative obtains interest from potential partners. In most cases, Superlative secures most of what it needs to begin building Coachman Park's asset database by Week 6. DEVELOPMENT OF ASSET DATABASE. Concurrently, Superlative's valuation specialists begin compiling Coachman Park's assets and determining their quantitative value based on local, regional and national media rates. 15- QUALITATIVE ASSESSMENT OF NAMING RIGHTS & SPONSORSHIP ASSET VALUE. Our valuation team conducts original research to ascertain the intangible value of Coachman Park's Naming Rights and sponsorship opportunities when compared to other, similar properties, using annual reports, press releases and other relevant information provided by Coachman Park as well as Superlative's proprietary database of Naming Rights and sponsorship contracts. WEEKS 9 —12 CONTRACT REVIEW. Once Superlative has determined the Naming Rights and sponsorship value for Coachman Park assets, packages are compared to the existing Coachman Park Naming Rights and sponsorship agreements. A database of potential challenges and limitations that could potentially impact revenue generation is created, from both external (e.g., signage restrictions) and internal (e.g., category restrictions like tobacco or alcohol) processes. INDUSTRY BENCHMARKING AND PROSPECT IDENTIFICATION. Drawing upon its proprietary database, Superlative builds a list of comparable Naming Rights and sponsorship contracts relevant to each Coachman Park opportunity. This list is also used to identify target partner entities along with input from the Superlative sales team. EXECUTIVE REVIEW. Superlative conducts an extensive internal review process where senior leadership has an opportunity to weigh in on potential contract value and overall program revenue potential, lending insight critical insight to the project and ensuring that all potential revenue is accounted for. DELIVERY OF DRAFT PHASE I REPORT. Superlative allows 1-2 weeks for review by Coachman Park staff, followed by a conference call with Superlative's valuation experts to walk through our findings together. Subsequently, any feedback is incorporated and the document is finalized. OPTIONAL PHASE II SALES (12 months, recommended minimum) DEVELOPMENT OF SALES MATERIALS. Superlative's design team will begin developing presentations, one -sheets and other sales materials using information obtained through the Phase I Valuation process, including audience demographics, proposed sponsorship value and images obtained through site visits and Coachman Park. PIPELINE DEVELOPMENT. Superlative's sales executives will work with Coachman Park personnel to develop a database of sponsor contacts, to be reviewed and agreed upon by Coachman Park staff prior to Superlative making its first call. MONTHLY REPORTING. Superlative's sales executives will coordinate a regular conference call with Coachman Park leadership to provide regular updates on progress made to date. Additional calls may be requested on an ad hoc basis as sponsor interest and pitch meetings are secured. Superlative will provide an updated sales report 16- Coachman Park's review prior to the call. NEGOTIATE AND COMPLETE NAMING RIGHTS & SPONSORSHIP AGREEMENTS. As noted above, Superlative's valuation process determines not only the fair market value of each opportunity, but also the range of contract value obtained by similar organizations from corporate sponsors. With Coachman Park's approval, Superlative will open negotiations at the ceiling of this range, or higher, and secure partnerships within the parameters of contract value provided, beginning with Coachman Park's most valuable assets first. 17- EXHIBIT B INSURANCE REQUIREMENTS. SUPERLATIVE 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 ofA -VII or better. In addition, the City has the right to review SUPERLATIVE'S deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, SUPERLATIVE must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three 3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Ohio, and Employer's Liability Insurance in the minimum amount of 100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Ohio. Coverage should include Voluntary Compensation. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If SUPERLATIVE is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then SUPERLATIVE'S Equipment Insurance or Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by SUPERLATIVE with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or 18- by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination ofprimary 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, SUPERLATIVE will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an Additional Insured." In addition, when requested in writing from the City, SUPERLATIVE 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 P.O. Box 4748 Clearwater, FL 33758-4748 b. SUPERLATIVE shall provide thirty (30) days written notice of any cancellation, non- renewal, termination, material change or reduction in coverage. c. SUPERLATIVE'S insurance as outlined above shall be primary and non-contributory coverage for SUPERLATIVE'S negligence. d. SUPERLATIVE reserves the right to appoint legal counsel to provide for SUPERLATIVE'S defense, for any and all claims that may arise related to Agreement, or work performed under this Agreement. SUPERLATIVE agrees that the City shall not be liable to reimburse SUPERLATIVE for any legal fees or costs as a result of SUPERLATIVE providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of SUPERLATIVE'S obligation to provide the insurance coverage specified. 19- EXHIBIT C MAP OF COACHMAN PARK 20- LOCATION MAP 111, a ° °° Prepared by: lir Engineering Department Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: ) 727) 5624750, Fax: ( 727) 5264755 www. MyClearweer. com Exhibit C Coachman Park Map IN z Map Gen By: CRM Reviewed By: JH Date: 2/ 1812022 Page 1 of 1 Scale: N. T. S. Document Path: C:\ Users\ Chrstopher. Melone\ City of ClearwatenEngineenng Geographic Technology- Documents\ GIS\ Engineering\ Location Maps\ CoachmanPark_ Imagine_ 8x11_ Landscape. mxo FIRST AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF CLEARWATER, FLORIDA & THE SUPERLATIVE GROUP, INC. This First Amendment (the "First Amendment") to the Professional Services Agreement (the Agreement") between The City of Clearwater, Florida (the "Client") and the Superlative Group, Inc. ("Superlative") is dated effective as of February 2, 2023 and is entered into by and between Superlative and the Client. RECITALS WHEREAS, the Client and Superlative entered into the Agreement on March 7, 2022; WHEREAS, the Client and Ruth Eckerd Hall entered into a Venue License Agreement (the Venue License Agreement"), dated December 21, 2022, to be incorporated into to the Agreement as Exhibit D; WHEREAS, the Client and Superlative now desire to amend the terms of the Agreement as set forth below; NOW, THEREFORE, the Client and Superlative hereby agree as follows: 1. Notice to Proceed to Phase II Sales Services. This First Amendment shall function as the Client providing Superlative with its written notice to proceed into Phase II sales services, in accordance with Section 6 of the Agreement; therefore, the Phase II Term shall commence upon the effective date of this First Amendment. 2. Revision to introductory paragraph. The first sentence of the introductory paragraph of the Agreement shall be amended as follows: The phrase "... the Client's marketable assets, including, without limitation, Coachman Park (the `Assets')" is hereby amended to read, "...Coachman Park, and the Client's marketable assets located at and within Coachman Park (the `Assets')." 3. Services. Section 1 of the Agreement shall be amended as follows: a. In the first sentence, the phrase "... with respect to the valuation and sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets...." is hereby amended to read, "... with respect to the valuation and sale of naming rights, advertising, hospitality, and other sponsorships and sponsorship benefits and recognition, in whole or in part, associated with any or all of the physical Assets, as well as pouring rights for both alcoholic and non-alcoholic beverages in connection with the Assets ...." 1- b. In the second sentence, the phrase "The scope of Services is further described in Exhibit A, which is attached to and incorporated as part of this Agreement by reference," is hereby amended to read, "The scope of Services is further described in Exhibit A, and is expressly limited by and subordinate to any sponsorship rights conveyed by the Client to its venue operator, Ruth Eckerd Hall, said rights being memorialized in Exhibit D, both exhibits being attached to and incorporated into this Agreement by reference." 4. Consideration. Section 5.1(b) ofthe Agreement shall be replaced as follows: b) Phase II Naming Rights and Sponsorship Sales Services. i. Seven Thousand Five Hundred USD ($7,500) per month for the Phase II Term ("Retainer") to be payable within the first five (5) days of each month immediately following Superlative's receipt of the notice to proceed as outlined in Section 6 below; and ii. Fifteen Percent (15%) commission on Sponsorship Income received from any and all Sponsors that are not Identified Entities (defined below); and iii. Seven and One -Half Percent (7.5%) on Sponsorship Income received from a mutually agreed upon list of Sponsors with which the Client has a preexisting relationship and to whom Client makes an introduction to Superlative for purposes of securing a Sponsorship Agreement ("Identified Entities"); provided however, that the number of Identified Entities shall not exceed three (3) unless otherwise mutually agreed upon by the Parties. Option 1i) ii) Option 2 1 - 5. Sponsorship Income. Section 7.1 of the Agreement shall be amended as follows: 2- a. In the first sentence, the phrase "... as consideration for the right to receive any sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets..." is hereby amended to read, "... as consideration for the right to receive any sponsorship, naming rights, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets, ..." b. The following shall be added to Section 7 of the Agreement as Section 7.3: i. "7.3 Sponsorship Income shall not include any consideration received by Ruth Eckerd Hall pursuant to a sponsor or hospitality arrangement entered into by Ruth Eckerd Hall when Ruth Eckerd Hall enters into said arrangement consistent with the provisions of Exhibit D." 6. Exclusivity. Section 9 of the Agreement shall be amended as follows: a. The phrase, "... value and sell sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets...." is hereby amended to read, "... value and sell sponsorship, naming rights, pouring rights (for both alcoholic and non-alcoholic beverages) , advertising, hospitality, and any other rights, benefits, or recognition, in whole or in part, in connection with the Assets, except to the extent that any such rights or similar rights have been conveyed by the Client to Ruth Eckerd Hall as set forth in Exhibit D,...." 7. Except as provided in this First Amendment, all terms used in this First Amendment that are not otherwise defined shall have the respective meanings ascribed to such terms in the Agreement. 8. This First Amendment embodies the entire agreement between Superlative and the Client with respect to the First Amendment ofthe Agreement. In the event of any conflict or inconsistency between the provisions of the Agreement and this First Amendment, the provisions ofthis First Amendment shall control and govern. In the event of a conflict or inconsistency between the provisions of this First Amendment and the Venue License Agreement, the Venue License Agreement shall control and govern. 9. Except as specifically modified and amended in this First Amendment, all of the terms, provisions, requirements and specifications contained in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the Client and Superlative have executed and delivered this First Amendment. 3- The Superlative Group, Inc. By D 01/26/2023 yle Canter Chief Operating Officer 2843 Franklin Blvd. Cleveland, OH 44113 Countersigned: Frank Hibbard Mayor CITY OF CLEARWATER Approv .. as to form: David Margolis City Attorney Jenn Poirrier Interim City Manager Attest: 4- EXHIBIT D Venue License Agreement 5- VENUE LICENSE AGREEMENT This Venue License Agreement (this "Agreement") is between the City of Clearwater, Florida, a municipal corporation ofthe State ofFlorida (the "City") and Ruth Eckerd Hall, Inc., a Florida not-for-profit corporation ("Licensee" and collectively with the City, the "Parties"). BACKGROUND The City is the owner of Coachman Park, located at 301 Drew Street in downtownClearwater, which the City is redeveloping to include a garden, playground, greenspace, andgatewayplaza, a4,000 seat covered, waterfront amphitheater venue with additional lawn seatingforapproximately5,000 guests (the entirety ofthe Coachman Park complex, p ex, surrounding realestate, parking areas. and improvements, the "Park"). The amphitheater, including coveredseats, stage, backstage, dressing rooms, lawn seating area, restrooms, and vendor areas, whichareasaredescribedanddepictedonattachedExhibitA, but excluding those areas outside theblueandredfenceperimeterdepictedonExhibitA, shall bereferred to in this Agreement as theVenue." Licensee has the necessary experience in the business of providing entertainmentmanagementservicesofapublicvenue. The City desires to license the Venue to the LicenseeandengageLicenseetoprovidequalityvenuemanagementservicesforconcertsandotherevents, including booking and scheduling services, production, marketing services, ticketingservicesandfoodandbeverageservicesfortheexpresspurposeofenhancingthepublicuseandenjoymentoftheVenue. NOW THEREFORE, in consideration of the mutual promise and covenants containedherein, and for other good and valuable consideration, the receipt and sufficiency ofwhich isherebyacknowledgedthepartiesagreeasfollows: Article I License of Venue 1.1 License. The City hereby grants to Licensee a license (the "License"), for the. purposes set forth in this Agreement, to enter upon, use, occupy and exercise complete andexclusivecontroloftheVenuetouseallrightsofaccesstotheVenue, and to utilize all City Assetsforeachevent "City Assets" means the Venue and any furniture, fixtures, equipment, or assetssuppliedbytheCity, including, but not limited to stage, temporary stage, floor, soundlightingsystem, stage rigging, dressing area, stage equipment, communications and information systems pm barricade, seating, ding, y equipment, and all appurtenant items owned bythe CityandlocatedattheVenue. Notwithstanding the foregoing, the parties agree as follows; (a) at alltimestheCityremainstheowneroftheCityAssets; and (b) no realpropertyLicenseeunderthisAgreement, Notwithstanding anythingp ginterest is conveyed in this Agreement to the contrary, the Licensee may perform maintenance and cleaning services at the Venue and on any City Assets, and any maintenance, improvements, or replacements to any City Assets shall be reimbursed bytheCityuponrequestbytheLicensee. Article II. Appointment of Licensee and Duties 2.1 Engagement of Licensee. The City hereby engages the Licensee and authorizes ittotakesole, entire, exclusive charge of operating the Venue, and City hereby agrees that it will Venue License Agreement Page i l not engage or assign any rights to another entity for the operation ofthe Venue, in whole or inpart, including but not limiting to operating and programming activities during the Term. The Licenseeherebyacceptstheengagementandauthorizationandagreestouseitsreasonable, good faitheffortsinlightofmarketconditionsandattendancepatternstosecure, devise and promote liveentertainmentandspecialeventsappropriatetotheoperationoftheVenue (such events, and anyothereventsexcludingCityEvents, the "Licensee Events"). Licensee will have sole administrativeandoperationalcontroloveralleventsandactivitiesconductedattheVenue, and sole artisticcontroloverLicenseeEvents. In addition to Licensee's own presentations, Licensee is responsibleforenteringintoagreementswiththirdpartiestousethefacilityandprovidingforalloperationalservicespartiesusingthefacility, including the City. Events shall be produced and promoted inaccordancewithstandardpracticesacceptableandcommontotheindustry. Further, completionofconstructionoftheVenueandturnovertotheLicenseeshallbeaconditionprecedenttotheeffectivenessofanyLicenseeobligationshereunder. 2.2 Duties of Licensee. Licensee, at Licensee's cost, shall take such actions andperformsuchdutiesasLicenseedeemsnecessaryanddesirableforthemanagementandoperationoftheVenue, including, but not limited to the following: a) Brand Development Licensee, at its own expense will engage a marketingfirmtofacilitatebrandingandpositioningoftheVenue. Deliverables include development ofVenuename, logo, style guide, promotion plan and media campaign, uponbyCityandLicenseeintheirreasonablediscretion. Licensee is responsible for selection agreed firm, determination ofservices and expense ofsuch services. Ownership ofany deliverables will transfertotheCityattheendoftherenewalterm. b) Marketing. The Licensee is responsible for advertising, marketing andpromotionoftheLicensee's presentations at the Venue. Marketing services for events arenegotiatedbetweentheeventorganizerandLicensee, in Licensee's sole discreti. Licensee willcoordinatewiththeCityoninclusionofVenueactivitiesintheCity's common andpromotionalefforts, except when closed to the public or prohibited by the event organizer. Licensee reserves the right to promote its management ofthe Venue and events on the Limo'swebsite, media channels, collateral and other public commuiiicetions for the purposes ofinstitutionaladvertising, promotion, ticket sales andevent services. c) Employment 0!Personnel. During the Term, the Licensee shall, at its solecostandexpense, select, train, schedule, and employ at the Venue such number ofemployees, asitdeemsnecessaryorappropriatetosatisfyitsresponsibilitieshereunder. Such employees shallnotbedeemedtobeemployeesoftheCity. The employees shall be subjectto thesole direction oftheLicensee, who shall have authority to hire, terminate, discipline and discharge any and allpersonnelworkingfortheLicenseeattheVenue. d) EventBookings andRentals. Licensee shall be solely responsible for Venuecalendar, scheduling, and event bookings, Licensee shall develop and maintain all schedules foreventsheldattheVenue, but the Licensee must produce a minimum of thirty-five (35) events peryear, beginning in calendar year 2024, with no maximum. Each day of a performance hosted orarrangedbytheLicenseeshallcountasan "event" for purposes of this subsection. City Events Venue License Agreement Page I;2 shall not count toward the minimum number of events. The Parties understand and agree thatLicenseeshallbeempoweredtonegotiateallagreementsandsetfeeschedulesinamannerdeemedbyLicenseetobeappropriate. e) Property Securityfor Events. During preparation, occurrence, and clean- up/tear down ofany concert or live event at the Venue, Licensee may reasonably restrict access totheVenuetopatronsandotherpersonsauthorizedbyLicensee. Licensee shall be responsible forhiringandsupervisingon-site security and public safety personnel for the Venue during eventsOnsiteSecurity"). To the extent that City police, fire, andfor emergency medical personnel arerequired, the City Manager shall notify the Licensee of the staffing level required for each event within thirty (30) days ofthe Licensee providing actual notice to the City Managerofthe upcomingevent. With respect to rates, the rate paid to the shall be the City'sminimum "extra duty" or "off- duty" rate established in the City's collective bargaining agreements, ifapplicable; if a collectivebargainingagreementissilentastorate, the rate shall be determined by the City Manager andcommunicatedtotheLicenseeatthesametimeasthestaffinglevel. The City and Licensee agreethatstaffinglevelswillvarybasedonexpectedattendanceandactivity, but the parties do notintendforCityrequirementstoexceedcustomarylevelsorcostforvenuesofsimilarcapacity. The. Licensee is strictly prohibited from holding any event at the Venue without first requesting asecurityreviewbytheCityManagerorinviolationoftheCityManager's security determination. f) Cleanft,for Events. The Licensee shall be responsible for providing andsupervisingallcleaningservicestotheVenue, exceptas otherwise provided in this Agreement, g) Food and Beverage Services. Licensee shall have the exclusive; right tooperateorcontractfortheoperationoffoodandnon-alcoholic beverage services, suite services (ifany), concession services, vending services and the service and sale of alcoholic beverages, at allareasoftheVenue. However, the Licensee shall be prohibited from serving alcoholic beveragesthatcompetewiththeVenueSponsor's beverage products. Licensee shall comply with andobserveallfederal, state, and local laws, ordinances, and regulations as to sanitation, serving hoursofalcohol, and the purity offood and beverages or otherwise relating to its operations. Any andallprofitorlossderivedbysaidfoodandbeverageserviceswillbepropertyofLicenseeforanyevents. h) Operational Services. Licensee shall direct all services required to stageset-up and tear -down) the Venue for each event including, without limitation, services involvingthestagearea, event floor, sound system, lighting system, stage rigging, dressing area, stageequipment, loading in and loading out. Licensee shall hire and manage all management staffticketsalespersonnel, ushers, and other personnel required for the operation of the Venueincluding; but not limited to, ticket -taking, novelty sales, program distribution and assistance topatrons. Any expenses related to such services shall be borne by the Licensee with respect to anyLicenseeEvents, except to the extent the Licensee determines to charge third parties for suchexpenses. Costs for such services will be borne by the City with respect to City Events as providedinLicensee's standard usage policy, which will apply to such City Events. i) Negotiate with Third Parties. Licensee may exclusively negotiate, execute, deliver and administer any and all licenses, occupancy agreements, rental agreements, VenueLicense Agreement Page 1 3 booking commitments, catering and concession agreements, decorating agreements, supplier agreements, service contracts and all other contracts and agreements in connection with the entertainment management, promotion and production at the Venue, all in a manner deemed bytheLicenseetobeappropriate. j) Parking Facility at the Venue. On days on which the Licensee is holding or managing an event, and on any single day preceding the day on which the Licensee will hold or manage an event, the Licensee shall staff and control the parking lot on the north side of theVenueanddepictedonExhibitA (the "Venue Parking Lot"), and the City shall permit use by patrons of the Venue and by the Licensee. During all other days and times, the Venue ParkingLotshallbecontrolledbytheCity, and neitherthe Licensee nor the Licensee's patrons shall have any right of access unless expressly granted by the City. The City shall, in the exercise of reasonable discretion, design and erect signage or other markers reasonably appropriate to facilitate the enforcement ofthis subsection. k) Pedestrian Safety and Traffic Control. Licensee will pay for public safety personnel needed on-site at the Venue for the safety of pedestrians entering and utilizing theVenue. Licensee will work in good faith with City to maximize opportunities to alleviate congestion through imcentivizing patronsto arrive early, communicating best routes and parking options, and encouraging alternative transportation such as ride share, Jolley Trolley, water taxi, etc. 1) Compliance with Laws. In the operation of the Venue, the Licensee shall materially comply with all laws, ordinances, and regulations applicable to it with respect to operation ofthe Venue, including noise ordinances, as amended from time to time. m) Program Sponsorships. Licensee shall negotiate, administer, and execute in the Licensee's name, all Program Sponsorships and shall be responsible for all expenses associated with securing and servicing such Program Sponsorships. For purposes of this Agreement, "Program Sponsorships" means individual gifts, foundation grants, public grants, or other program: related and event -related donations forLicensee. Events including but not kited to individual events, presentations, educational programs, community events (provided that they do not constitute City Events), and event series, The Licensee shall notify the City Manager at least thirty (30) days priorto agreeing or committing a Program Sponsorship to any corporate or business entity thathas not previously been reviewed by the City Manager. The City Manager shall, in the exercise ofreasonable discretion, review the proposed Program Sponsorship for two purposes: first, to determine whether the proposed Program Sponsor competes with any Venue Sponsor with whom the City has an existing partnership or with whom the City is presently negotiating; and second, to determine whether the proposed Program Sponsorship qualifies as governmental speech, and if so, whether the message associated with or from that Program Sponsor is incompatible with the values or message the City desires to convey at its Venue. The Licensee may, at its sole option, make this notification informally by telephone call to the CityManagerinlieuofwrittenorelectroniccorrespondence. If the City Manager finds that either conflict exists, (s)he will veto the Proposed Sponsorshipby notifyingthe Licensee within ten (10) days. The Licensee will decline to enter into any Program Sponsorship so vetoed. If the City Venue License Agreement Page j 4 Manager fails to respond or expressly veto the Proposed Sponsorship within ten (10) days, the Licensee may proceed with the Program Sponsorship, in the Licensee's sole discretion. n) Ticketing and Customer Information. Licensee shall implement ticketing system of its choice that will serve as the exclusive ticketing system of Venue. Licensee is responsible for all revenues and expenses associated with ticketing system. Tickets will be available for sale through the Licensee's regular sales channels and on-site onthe day ofan event. Licensee may at its own discretion provide a temporary ticket booth and/or kiosks, at the Venue. Licensee shall determine service fees and any other ticket surcharges it wishes to and, except as otherwise set forth herein, all income and expense derived from such tickets and fees are property of Licensee. Event organizers may contract ticketing services according to Licensee's fee schedule. For ticketed City Events, set-up fees will be waivedwith charges limited to labor and credit card fees. Licensee is responsible and has sole custodyof customer information including but not limited to transactional history, phone numbers, email, and mailing addresses, in material compliance with the Licensee's privacy policy and applicable law. o) Maintenance. Licensee shall be responsible for maintenance of all assets owned by the Licensee and shall keep such assets in good repair, normal wear and tear excepted, and shall report any known issues related to the Venue or any other City Assets. Licensee shall, in consultation with the City, conduct periodic risk management inspections: 'land to the extent that any maintenance or repairs are performed on the City Assets, for or on behalf of the City, such maintenance or repairs shall be performed in a good and workmanlike manner and in material compliance with applicable laws. Any repairs made to City Assets for and on behalf of the City, shall be reimbursed within thirty (30) days ofwritten request to the City. p) Rules. Licensee shall establish and enforce, in its sole discretion, rules to ensure health, safety, welfare and decorum in the use of the Venue consistent with industry standards. q) Licensee Asset. The Licensee shall provide assets of the classes set forth on Exhibit B, and may provide certain other assets it deems necessary or convenient in the operation ofthe Venue (the "Licensee Assets"). r) Venue Management. Licensee retains exclusive use of the Venue and Licensee Assets and therefore, shall exclusively provide anyfood and beverage, operational, and ticketing services, for all events, including City Events, unless otherwise agreed by the Parties. s) Sustainability measures. The Licensee shall, in consultation with the City's sustainability coordinator or other designated City employee, and in the exercise of reasonable discretion, develop a sustainability plan to ensure that the Venue utilizes sustainable and environmentally friendly practices. The Licensee shall report its sustainability plan to the City Council at a public meeting within ninety (90) days ofthe effective date of this agreement. VenueLicense Agreement Page 5 Article III. Responsibilities of City; City Events 3.1 InitialConstruction ofVenue. City shall be responsible, at its sole costand expense, for the designing, planning, permitting, and construction of the Park, and specifically the Venue and related improvements, which activities shall be conducted in good and workmanlike manner. The City shall make good faith efforts to ensure that the initial construction of the Venue takes place in a timely manner in order to ensure the ability of the Licensee to take possession with sufficient time to install Licensee Assets prior to such date as provided in Section 32, below, and conduct its first major concert, the date of which will be determined in good faith between the Licensee and the City. 32 Pre -Opening Access. City shall provide adequate time for Licensee to install Licensee Assets: Licensee will provide City with an installation timeframe by April 1, 2023, and shall provide temporary access for installation of Licensee Assets on a date mutually agreed by the parties, provided that such date shall be no later than June 10, 2023. It is understood that the City is responsible for content and cost of a grand opening event, scheduled for July 4, 2023. In keeping with Licensee's exclusivity with respect to the Venue, the City shall use Licensee for support services for the grand opening event, including but not limited to stage operations, concessions, and other operational services. The City shall reimburse the Licensee for any labor, supply, and other out-of-pocket costs and expenses incurred by the Licensee in supporting the grand opening event. 33 ,Securing the Venue. The City shall take all reasonable and necessary actions to secure the Venue, and all portions thereof including all restrooms, the stage, and the covered seating area, when not in use for events or preparation therefor. Such actions shalt include, butnot be limited to, locking doors, fencing, and otherwise restricting access to the public as necessary and/or reasonably requested by the Licensee to ensure the physical security ofall City Assets and Licensee Assets atthe Venue. 3.4 ,Payments to Licensee. City covenants and agrees that it shall provide to Licensee such sums as it is required to pay to Licensee as required under Sections 3.5 and 3.11 of this agreement, 3.5 Venue Sponsorships and Associated Benefits. The City shall negotiate, administer, and execute in the City's name, all Venue Sponsorships and Park Sponsorships. For purposes of this Agreement, "Venue Sponsorships" means sponsorships for naming rights for the Venue and any portion thereof, including suites, sections, concession areas, etc., pouring rights, and any other sponsorship associated with the physical Venue and fixed infrastructure to the extent owned by the City. The City shall engage a professional third -party sponsorship marketing entity to source such Venue Sponsorships and Park Sponsorships with proceeds remitted to the City. The City and any sponsors shall work in good faith with the Licensee in the negotiation, administration and execution of any Venue Sponsorships or Park Sponsorships. The benefits available to the Venue Sponsor, and compensation owed to the Licensee, shall be governed by the following terms: Venue License Agreement Page 16 a) The Venue Sponsor shall receive ten (10) tickets to each Licensee event, for the Venue Sponsor's sole use. These ten (10) tickets shall be located in the front section or highest price section of Venue seating, as determined by the Licensee in the exercise of reasonable discretion. b) In return for providing these tickets to the Venue Sponsor, the Licensee shall be compensated in an amount equaling the base printed value of each ticket, prior to or without considering or adding any surcharges, donations, or fees. c) In addition, each of these ten (10) tickets shall guarantee access at each event to the Premium Area located adjacent to the stage, and depicted on Exhibit "D" of this agreement, unless the Licensee has rented the Premium Area for the exclusive use by one party or one legal entity. Each time the Licensee rents the Premium Area forthe exclusive use by one partyoronelegalentityforaparticularevent, the Licensee shall promptly notify the City and the VenueSponsor. d) lithe Venue Sponsor or Park Sponsor requests food and beverage or other services, the Licensee shall use best efforts to accommodate the request. To the extent that the request is accommodated, the Licensee shall be compensated at commercially reasonable rates. e) As to all compensation owed to the Licensee under this Section 3.5, the City will either, depending onits contractual relationship with its sponsor, compensate the Licensee or require the sponsor to compensate the Licensee. In either circumstance, the Licensee shall be compensated within sixty (60) days of providing a detailed invoice with pricing that aligns with the provisions ofthis Section 3.5. f) Subject to ticket availability, the Licensee shall afford the Venue Sponsor an opportunity to purchase additional tickets, beyond the ten (10) tickets described in this section. The timing of this opportunity shall coincide with a pre -sale period determined by the Licensee, in the exercise of reasonable discretion. Any additional tickets purchased by the Venue Sponsor pursuant to this provision shall be paid by the Venue Sponsor at full retail price, inching any fees, surcharges, and taxes thatwould normally be assessed to any other retail purchaser. 3.6 Pedestrian Safety and Traffic Control. The City shall be responsible for anypersonneldeemednecessaryforpedestriansafetyandtrafficcontrolintheareassurroundingtheVenue, including Coachman Park and downtown Clearwater. 3.7 Parking. City will permit the Licensee to use and manage the Venue Parking Lot and traffic accessing the backstage area at any time on a day in which an event being operated or managed by the Licensee is being held at the Venue, along with the day immediately precedingthedayoftheevent. In acknowledgment of contractual obligations with tours and certain artists, the City will allow Licensee to reserve and utilize, free of charge, that portion on the south side of the west end of Drew Street, between the entrances to the Coachman Park Fishing Pier and the Waterfront Pier to accommodate, to park, secure, and provide powerto tour buses and designated vehicles. City agrees to work with Licensee to close certain portions of Drew Street to traffic on show days, and on other days upon reasonable request of the Licensee for activities in support of any events. However, any closure of Drew Street's westbound lanes shall be accomplished in a Venue License Agreement Page 17 way that maintains a vehicle movement lane to accommodate emergency ingress to and egress from nearby properties. 3.8 City Assets and Maintenance. a) City shall supply and install all City Assets and any other equipment, furnishings and expendables required to operate the Venue other than the Licensee Assets; provided that Licensee may supply or install certain equipment, furnishings, or expendables for and on behalfofthe City upon the City's request and at the City's sole cost and expense. b) City shall be responsible for repair, replacement, or alteration of City Assets, including but not limited to conditions related to equipment or structure failure, change in code requirements, recalls, fire safety, hurricane and emergency procedures, and conservation. City shall be responsible for landscape maintenance of the Venue in conjunction with the Park. City shall also ensure adequate servicesto maintain Coachman Park, more broadly, as a first-class municipal park. c) The City shall pay for, perform, direct and supervise any capital equipment and capital improvement purchases, repairs and maintenance to the extentprovided by the City and will ensure any, and allsuch repairs and maintenance obligations are performed in a good and workmanlike manner, in material compliance with applicable laws, and are performed on schedule and in a manner to ensure that the Venue remains a first-class Venue. d) The City has the rightto enter all portions of the Venue to conduct inspections ofits assets, perform its maintenance obligations, or otherwise carryout its rights under this Agreement; provided, however, that. the City shall provide reasonable advance notice to the Licensee prior to entry upon the Venue and shall perform itsobligations with minimal interference with or disruption to. any Licensee Events or the Licensee's work under this Agreement, generally. 3.9 Sianaae. All permanent signage, including wayfmding signage, interior, exterior, and other permanent signs at the Venue and in Coachman Park shall be provided and maintained in good condition by the City. Notwithstanding the foregoing, the Cityshall work in collaboration with and in good faith with the Licensee to design the signage for the Venue. 3.10 Maintenance Fund. The City shall, on or before the Commencement Date, establish and maintain a separate account from the City's general fund of [$100,000.00], earmarked specifically and exclusively for the maintenance, repairs and replacement of City Assets as needed at the Venue. The Maintenance Fund will be replenished by the ticket rebate discussed in Section 5.1, below. 3.11 City Events. The City shall have the right to use the Venue, or any portion thereof, for governmental purposes hosted by the City or staffed by City personnel, without payment of any rental or usage fees, on July 4, July 5, and up to ten (10) additional dates per calendar year during the Term (such events, "City Events"). For any City Event occurring on or before July 1, 2024, the City shall provide at least one hundred and twenty (120) days' notice to the Licensee prior to scheduling the CityEvent. For any City Event occurring after July 1, 2024, the City shall VenueLicense Agreement Page 8 provide at least three hundred and sixty-five (365) days' notice prior to scheduling the event. If the City provides proper notice, the City shall have the rightto schedule the City Event on the day(s) indicated, unless the Licensee has a letter of agreement arranging a guaranteed performance, show, or event on that date. For the avoidance of doubt, a temporary "hold" shall not be considered a letter of agreement or scheduling conflict for purposes ofthis section. Any unused City Events shall expire atthe end ofeach calendaryear and shall not be subject to rolling forward to the next calendar year if unused. The City or organizer of the City Event shall use Licensee for support services, including but not limited to stage operations, concessions, and otheroperational services; provided, however, thatthe City shall not be obligated to use Licensee if the City Event does not require a professional event manager, as determined in the reasonable discretion of the City Manager. The City shall reimburse the Licensee for any hourly labor, supplies, catering, and other documented out of pocket costs and expenses incurred by the Licensee in connection with a City Event, such reimbursement without markup or profit, and which reimbursement shall be dueand payable upon receipt of a reasonably detailed invoice from Licensee documenting each cost for which reimbursement is sought. The City shall act in good faith to avoid scheduling a City Event promoted by a person or entity that competes with the. Licensee, unless agreed by the Licensee thatsuch event would not be a conflict. 3.12 Additional Events. Licensee will reserve the traditional dates for Jazz Holiday festival on an annual basis, contingent upon mutually agreeable terms between Licensee and the event organizer. In addition, the Licensee will, use reasonable efforts to work with other third parties to organize certain community events on mutually agreeable terms. Remuneration and contracting for Jazz Holiday and these additional events shall be separately negotiated between the Licensee and the entity hosting the event. Such events may, in the sole discretion ofthe Licensee, be subject to rental and/or usage fees, and shall not occur without an agreement acceptable to the Licensee. For the avoidance of doubt, the City shall not be responsible for any payment to Licensee in support of any such third -party events unless it expressly agrees otherwise. Article IV. Term 4.1 Tenn. Unless terminated earlier pursuant to the terms and conditions of this Agreement, the initial term ofthis Agreement shall begin on the date hereof and shall continue for a period offive (5) years from the Commencement Date unless earlier terminated pursuant to the terms ofthis Agreement (the "Initial Term"). Provided that the Licensee is not then in default, the Agreement will automatically renew for four (4) successive five (5) year periods thereafter (each, a "Renewal Term," and the Initial Term and all Renewal Terms, collectively, the "Term") unless written notice ofelection not to renew is given (a) if by the City, no less than twelve (12) months prior to the expiration of the initial Term or the then -current Renewal. Term, as the casemay be, or (b) if by the Licensee, no less than six (6) months prior to the expiration of the Initial Tenn or. the then -current Renewal Term, as the case may be. For purposes hereof, the term Commencement Date" means the date that the Licensee takespossession and control oftheVenue following completion ofconstruction, whichthe parties intendto be on or before August 1, 2423. 4.2 Early Termination. This Agreement may be terminated early, consistent with theprovisionslistedbelow. Venue License Agreement Page 19 a) For Convenience. The City may terminate this Agreement on thirty (30) days' prior written notice for any reason upon approval of the Clearwater City Council at a duly constituted City Council meeting. The City shall provide Licensee no less than thirty (30) calendar days' written notice of the meeting of City Council to determine termination ofthe Agreement. The Licensee may terminate the Agreement upon six (6) months prior notice to the City for any reasonor no reason. Notwithstanding anything to the contrary in this Agreement, in the event the City terminates this Agreement for convenience, the City is prohibited from self -promoting or entering into a booking agreement, entertainment management agreement, or any like agreement with an outside company to promote the events booked for the Venue by the Licensee prior to termination ofthis Agreement. b) For Cause. The non -defaulting party may terminate the Agreement upon determination in good faith by the non -defaulting party that there was a material breach ofthe Agreement that remained uncured following notice and opportunity to cure as provided in the Terms and Conditions attached hereto as Exhibit C, and the tennination will be deemed effective immediately, or upon such other date as specified in a notice of termination, provided that termination shall have been approved by the Clearwater City Council at a duly constituted City Council meetingfollowing failure to curesuch material breach bythe Licensee, withwritten notice of such City Council meeting being provided to the Licensee no less than thirty (30) days prior thereto. 4.3 ;Surrender, Effect of Termination. Upon termination of this Agreement, permission to use the City Assets, including the Venue, shall be revoked. Thereafter, the Licensee shall promptly vacate and surrender to the City the Venue and any City Assets contained therein. In any event, such surrender shall be complete thirty (30) days following effective date of termination. a) Licensee Assets. The Licensee shall remove any Licensee Assets it determines, in its sole discretion, to retain and make any repairs necessitated by such removal within the period set forth herein. Understanding that Licensee will continue to invest in and replace assets throughout the Term to maintain a first-class venue, upon termination or non- renewal, City will purchase Licensee Assets that the Licensee determines to leave at the Venue for the benefit ofthe City for the Asset Value. Licensee will submit a depreciation schedule of Licensee Assets to the City annually. The "Asset Value" for Licensee Assets, at separation, shall be determined as the undepreciated amount of original purchase price set forth on the most recent depreciation schedule, or iffully depreciated, will be $10. b) Expenses. Upon termination for any reason, City shall pay Licensee for any services performed prior to the effective date of such termination, and any costs and authorized expenses incurred through the effective date of such termination or necessitated by the termination. c) Event Cancellations. Upon termination by the City, and inaddition to the above, the City shall reimburse the Licensee for any Non -Recoverable Event Expenses. For purposes hereof, "Non -Recoverable Event Expenses" means any costs or expenses incurred by Venue License Agreement Page j 10 the Licensee as a result of relocating or cancelling a Scheduled Event, including but not limited to forfeited deposits, penalties, marketing expenditures, and transaction fees. The term Scheduled Event" means an event scheduled to occur at the Venue during the notice period and within eighteen (18) months ofthe effective date oftermination for which the Licensee has sold tickets to patrons or entered into a written or oral agreement for the event. d) Liquidated Damages. In light ofthe difficulties in estimatingthe damages for an early termination of the Licensee under this Agreement without appropriate notice, the City and the Licensee hereby agree that ifthe City terminates the Licensee for convenience with less than twelve (12) months' prior written notice, then the following liquidated damages shall apply in addition to the provisions above, which liquidated damages the parties agree are reasonable and intended as just compensation and not as a penalty or method to secure performance: i) Termination with less than six (6) months' notice. If the City terminates this Agreement with less than six (6) months' notice, thenthe City shall pay the Licensee an, amount equal to One Million Five Hundred Thousand Dollars 1,500,000.00); ii) Termination with less than twelve (12) but equal to or morethan six 6) months' notice. Ifthe City terminates thisAgreement with less than twelve (12) months' notice, but equal to or greater than six (6) months' notice, then the City shall pay the Licensee an amount equal to One Million Dollars ($1,000,000.00). Article V, Compensation Matters 5.1 Ticketing: City Rebate. All revenue and/or expense derived from tickets and fees are property of Licensee; provided, however, that the Licensee shall remit to the City a rebate with dollar values dependent upon the ticket price, as follows, to be paid to City within thirty (30) days following the end ofeach calendar quarter during which the event actually occurs: (a) for tickets actually sold with a selling price of more than $10.00, the Licensee shall remit to theCity a rebate of $5.00 per ticket sold, ofwhich $4.00 shall be paid to the City'sgeneral account, and 1.00 shall be paid to the Maintenance Fund; (b) for tickets actually sold with a selling price of 10.00 or less, the Licensee shall remit to the City a rebate of $2.00 per ticket sold, of which 1.00 shall be paid to the City's general account, and $1.00 shall be paid to the Maintenance Fund; and (c) for free or complimentary tickets, excluding complimentary tickets provided to the City, the Licensee shall pay to the City $1.00 per such ticket, the entirety ofwhich shall be paid to the Maintenance Fund. For clarity, a rebate for a ticket is only payable to the City following the actual occurrence ofthe event for which the ticket was sold, and notwithstanding anything to the contrary in this Section 5.1, no rebate whatsoeverwill be assessed or paid on any tickets that were sold but later refunded or subject to chargeback. 5.2 Profit Sharing. Provided that its operations from the Venue generates at least an eight percent (8%) profit margin to, the Licensee, the Licensee shall make an annual payment to the City, no later than one hundred twenty (120) days following the end of the prior calendar Venue License Agreement Page 1 11 year, (the "Profit Share") equal to twenty-five percent (25%) of the profits in excess of the 8% profit margin. 5.3 City Ticket Allocation. In consideration for use ofthe Venue, the City will receive six (6) tickets in the first five (5) rows ofeach event, plus six (6) additional tickets somewhere in the highest price level for each event, plus twelve (12) additional tickets in a section of the Licensee's choosing. These twenty-four (24) tickets shall be separate from and in addition to the tickets described m Section 3.5. Each ticket described in this Section 5.3 shall entitle the individual holding the ticket to access the Premium Area depicted in Exhibit "D," unless the Premium Area has been rented by the Licensee for the exclusive use of a single party or legal entity The City will designate a liaison to the Venue for distribution ofthese tickets. The tickets shall be distributed by the City, in its sole discretion, in accordance with City policy as amended from time to time. These tickets are provided to the City in exchange for the City's use of the Venue, and the City shall not be expected to purchase or separately remunerate the costs associated with these twenty-four (24) tickets. 5.4 Venue Sponsorships or Park Sponsorships. Any and all revenue and/or expense derived from any Venue Sponsorships and Park Sponsorships will be property of the City, but the City shall reimburse orarrange for reimbursement to the Licensee for any expenses incurred in servicing either of these sponsorships in the manner and to the extent provided in Section 3.5 of this Agreement. 5.5 City Information Rights. The Licensee will provide the Citywith aquarterly report listing the aggregated number of tickets sold for all events held during the prior calendar quarter and the number of free tickets provided, and the number of tickets refunded and chargebacks suffered related to ticket sales during that prior quarter. In addition, the Licensee will meet with a designee ofthe City on at least an annual basis each January to discuss revenues and expenses generated from the Venue. At the annual meeting, the Licensee shall allow the City to review and inspect sufficient financial data from the previous calendar year to confirm the calculations and project anticipated revenue based on the distribution method contemplated by Sections 5.1and5.2 of this Agreement. Article VL Insurance 6.1 Survival: Limitations. The obligations of the Parties under Section 6 shall survive the expiration or termination of this Agreement. Other than as expressly set forth in this. Agreement, neither Party shall be liable or responsible for any indirect, incidental, punitive or special damages, whether based upon breach ofcontract or warranty, negligence, strict tort liability or otherwise, and each Party's liability for damages or losses hereunder shall be strictly limited to direct damages that are actually incurred by the Party. 6.2 City Insurance Requirements. City shallbe required to maintain, atitscost, property insurance covering loss or damage to the City Assets, including the Venue, in an amount not less than the full replacement value thereof, providing protection against all perils included within the classification of fire, extended coverage, vandalism, malicious mischief, flood (in the event the Venue is in a flood zone) special extended perils ("all risk", as such term is used in the insurance Venue License Agreement Page f 12 industry). In addition, the City shall name the Licensee as an additional insured under its excess commercial general liability insurance policy if the excess carrier allows the City to name the Licensee as an additional insured solely for the Venue any assets located therein. 6.3 Licensee Insurance Requirements. Licensee shall be required to maintain, at its cost, the following policies of insurance with the followinglimits, maintained with a carrier having an AM Best Rating ofA VII or better, with coverage on an occurrence basis or, ifunavailable, on a claims -made basis with a minimum three (3) year tail following termination or expiration ofthis Agreement, and naming City as an additional insured on the policies. Copies of the insurance policies shall be provided to the City within thirty (30) days of the commencement of the Term and annuallythereafter. The insurance limits set forth below may be achieved by a combination of primary and umbrella/excess liability policies. Such policies shall provide thirty (30) days' written notice to the City priorto any cancellation, nonrenewal, termination, material change, or reduction in coverage, and shall be primary and non-contributory for Licensee's negligence. a) Commercial General Liability Insurance coverage, including but notlimitedto, premises operations, products/completed operations, products liability, contractual liability, advertisinginjury, personal injury, death, and property damage in the minimum amount of One Million Dollars and 00/100 ($1,000,000) per occurrence and Two Million Dollars and 00/100 ($2,000,000) general aggregate. b) Commercial Automobile Liability Insurance coverage for any owned, non- owned, hired or borrowed automobile is required in the minimum amount ofOne Million Dollars and 00/100 ($1,000,000) combined single limit. c) Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type ofbusiness engaged in by theRespondent with minimum limits of Two Million Dollars and 00/100 ($2,000,000) 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 Iimits, or by requiring that anynew policy provide a retroactive date no later than the inception dateof claims made coverage. d) Crime and Employee Dishonesty Insurance coverage must include fidelityinsuranceforreimbursementtoanemployerforthesetypesofdosses. Third -party fidelity coverage is also required to cover the acts of an employee against an employer's clients. Please provide coverage using ISO form CR 00 01 Employee Dishonesty 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. e) Workers' Compensation Insurance and Employer's Liability Insurance with Workers' Compensation limits in statutory amount, unless waived by the State of Florida and proofofwaiver is provided to the City, and Employer's Liability Insurance in the minimum amount ofFive Hundred Thousand Dollars and 00/100 ($500,000) each employee each accident, Venue License Agreement Page 1 13 Five Hundred Thousand Dollars and 00/100 ($500,000) each employee by disease, and Five Hundred Thousand Dollars and 00/100 ($500,000) disease policy limit. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. Article VII. Damage or Destruction to Premises 7.1 Partial Damage. If all or a portion of the Venue are partially damaged by fire, explosion, flooding inundation, floods, the elements, public enemy, acts of terrorism, or other casualty, but not rendered uninhabitable, the same will be repaired with due diligence by City at its own cost and expense, subject to the limitations as hereinafter provided; if said damage is caused by the grossly negligent acts or omissions of the Licensee, its agents, officers, or employees, the Licensee shall be responsible for reimbursing City for the cost and expense, in excess ofthe City's insurance coverage, incurred in making such repairs. 7.2 Extensive Damage. Ifthe damages as described above in' Partial Damage" are so extensive as to render the Venue or a portion thereof uninhabitable, but are capable of being repaired within a reasonable time not to exceed sixty (60) days, the same shall be repaired with due diligence by City at its own cost and expense and a negotiated portion ofthe fees and charges payable hereunder shall abate from the time ofsuch damage until such time as the Venue is fully restored and ceitifiied as again ready for use; provided, however, that if such damage is caused by the grossly negligent acts or omissions of the Licensee, its agents, officers, or employees, the Licensee shall be responsible forthe cost and expenses, in excess ofinsurancecoverage, incurred in making such repairs. 7.3 Complete Destruction. In the event all or a substantial portion of the VENUE are completely destroyed by fre, explosion, the elements, public enemy, acts of terrorism, or other casualty, or are so damaged that they are uninhabitable and cannot be replaced except after more than sixty (60) days, City shall be under no obligation torepair, replace or reconstruct said Venue, no payments will be required of either party until such time as the said Venue are fully restored. Ifwithin three (3) months after the time ofsuch damage ordestruction said Venue have not beenrepairedorreconstructed, the Licensee may terminate this Agreement in its entirety as ofthe date ofsuch damage or destruction. Notwithstanding the foregoing, ifthe said Venue, or a substantial portion thereof, are completely destroyed as a result ofthe grossly negligent acts or omissions of the Licensee, its agents, officers, or employees, City may, in its discretion, require the Licensee to repair andreconstruct the same within twelve (12) months ofsuch destruction and the Licensee shall be responsible for reimbursing City for the cost and expenses incurred in making such repairs. 7.4 Limits of City's Obligation Defined. In the application of the foregoing provisions, City may, but shall not be obligated to, repair or reconstruct the Venue. If the City chooses to do so, City's obligation shall also be limited to repair or reconstruction ofthe Venue to the same extent and of equal quality as obtained by the Licensee atthe commencement of the Term. All redecoration and replacement of capital investment, including all City Assets shall be the cost and responsibility ofthe City. The Licensee shall bear the cost of repair and replacement of any Licensee Assets except to the extent that the damage or destruction is caused by City's gross negligence or more culpable action or omission. Venue License Agreement Page 14 Article VIII. Confidentiality 8.1 Confidentiality. The business of conducting and operating an entertainment venue that offers live entertainment to the public on a contract basis and/or on the rental of the Venue basis is a complex, multifaceted undertaking. The business itself, including the provision of services as well as the booking ofentertainment is highly competitive between venues and between the acts hired to perform. Negotiations are act specific and are affected by the choice of time of the performance, the competition in markets where multiple venues exist, market conditions generally, relationships within the industry, etc. Each contract entered into with an act is different. Each contract negotiated with a service provider can be different than with any other venue. The Licensee has the responsibility for the negotiation of and the contracting for services, and the booking ofacts into the Venue. This process includes a high degreeofconfidentiality ifthe Venue is going to be successful. The means and methods of negotiation and selected terms of service contracts and booking contracts include information known only to certain employees of the Licensee, which information is closely guarded by the Licensee. This results in less expense and greater revenue to the Licensee, is information and know-how developed by the Licensee and its employees over years of experience and would take significant tune and expense for others to duplicate. Accordingly, the Licensee shall maintain its trade secrets in the performance ofits duties hereunder. Licensee shall identify any trade secrets in any communications with the City and shall communicate those to the City only as required. The parties acknowledge that the City must comply with the Public Records Law as to any records in the City's possession or control. To the extent that the City receives a request that may be eligible for protection or redaction as a trade secret, the Citywill promptly notify Licensee oftherequest. The CityAttorney's Office will confer with the Licensee or Licensee's legal counsel, but the parties recognize that the City must and will ultimately determine whether records in its possession are releasable under Florida law. Article IX. 1Vliscellaneous 9.1 Representations and Warranties. a) City represents and warrants to the Licensee the following: i) All required approvals have been obtained, and City has full legal right, power and authority to enter into and perform its obligations hereunder; ii) This Agreement has been duly executed and delivered by City and constitutes avalid and binding obligation ofCity, enforceable in accordance with its terms, except as such enforceability may be limited by bankruptcy, insolvency, reorganization, or similar laws affecting creditors' rights generally or by general equitable principles; iii) The execution and delivery of this Agreement will not violate or cause a breach (with or without notice or the passage of time) under any agreement, law, ordinance, or other obligation to which City is bound; Venue License Agreement Page 115 iv) There is no current, pending, or to the City's knowledge after due inquiry, threatened, action or proceeding before any court or administrative agency to which it is a party, questioning the validity of this Agreement, the relationship between the City and the Licensee, or which appear likely to materially adversely affect the City's performance of its obligations under this Agreement, v) City is the owner ofthe Park and the Venue; vi) City is financially capable to complete the construction of the Venue and redevelopment of the Park, more generally, and shall proceed with diligence to completion thereof; vii) Upon delivery to the Licensee, the Venue shall comply with all laws, ordinances, orders, rules, regulations and other governmental requirements relating to the use, occupancy, and condition ofthe Venue for the purposes described herein, including, without limitation, the Americans with Disabilities Act and the certificate ofoccupancy; viii) All improvements in the Park, and specifically, the Venue, will be constructed in a good and workmanlike manner, and said improvements and all other City Assets are and will be in good working order and condition, free from defects in workmanship and materials, and fit for the purposes for which they are provided; and ix) Cityunderstands and acknowledges the following: 1) That the entertainment industry is extremely competitive and contains substantial risk and volatility; 2) The Licensee is a nonprofit entity that operates other venues in the area, including but not limited to RuthEckerd Hall and Bilheimer Capitol Theatre, and provides booking and production services at various locations throughout the Tampa Bay area; and 3) That performers and entertainers, and not the Licensee, oftentimes choose or dictate what cities and venues at which they will perform, and that there may be occasions where it is not economically feasible to schedule a performer into a venue the size ofthe Venue, and that during a certain season, a performer or entertainer may play at another venue managed by the Licensee. b) Licensee represents and warrants to City the following: i) All required approvals have been obtained, and Licensee has full legal right, -power and authority to enter into and perform its obligations hereunder, ii) This Agreement has been duly executed and delivered by Licensee and constitutes a valid and binding obligation by Licensee, enforceable in accordance with its Venue License Agreement Page 1 16 terms, except as such enforceability may be limited by bankruptcy, insolvency, reorganization or similar laws affecting creditors' rights generally or by general equitable principles; and iii) There is no current, pending, or to the Licensee's knowledge after due inquiry, threatened, action or proceeding before any court or administrative agency to which it is a party, questioning the validity ofthis Agreement, the relationship between the City andthe Licensee, or which appear likely to materiallyadversely affect the Licensee's performance ofits obligations under this Agreement. 9.2Notice. All notices, requests, demands, claims, and other communications hereunder shall be in writing. Any notice, request, demand, claim or other communication hereunder shall be deemed duly given when delivered personallyto the recipient on a business day prior to 5:00 P.M. local time, otherwise on the next business day, faxed or emailed to the intended recipient on a business day prior to 5:00 P.M. local time, otherwise on the next business day at the facsimile number or wail address set forth therefor below (with electronic confirmation ofreceipt and hard copy to follow), or one business day after being sent to the recipient by reputable express courier service charges prepaid) and addressed to the intended recipient as set forth below: With copy to (which shall not constitute notice): Ifto City: CityofClearwater Parks Department 100 South MyrtleAvenue Clearwater, Florida 33756 Attention: James Halios Email: jim,haliosnyclearwater.com Ifto Licensee: Ruth Eckerd Hall, Inc. 1111 N. McMullen Booth Road Clearwater, FL 33759 Attn: Susan Crockett, CEO Email: s.crockeit@rutheckerdhall.net City Attorney 600 Cleveland Street Clearwater, Florida 33755 Attention: David Margolis Email: david.margolis@myclearwater.com With copy to (which shall not constitute notice): Macfarlane Ferguson & McMullen, P.A. 625 Court Street Clearwater, Florida 33756 Phone: 727-444-1403 Attention: Brian J. Aungst, Esq. Email: bja@macfar.com 9.3 Order of Precedence. Inthe event ofany conflict between this Agreementand any exhibits or other documents entered into in connection herewith, the provisions of this Agreement shall prevail. In addition, the parties acknowledge that the City intends to enter into a separate brokerage agreement relating to Venue Sponsorships and pouring rights across theCity, including< the Park and Venue. The parties intend for this Venue License Agreement to be fully compatible with any forthcoming agreement between the City and The Superlative Group, Inc. However, in Venue License Agreement Page ( 17 the event of a latent or patent ambiguity requiring resolution, this Venue License Agreement shall control. 9.4 Entire Agreement. This Agreement, the exhibits, and any documents executed in connection with thisAgreement, constitute andexpress the entire agreement ofthe Parties hereto and no agreements, warranties, representations or covenants not herein expressed shall be binding upon the parties. 9.5 Captions. Captions appearing before sections and articles in this Agreement have been inserted solely for the purposes ofconvenience and ready reference. They do not purport to, and shall not be deemed to, define, limit or extend the scope or intent ofthe section or articles to which they pertain. 9.6 No Partnership orJoint Venture. Nothing herein contained is intended or shall be construed in any way to create or establish the relationship ofpartners or ajoint venture between City and Licensee. 9.7 Good Faith. It is agreed that both Parties shall perforin their respective duties underthe terms ofthis Agreement in good faith. 9.8 Incorporation of Terms and Conditions. The terms and conditions set forth in Exhibit C are incorporated into this Agreement. Venue License Agreement Page 118 IN WITNESS WHE OF, this Agreement has been executed by the Parties and is effective as ofthe day of 2422. APPROVED BY CITY THISCDAY OF CITY: Dean bet ,2022 Countersigned: THE CITY OF CLEARWATER, FLORIDA, a municipal corporation ofthe State of Florida By: FRANK HIBBARD, Mayor Name: Title: Approved as to form Attest: 4/1 DAVID MARGOLIS, City Attorney *{: ROS ALL, as LICENSEE: RUTH ECKERD HALL, INC., a Florida not- for-profit corporation By Name: SUSAN CROCKETF Title: CEO Venue License Agreement Page 1 19 IMAGINE CLEARWATER FENCE EXHIBIT 2022- 0614 NORTH 0 EXHIBITA 44 ' 311' 1 - 1• 146L...."" IM 11. T • 1-. 0•7 \- 1 11 LEGEND 8HT. DECORATIVE FENCE 4' HT. DECORATIVE FENCE 311,-" reflotlisoromilp,•••••••••• ft. AK, C1•4 - 4- - 4 1 tIt 01. 00.. • Exhibit B Preliminary Asset List (not finalized) rev 10.1.2022 Capital Inv Qty839,990 STAGE/PRODUCTION EQUIPMENT 3 Phase Cam Locks - Is infrastructure provided to support video walls Bus Hook-ups Video Walls, IMAG REH 2 SpotLights REH 4 TV's REH 8 ClearCom REH 1 Live HD 4k Video Cameras REH 3 Additional SoundEquipment SM58- Shure Handheld Vocal mic (not wireless) REH 2 Shure SLXD24D/SM58-G58 dual wireless w/handheld transmitters REH 4 Shure KSM 137- Cardioid mic overheads & hat REH 1 DXR12- Yamaha loud speakers -stage wedges REH 4 Senn E609- Sennheiser micfor guitar amps REH 2 ShureBeta 52A- Drum mic REH 1 Shure Beta 87A- handheld Vocal mic REH 4 Midas M32 Console -preferred mixing console REH 2 Decibel monitoring equipment REH 673,588 FOOD & BEVERAGE EQUIPMENT 156,200 PATRON/FRONT OF HOUSE/SUSTAINABILITY Seating CityWayfindingSignageCityListenEverywhereWifi (ADA Hearing System) City Mag Machines REH 12 Barricades REH 24 Projectors REH Reusable CupSystem (Turnsystems, rcup) REH SolarCharging Station REH 2 Sustainable Waste Management (Covanta) REH 305,720 NETWORK/HARDWARE Server for Internet. Server/Router/Switches (lumped in for one estimate) 1 Wifi access points (lumped in for one estimate) 1 Cabling' 1 Server Rack With Power 2 Rack IJPS Hotswap 1 Phone System 1 Laptops -Manager, TD, Security, HM, Cust Svc 8 Laptop/Tablets - Merch/Auction 2 F&B POS Hardware (Tablet, stand, case) 42 F&B POS Charging Station 2 Printers BOCA Printers Kiosks Ticketing Kiosk Cash to Card Scanners - Zebra TC72 / TC7S 2 2 2 18 340,000 OTHER FF&E Video Surveillance System City Radios/security and amp staff Golf Carts (F&B, Prod, Security) Privacy solution for short fencing Storage Solution Portable Merch Stand Kubota RTV X11OC Kubota Lawn Sweeper Attachment Kubota Yard Trailer Kubota Street Sweeper Attachment 3500 Psi 4 GPM Pressure. Washer/Sidewalk Attach Misc Custodial Equip REH 50 REH 4 REH REH 1 REIT 1 REH REH 2 REH REH 2 REH 2 REH 1 200,000 START UP INVESTMENT Branding & Launch Campaign, Opening Activities 2,515,498 Total Investment REH REH VENUE LICENSE AGREEMENT EXHIBIT C STANDARD TERMS AND CONDITIONS S.1 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Licensee to the City will be that of an independent contractor. Licensee and all persons employed by Licensee, either directly or indirectly, are Licensee's employees, not City employees. Accordingly, Licensee and Licensee'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. Licensee employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any of Licensee employees or subcontractors assert a claim for wages or other employment benefits against theCity, Licensee will defend, indemnifyand hold harmlessthe City from all such claims. S.2 SUBCONTRACTING. Licensee may subcontract work under this; Agreement without the express written permission ofthe City, provided, however, thatLicensee shall ensure that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Licensee and its subcontractors mustprovide that the terms and conditions of this Agreement be incorporated therein. S.3 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right atits option to terminate the Agreement. No granting of consent to any assignment will relieve Licensee from any of its obligations and liabilities under the Agreement. S.4 SUCCESSORS AND: ASSIGNS, BINDING EFFECT, This Agreement will be binding upon and inure to the benefit ofthe parties and their respective permitted successors and assigns. S5 NO THIRD -PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.6 AMENDMENTS. There will be no oral changes tothis 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 Licensee. S.7 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties'' obligations under this Agreement. S.8 COMPLIANCE WITH APPLICABLE LAWS a) General. Licensee must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Licensee must stay fully informed ofexisting 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. Licensee bears full responsibility for training, safety, and providing necessary equipment for all Licensee personnel to achieve throughout the teen of the Agreement. Upon request, Licensee will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b) Drug -Free Workplace. Licensee is hereby advised that the City has adopted a policy establishing -a drug-free workplace for itselfand those doing business with the City to ensure the safety and health of all persons working on City contracts and projects: Licensee will require a drug-free workplace for all Licensee personnel working under this Agreement, Specifically, all Licensee personnel who are working under this Agreement must be notified in writing by Licensee that they are prohibited from the manufacture, distribution, dispensation, or unlawful possession or use of a controlled substance in the workplace. Licensee agrees to ensure that Licensee personnel do not use or possess illegal drugs while in the course ofperforming their duties. c) Federal and State, Immigration Laws. Licensee 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. Licensee will ensure and keep appropriate records to demonstrate that all Licensee personnel have a legal right to live and work in the United States. i) As applicable to Licensee, under this provision, Licensee hereby warrants to the City that Licensee will comply with and ensure each of its subcontractors are contractually, obligated to comply with, all federal immigration laws and regulations that relate to their employees hereinafter "Licensee immigration Warranty"). ii) A breach of the Licensee Immigration Warranty will constitute as a material breach of this Agreement and will subject Licensee to penalties up to and including termination ofthis Agreement at the sole discretion of the City. iii) The City retains the legal right to inspect the papers of all Licensee personnel who provide services under this Agreement to ensure that Licensee or its subcontractors are complying with the Licensee Immigration Warranty. Licensee agrees to assist the City in regard to any such inspections. C-2 iv) The City may, at its sole discretion, conduct random verification ofthe employment records of Licensee and any subcontractor to ensure compliance with the Licensee Immigration Warranty. Licensee agrees to assist the City in regard to any random verification performed. v) Neither Licensee nor any subcontractor will be deemed to have materially breached the Licensee Immigration Warranty ifLicensee or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274E of the Federal Immigration and Nationality Act. d) Nondiscrimination. Licensee represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because ofrace, 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. Licensee and Licensee'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.9 SALES/USE TAX, OTHER TAXES. Licensee is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Licensee's services under this Agreement, including by way of illustrationbutnot 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 Licensee or any Licensee employees an employee of the City, or should anyone otherwise claim the City is liable for the payment of taxes that are Licensee's responsibility under this Agreement, Licensee will indemnify the City for any tax liability, interest, and penalties imposed upon the City. Both City and the Licensee are exempt from paying state and local sales/use taxes and certain federal taxes and will furnish an exemption certificate upon request. S.10 AMOUNTS DUE THE CITY. Licensee must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Licensee may be offset by anydelinquent amounts due the City or fees and charges owed to the City. S.11 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Licensee executing this agreement agrees to comply with public records law: The Licensee'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") toperform the service being provided by the Licensee hereunder. C-3 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. e) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized bylawforthedurationofthecontracttermandfollowingcompletionofthecontract ifthe Licensee 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 ofthe Licensee or keep and maintain public records required by the public agency to perform the service. If the Licensee transfers all public records to the public agency upon completion ofthecontract, the Licensee shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Licensee keeps and maintains public records upon completion of the contract, the Licensee shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, uponrequest from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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. Ifthe public agency does not possess the requested records, the public agency shall immediately notify the Licensee of the request and the Licensee must provide the records to the public agency or allowthe records to be inspected or copied within a reasonable time. The Licensee hereby acknowledges and agrees that if the Licensee does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. If the Licensee fails to provide the public records to the public agency within a reasonable time, it may be subject to penalties under Section 119.10, Florida Statutes. Ifa civil action is filed againstthe Licensee to compel production ofpublic records relating to a public agency's contract for services, thecourt shall assess and award against the Licensee the reasonable costs of enforcement, including reasonable attorney fees, if: 1) The court determines that the Licensee unlawfully refused to complywith the public records request within a reasonable time; and C-4 At least eight (8) business days before filing the action, the plaintiff provided written notice ofthe public records request, including a statement that the Licensee has not complied with the request, to the public agency and to the Licensee. i) A notice complies with subparagraph (h)(2). ifit is sent to the public agency's custodian ofpublic records and to the Licensee at the Licensee's address listed on its contract with the public agency or to the Licensee'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. If the Licensee complies with a public records request within eight (8) business days after the notice is sent, it is not liable for the reasonable costs of enforcement. S.12 BACKGROUND (HECK. The City may conduct ctimtnal, driver history, and all other requested background checks ofLicensee 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.13 DEFAULT. a) A party will be in default ifthat 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 similaraction that affects Licensee'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) materially fails to carry out any term, promise, or condition of the Agreement. b) Licensee will be in default of' this Agreement if Licensee is debarred from participating in City procurements and solicitations in accordance with the City's Purchasing Policy and Procedures Manual. c) Notice and Opportunity to Cure. In the event a party is indefaultthen 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 ofthe nature and extent of such default. Anticipatory Repudiation. Whenever the City in good faith has reason to question Licensee's intent or ability to perform, the City may demand that Licensee give a written assurance of its intent and ability to perform. In the event C-5 that the demand is made and no written assurance is given within fifteen (15) calendar days, the City may treat this failure as an anticipatory repudiation ofthe Agreement. S,14 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 upon determination in good faith by the non -defaulting party that there was a material breach of the Agreement that remained uncured following notice and opportunity to cure as provided in section 14(c), above, and the termination will be deemed effective, if the non -defaulting party is the Licensee, immediately or upon such other date as specified in a notice of termination, and ifthe non -defaulting party is the City, then on such date as is determined by the Clearwater City Council at a duly constituted City Council meeting following failure to cure such material breach by the Licensee, with written notice ofsuch City Council meeting being provided to the Licensee no less than thirty (30) days prior thereto, and the termination will be effective immediately or at such other date as specified by the City Council. b) The non -defaulting party may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of the defaulting party. If the costs of obtaining substitute services exceeds the contract price, the non -defaulting party may recover the excess costs by: (i) requiring immediate reimbursement to the non -defaulting party; (ii) deduction from an unpaid balance due to defaulting party; (iii) collection against the proposal and/or performance security, ifany; (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. The non -defaulting party will have all other rights granted under thisAgreement 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.15 CONTINUATION DURING DISPUTES. The parties agree that during any dispute between the parties, each will continue to perform its obligations until the dispute is settled, performance is enjoined or prohibited by judicial action, or the parties are otherwise required or obligated to cease performance by other provisions in this Agreement, S.16 TERMINATION FOR CONVENIENCE. The City may terminate this Agreement on thirty (30) days' written notice for any reason upon approval of the Clearwater City Council at a duly constituted City Council meeting. The City shall provide Licensee no C-6 less than thirty (30) calendar days' written notice of the meeting of City Council to determine termination of the Agreement. The Licensee may terminate the Agreement upon six (6) months prior noticeto the City for any reason or no reason. S.17 TERMINATION FOR CONFLICT OF INTEREST - Florida Statutes Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomesan employee or agent ofLicensee involved with the Venue. S.18 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Licensee will be entitled to payment for those services performed up to thedateoftermination, any authorized expenses already incurred up to such date of termination, any costs incurred by the Licensee in connection with cancellation of anyeventsand/or bookings as a result of the termination, the then -current fair market value of the capital expenditures made for the Venue by Licensee, and other items as described in Section 43 of the Agreement. The City will make final payment within thirty (30) calendar days after the City has received Licensee's final invoice. S.19 NON -WAIVER OF RIGHTS. There will be no waiver of any provision of this agreementunless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided hereinor by law or in equity, orthe acceptance of, or payment for, any services hereunder, will not release the other party of any ofthe warranties or other obligations of the Agreement and will not be deemed awaiver ofany such rights or remedies. S.20 WARRANTY. Each party warrants that the services and materials will conform to the requirements ofthe Agreement Additionally, each party warrants that all services will be performed in a good, workman -like and professional manner. ifany materials or services. are of a substandard or unsatisfactory manner as determined by the other party, in good faith, the providing party, at no additional charge to the other, will provide materials or redo such services until in accordance with this Agreement and to the other party's reasonable satisfaction. Unless otherwise agreed, the City and Licensee warrant that materials used will be new, unused, of most current manufacture and not discontinued, will be free ofdefects 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.21 THE CITY"S RIGHT TO RECOVER AGAINST THIRD PARTIES. Licensee 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 theprosecution or defense of suit and the execution of instruments of assignment in favor of the City inobtainingrecovery. C-7 S.22 USE OF NAME. Licensee 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.23 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee withinthe 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 asubstantial or material administrative discretion. S.24 RISK OF LOSS. Except as otherwise provided in the Agreement, each party agrees to bear all risks ofloss, injury, or destruction ofgoods or equipment incidental to providing any services, to the extent such party provides the services, and such loss, injury, or destruction will not release the party from any obligation hereunder. S25 SAFEGUARDING CITY PROPERTY. Except as otherwise provided in this Agreement, Licensee will be responsible for anydamage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Licensee or its employees to the extent that such damage is caused by gross negligence ofthe. Licensee or its employees. S.26 WARRANTY OF RIGHTS. Each party warrants it has title to, or the right to allow the other to use the materials and services being provided to the other and that the party receiving materials or services may use same without suit, trouble or hindrance from providing party or third parties. S.27 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, each party (the "Indemnifying Party") will without limitation, at its expense defend the other party (the "Indemnified Party") against all claims asserted by any person that anything provided by Indemnifying Party 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 Indemnified Party in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly ofany matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. Ifa preliminary or finaljudgment is obtained against the Indemnified Party's use or operation of the items provided by Indemnifying Party hereunder or any part thereof by reason ofany alleged infringement, Indemnifying Partywill, at its expense and without limitation, either (a) modify the item so that it becomes non -infringing; (b) procure for the Indemnified Party the rightto continue to use theitem; c) substitute for the infringing item other items) having at least equivalentcapability; ord) refund to the Indemnified Party an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation ofuse, which amount, will be calculated on a useful life not less than five (5) years, plus any additional costs theIndemnifiedPartymayincurtoacquiresubstitutesuppliesorservices. S.28 CONTRACT ADMINISTRATION. The agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. C-8 All questions regarding the agreement will be referred to the administrator for resolution. Supplements may be written to the agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.29 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 ofthe public enemy, hostilities (whether declared or not), invasion, riots, civil unrest, embargos or blockades, national or regional emergency, strikes, labor stoppages or slowdowns or other industrial disturbances, telecommunication breakdowns, power outages or shortages, inability or delay in obtaining supplies of adequate or suitable materials, fire, explosion, other catastrophe or disaster, including epidemics, legislation, and governmental regulation. The party whose performance is so affected will within five 5) calendar days ofthe unforeseeable circumstance notify the other party ofall 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 aperiod equal to the time lost by reason of delay, plus such additional time as may 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 ofa task unless agreed upon by the parties. S.30 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Licensee. 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 oftransactions made by others. S31 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. Ifsent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sendingthereof S.32 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 arisingfromorincidenttothisAgreementwillbePinellasCounty, Florida. C-9 S.33 INTEGRATION CLAUSE. The 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.34 PROVISIONS REQUIRED BY LAW. My provision required by law to be in this Agreement is a part ofthis Agreement as if fully stated in it. S35 SEVERABILITY. Ifany provision ofthis 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 willnegotiate diligently in good faith for such amendment(s) of this; Agreementas may be necessary to achieve the original intent ofthis Agreement, notwithstanding such invalidity or unenforceability. S.36 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 oftermination. C=10 mesPRIIIIMH°1'1,"1.11,11111114illoomma Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0627 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize an Agreement with Saffire LLC. (Saffire) of Austin, TX to provide cloud-based software services that enable customer access and online ticket purchases for City of Clearwater events, for the term August 7, 2025 through August 6, 2026, with three, one-year renewal options pursuant to RFP 04-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 28, 2025, the City issued Request for Proposal (RFP) 04-25, Event Ticketing Services, to identify a qualified provider capable of delivering a comprehensive electronic ticketing solution for city-hosted events. Seven proposals were received by the due date of April 29, 2025. A team of city staff reviewed each of the submittals received from the seven qualified firms. Each submittal was ranked on the RFP criteria and overall responsiveness to the RFP requirements and shortlisted three firms (Etix, EventSprout, and Saffire) for further consideration. Following vendor presentations, the Selection Committee recommended awarding the contract to Saffire based on several factors, including, but not limited to, their high client retention rate, favorable revenue-sharing model, robust support services, and flexibility in adjusting pricing as needed. Staff is requesting approval to enter into an agreement with Saffire for the provision of proprietary cloud-based ticketing services, along with options to purchase or lease associated hardware and related products used for ticket sales and scanning. These services will support various city-sponsored special events held throughout the year. Under this agreement, Saffire will manage the collection and processing of all ticketing revenue through its cloud-based platform, remitting the proceeds to the city net of applicable processing fees, which vary by sales method. For online ticket sales, a processing fee of 10% per ticket will apply, capped at $2.99 per ticket. For tickets sold on-site at the box office, the fee will be $0.25 per ticket. Additionally, under a profit-sharing provision, if annually ticketing revenue exceeds $25,000.00, Saffire will return 25 percent of the profit earned above that threshold to the city. As part of the agreement, Saffire will also provide the city with up to 50,000 stock tickets annually, two fully equipped point-of-sale (POS) systems,12 scanners, and six days of on-site support services for the duration of the contract. APPROPRIATION CODE AND AMOUNT: N/A No code is needed - receiving funds, not paying out USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the agreement supports several Strategic Plan Objectives, including: ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0627 our customers. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 1/14/2026 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 04-25 EVENT TICKETING SERVICES NOTICE Friday, March 28, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Tuesday, April 29, 2025 to provide: The City of Clearwater Parks and Recreation – Events and Athletics Divisions regularly hosts and/or produces community events throughout the year. The City is soliciting proposals to select an experienced provider of a comprehensive electronic ticketing solution for the City’s events. 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://procurement.opengov.com/portal/myclearwater/projects/157901. 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 shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/157901. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. 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. 2.3 Due Date & Time for Submission and Opening Date: Tuesday, April 29, 2025 Time: 10:00 am 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. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. 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. 2.6 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 v. 7.2024 3 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. 2.7 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 submitted through the City's e-Procurement Portal, 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. 2.8 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. 2.9 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 listed on this solicitation 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. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. 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 requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. 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. 2.11 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. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, 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. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. 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. 2.13 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. 2.14 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. 2.15 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. 2.16 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. 2.17 Contractor Ethics v. 7.2024 5 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. 2.18 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. 2.19 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 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 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. 2.21 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 v. 7.2024 6 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. 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, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 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. 2.23 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. 2.24 Best and 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. 2.25 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. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 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. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/157901 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: March 28, 2025 Advertise Tampa Bay Times: April 2, 2025 Question Submission Deadline: April 19, 2025, 10:00am Due Date & Time for Submissions and Opening: April 29, 2025, 10:00am Review proposals: April 29 -May 7, 2025 Presentations (if requested): Week of May 12, 2025 Award recommendation: Week of May 12, 2025 Council Authorization: June 2025 Contract Begins: July 2025 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 v. 7.2024 8 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. 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. Evaluation Criteria Scoring Method Weight (Points) 1. Vendor Qualifications and Experience Points Based 35 (35% of Total) 2. References Points Based 15 (15% of Total) 3. Ticketing Solution Points Based 30 (30% of Total) 4. Proposed Costs, Charges and Fees to City and Patrons Points Based 20 (20% of Total) STANDARD TERMS AND CONDITIONS 4.1 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”. 4.2 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. 4.3 Subcontracting v. 7.2024 9 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. 4.4 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. 4.5 Successor 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. 4.6 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. 4.7 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. 4.8 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. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 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 in writing by v. 7.2024 10 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. 1. 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”). 2. 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. 3. 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. 4. 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. 5. 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. 4.11 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 v. 7.2024 11 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. 4.12 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. 4.13 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. v. 7.2024 12 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 eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 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. 4.15 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. 4.16 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. 4.17 Default v. 7.2024 13 A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 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. 4.19 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 v. 7.2024 14 by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 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. 4.21 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. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints 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. 4.23 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. 4.24 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. 4.25 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. v. 7.2024 15 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. 4.26 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. 4.27 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. 4.28 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. 4.29 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. 4.30 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. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss v. 7.2024 16 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. 4.33 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. 4.34 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. 4.35 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. 4.36 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). 4.37 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. 4.38 Cooperative Use of Contract v. 7.2024 17 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. 4.39 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. 4.40 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. 4.41 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. 4.42 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. 4.43 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. 4.44 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. 4.45 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 5.1 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 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received v. 7.2024 18 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. 5.2 Background The City currently hosts a variety of ticketed events, ranging from athletic tournaments to concerts. Primary venues include the Eddie C. Moore Complex for sporting events and Coachman Park for outdoor concerts. Depending on the event, ticket sales can range from as few as fifty (50) seats—such as VIP options at free events—to as many as thirteen thousand (13,000) seats, with prices varying accordingly. Annually, total ticketed attendance ranges from 15,000 to 25,000, with approximately 2,000 complimentary tickets issued each year. 5.3 Scope of Work The City of Clearwater Parks and Recreation – Events and Athletics Divisions (City) is seeking a qualified provider to deliver a comprehensive electronic ticketing solution for City-hosted events. The selected provider will be expected to offer end-to-end ticketing services, including related marketing support and any necessary supplementary equipment, in alignment with the Scope of Work outlined below. Electronic Ticketing Solution: Online Ticket Sales: Platform must support responsive functionality on mobile devices, allowing users to purchase tickets without the need for passwords or logins. Purchase receipts must be emailed automatically. On-Site Ticket Sales: Capability for real-time, wireless ticket sales at event venues. Mobile Optimization: The mobile site must be fully responsive and optimized for user-friendly navigation and transactions. Dedicated Landing Page: A customized landing page for online ticket sales must be provided, featuring: o Options for promotions and discount codes. o Ability to collect customer information, including name, mailing address, and email address. o Secure financial transaction management, including support for MasterCard, VISA, Discover, American Express, debit cards, and e-checks. Full compliance with Payment Card Industry Data Security Standards (PCI DSS) is required for all payment handling. o Customizable confirmation/receipt emails, branded and configured by the City. Customer Support: 24/7 online and phone support, including after-hours and weekend availability for troubleshooting, equipment issues, and performance setup. On-Site Event Support: One (1) staff member must be available on-site during large-scale events, approximately two (2) to three (3) times per year. Some events may span multiple days. v. 7.2024 19 Ticketing Equipment: Vendor must supply a minimum of four (4) complete ticketing systems— including computers, printers, and ticket scanners—to adequately support event operations. All equipment will remain the property and responsibility of the vendor. Marketing Capabilities: The City welcomes proposals that include optional marketing tools available through the vendor’s platform. Reporting Capabilities: The ability to quickly and easily generate reports is essential. All reports must be accessible online, offer sorting and filtering functions, and be exportable in common formats. At a minimum, the ticketing provider should be able to generate the following reports: Ticket sales Event manifest Gross sales Sales by specified date ranges Ticket holder information, including name, mailing address, and email address Scheduled/automated report generation Real-time scanning activity Attendance figures E-marketing engagement Settlement reports 5.4 Minimum Qualifications Responding providers must have a minimum of five (5) years of experience in the ticketing software industry, serving clients of similar size and complexity to the City of Clearwater. Additionally, providers must be in full compliance with all applicable Federal, State, and Local regulations governing ticketing system services. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 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: v. 7.2024 20 6.2 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. 6.3 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. 6.4 Workers’ Compensation Insurance 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. 6.5 Cyber Liability Insurance Where the Agreement involves portals allowing access to obtain, use, or store data; managed dedicated servers; cloud hosting services; software/hardware; programming; and/or other IT services and products are involved. Limits of not less than $2,000,000 (two million dollars) per occurrence and $2,000,000 (two million dollars) aggregate. Coverage sufficiently broad to respond to duties and obligations undertaken by Firm, and shall include, but not be limited to, claims involving infringement of intellectual property/copyright, trademark, trade dress, invasion of privacy violations, damage to or destruction of electronic information, information theft, release of confidential and/or private information, alteration of electronic information, extortion, virus transmission, and network security. Coverage, as applicable and with sufficient limits to respond, for breach response costs, regulatory fines and penalties, credit monitoring expenses. 6.6 Fidelity/Dishonesty/Liability Coverage Is to be purchased or extended to cover Common Fidelity/Crime insurance claims allege employee dishonesty, embezzlement, forgery, robbery, safe burglary, computer fraud, wire transfer fraud, counterfeiting and other criminal acts of the Other Party’s employees resulting in loss to the City. The liability limits shall not be less than $1,000,000 (one million dollars). 6.7 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.8 Other Insurance Provisions 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 v. 7.2024 21 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, 04-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. 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 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from July 1, 2025 through June 30, 2026. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. three (3), one (1) year renewal(s) are possible at the City’s option. 7.3 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. 7.4 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 v. 7.2024 22 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 for 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. 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 listed above. D. No fuel surcharges will be accepted. RESPONSE ELEMENTS 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. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall be included in your proposal and uploaded into the specified section of the TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The proposer’s understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 – Vendor Qualifications and References. Respondents must provide a comprehensive statement outlining their qualifications, capabilities, experience, and expertise in delivering the requested services. The submission should include the following: A. A summary of the company’s background, including its history, organizational structure, and overall product and service strategy. v. 7.2024 23 B. An evaluation of the proposer’s ability to fulfill the City’s requirements, including any value-added services or areas of expertise that exceed the stated specifications. Any limitations or areas where the proposer cannot meet the specifications must also be clearly identified. C. Identification of senior and technical staff who will be assigned to the City’s account. Personnel listed in the proposal must not be substituted without prior approval from the City. Resumes highlighting relevant experience may be included. D. References - a minimum of three (3) references, preferably from other public entities, for whom similar services have been provided. Include the following for each reference: organization name, description of services rendered, contact person’s name, phone number, email address, mailing address, and the dates services were performed. TAB 3 - Ticketing Solution. Provide a detailed explanation of how your ticketing system meets the City’s needs as outlined in this RFP. The response at minimum should address the following components: A. Online Ticket Purchasing Process: Describe the end-to-end experience for customers purchasing tickets online. B. In-Person Ticket Purchasing Process: Outline the procedure and technology used for on-site ticket sales. C. Additional Ticket Purchase Options: Detail any alternative ticket purchasing methods your system supports. D. Credit Card Processing: Explain how payments are processed, including accepted card types and security compliance measures. E. Landing Page Configuration: Describe the customization options and user experience of the ticketing landing page. F. Event Creation: Specify whether events can be self-created by the City or require provider assistance. If provider-managed, indicate the typical turnaround time for publishing new events. G. Reporting Functionality: Detail reporting features, including but not limited to ticket sales, guest lists (with data such as email addresses and zip codes), revenue, promotional effectiveness, year-over- year comparisons, resale notifications, and analytics. H. Refund Policy: Provide your company’s standard refund policy and how it is managed within the system. I. Supported Operating Systems: List the operating systems compatible with your client workstations, including mobile and handheld ticket scanners. J. Software Access and Maintenance: Indicate the type of software used (cloud-based, installed, etc.), how it is accessed, and the frequency of updates, patches, or revisions. K. Pricing and Promotions Management: Describe how your platform handles multiple ticket price levels, group pricing, and the use of various promotional or discount codes. L. Capacity Management: Explain how your system uses holds or other tools to manage venue capacity across ticket types. M. Data Security: Outline your security protocols and how customer and transaction data is protected. v. 7.2024 24 N. Chargeback Policy/Procedure: Describe your policy and procedures for handling chargebacks. O. Settlement Reporting and Process: Explain the settlement report structure and the timeline/process for reconciling payments. P. Innovative Features: Highlight any innovative tools or features your platform offers to enhance the customer experience, especially for events with multiple ticketing options. TAB 4 - Proposed Costs, Charges, and Fees to City and Patrons. Provide a comprehensive list of all charges and associated costs, including but not limited to the following: A. Service Implementation: Costs related to the implementation of services, including process design, project configuration, and any required product customization. B. Training Costs: Cost associated with end user training, IT support staff, and other relevant personnel. C. Support and Maintenance: Ongoing support and maintenance fees over the duration of the contract. D. Connectivity and Hosting: Costs associated with network connectivity, system hosting, and any similar infrastructure requirements. E. Technical Requirements: A detailed description of all telephone, networking, and/or internet connections necessary to install and operate the system at various locations. F. Hardware Costs: Identify both initial and anticipated future hardware costs incurred by the City and by the vendor (e.g., ticket scanners, printers, PCs, and supplies). G. Equipment Requests: Outline the process for requesting additional or replacement equipment, including any associated fees or delivery timelines. H. Financial Fees and Incentives: Provide a breakdown of all applicable financial fees and incentives, including but not limited to: o Convenience/service charges o Internet, phone, box office, and mobile ticketing fees o Print-at-home and mobile ticket delivery fees o Ticket insurance, ticket stock, refund processing fees o Revenue sharing Other Forms. Reference Submittal Requirements A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. W-9 Form. Include a current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) SUBMITTAL REQUIREMENTS 1 Exceptions* v. 7.2024 25 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. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" v. 7.2024 26 Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby 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. v. 7.2024 27 ☐ Please confirm *Response required 5 E-Verify System Certification* 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. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. 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. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. 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). G. 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 04-25 Event Ticketing Services. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. Compliance_with_787.06_form... *Response required 9 W-9* v. 7.2024 28 Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required City of Clearwater Events Ticketing Services RFP#04-25 April 29, 2025 Page 2 TAB 1: ................................................................................................................................................... 4 LETTER OF TRANSMITTAL ............................................................................................................... 4 Partnering with Saffire ................................................................................................................. 7 Saffire’s Core Values ..................................................................................................................... 7 Saffire’s Differentiators ................................................................................................................ 7 TAB 2: ................................................................................................................................................... 8 VENDOR QUALIFICATIONS & REFERENCES ................................................................................ 8 A. Company Background & History ................................................................................... 9 B. Proposer’s Ability to Fulfill ............................................................................................. 12 C. Key Development and Project Management Staff .................................................. 12 D. References ........................................................................................................................ 15 TAB 3: ................................................................................................................................................. 19 TICKETING SOLUTION .................................................................................................................... 19 SaffireTix Selling Platform ............................................................................................................. 20 A. Online Ticket Purchasing Process ............................................................................... 21 B. In Person Ticket Purchasing Process .......................................................................... 25 C. Additional Ticket Purchase Options ............................................................................ 30 D. Credit Card Processing .................................................................................................. 38 Page 3 E. Landing Page Configuration ......................................................................................... 38 F. Event Creation.................................................................................................................. 40 G. Reporting Functionality .................................................................................................. 46 H. Refund Policy .................................................................................................................... 57 I. Supported Operating Systems ..................................................................................... 58 J. Software Access and Maintenance ............................................................................. 60 K. Pricing and Promotions Management ....................................................................... 61 L. Capacity Management ................................................................................................... 63 M. Data Security .................................................................................................................... 64 N. Charge Back Policy/Procedure ..................................................................................... 65 O. Settlement Reporting and Process ............................................................................. 68 P. Innovative Features ........................................................................................................ 69 TAB 4: ................................................................................................................................................. 70 PROPOSED COSTS, CHARGES & FEES ....................................................................................... 70 Ticketing Services ............................................................................................................................ 71 A. Service Implementation ................................................................................................. 71 B. Training Costs................................................................................................................... 71 C. Support and Maintenance ............................................................................................ 74 D. Connectivity and Hosting............................................................................................... 74 E. Technical Requirements ................................................................................................ 76 F. Equipment & Hardware Costs ..................................................................................... 77 G. Equipment Requests ...................................................................................................... 77 H. Financial Fees and Incentives ....................................................................................... 78 OTHER FORMS ................................................................................................................................. 81 APPENDIX .......................................................................................................................................... 86 Appendix A: Case Studies ............................................................................................................. 87 Appendix B: SaffireTix Case Studies ........................................................................................... 87 Page 4 We are so excited you are interested in learning more about SaffireTix. We hope this information makes the decision to partner with us a no-brainer. TAB 1: LETTER OF TRANSMITTAL Page 5 Dear City of Clearwater, Saffire is pleased to submit this letter of transmittal response to the City of Clearwater’s request for proposal released on March 28, 2025. We appreciate the opportunity to work with your team and are excited about the potential to support your community with a powerful, reliable, and user-friendly digital solution. We want to affirm that Saffire fully understands the scope of work outlined in your request. Our team is well-equipped and prepared to deliver the requested services within the specified timeframe. With a proven track record of successful implementations for municipalities, fairgrounds, and destination organizations, we are confident in our ability to meet – and exceed – your expectations. There are several reasons why Saffire is uniquely qualified to serve the City of Clearwater: Simpler, Newer, More Intuitive Management -- Our System has continuously evolved since its beginning. We have honed our approach to make it easier to use, train staff and volunteers, and see the reports you need. This continuous evolution has also allowed us to add newer and better hardware and connectivity, ensuring a streamlined operation. Experience & Expertise: We specialize in building websites and ticketing platforms for cities, venues, and events. Our team brings years of experience designing intuitive, mobile-friendly platforms that engage residents and visitors alike. Customer Support: We pride ourselves on our responsive, personalized support. You won’t just have a vendor – you’ll have a committed partner invested in your success. Proven Results: Our clients consistently see improvements in online engagement, revenue generation, and community satisfaction after partnering with us. Saffire is ready and enthusiastic to begin work as soon as we receive notice to proceed. We are committed to delivering a high-quality product on time and with the care and attention to detail that the City of Clearwater deserves. Page 6 Thank you for considering Saffire. We look forward to the opportunity to collaborate and serve your community. Aaron Pederson Cassie Dispenza Jodi Buresh, CFE PRIMARY CONTACT Partner/President VP of Strategic Partnerships Director of Partnerships Office: 512.430.1123 Office: 512.430.1123 Office: 512.430.1123 Cell: 503.804.6303 Cell: 469.441.8801 Cell: 701.388.9473 email : aaron@saffire.com email: cassie@saffire.com email: jodi@saffire.com Page 7 Partnering with Saffire Saffire is super easy to work with. Plain and simple. Driven by our core values, the Saffire team is your dedicated partner in every way. Your success is our success. Saffire’s Core Values Saffire’s Differentiators SUPPORT The best in the industry, a real, US- based person, in your time zone TECHNOLOGY Premium and constantly evolving platform that is super easy to use INTEGRATED Industry’s only integrated web marketing and ticket selling platform REPORTING Slice and dice, however you want, from wherever you are SPEED Decades of e-commerce experience behind an efficient cart INTERFACE Award-winning website layouts, proven to increase revenue DESIGN Custom, professional design and branding increases engagement CONTROL You drive all your own website content and strategy We are smart and creative innovators. We make “nerdy” fun. We are dedicated team players. We treat our clients like family. Page 8 At Saffire, our skilled staff and perfected processes make launching new systems a cinch. Read more about our company & happy clients here. TAB 2: VENDOR QUALIFICATIONS & REFERENCES Page 9 A. Company Background & History Since our company’s inception in 1998, we've worked with many global companies, including KEEN Footwear, Jeep, Panasonic, Intel, Nike, Chrysler and Frito Lay. We've built many successful marketing strategies, and have been fortunate to win numerous awards and change the lives of many clients. We introduced Saffire in 2009, added SaffireTix in 2012 and have over 500 clients on our platform, with a trajectory of continued growth. We've been told we have a “secret sauce” of a fantastic product paired with exceptional customer service, and we're thrilled to share it with industries we love. Like most businesses, events must appeal to younger audiences in order to thrive. Saffire understands the pieces to this puzzle and includes everything your organization needs to be successful online. We also have almost zero client attrition, which reflects the quality of our product and second to none customer service, as well as our financial stability. We have never had a cash flow problem, a loan, or any other financial issue, with almost 20 years in business (and can provide more detail if needed). Saffire has been the recipient of many industry awards, including the prestigious Barham Award from Western Fairs Association, the top service provider award for this association, given for excellence in customer service, innovation and industry vision; and the Vendor of the Year from the Texas Festivals and Events Association. For more Saffire accolades, we invite you to please visit www.saffire.com/awards. Organizational Structure Our company has been owned by the same three partners since 2000. We’re a well-oiled machine with extensive experience getting websites out the door. Chances are, whatever challenge you are facing with your ticketing, we have seen it before and have the expertise to help. Page 10 Partners Name Title Contact Info Aaron Pederson Partner, President aaron@saffire.com Jeremy Emerson Partner, Creative Director jeremy@saffire.com Kendra Wright Partner/Founder kendra@saffire.com Product Strategy Saffire is unique in the fact that we are constantly upgrading our ticketing offering to reflect the latest trends in the industry. We take pride in the fact that our equipment & developments are always the “latest & greatest”. Many features added to the platform are decided based on client vote. We update automatically every 6-12 weeks, keeping in mind the dates of your events to ensure big releases won’t interfere with your most important times. These standard enhancements are covered in your fees & are thoroughly planned & vetted by the leadership team in weekly & semi-annual meetings. Have a great idea for the future of SaffireTix? Let us know—we’d love to hear about it & find a way to incorporate it in the software! Chances are you’re not the only one who would benefit from the request! Our clients greatly benefit from this “group think” mindset—we even host webinars to keep you up to date on the latest happenings. Page 11 Project Management Process The following is an example production & implementation plan, based on a sample client project start date of June 2, 2025. Weekend days are excluded as production and implementation dates. The client is assumed in attendance at all relevant meetings & training sessions, which are conducted via phone and screen sharing software unless otherwise requested to be in person, for which special arrangements will be made. Example Client – Start 6/2/2025 Proposed Onsale no later than 8/26/2025 Task Owner Due Date Kickoff meeting City of Clearwater & Saffire Mon 6/2/2025 First Steps Meeting City of Clearwater & Saffire Wed 6/11/2025 Products Meeting City of Clearwater & Saffire Mon 6/23/2025 Tix Page Meeting City of Clearwater & Saffire Tue 7/1/2025 BXO/Dashboard/Devices Meeting City of Clearwater & Saffire Thu 7/10/2025 Reports Part 1 Meeting City of Clearwater & Saffire Tue 7/22/2025 Pre-prints Meeting City of Clearwater & Saffire Wed 7/30/2025 Devices/Stock/Onsite Meeting City of Clearwater & Saffire Fri 8/8/2025 Reports part 2 Meeting City of Clearwater & Saffire Tue 8/19/2025 Onsale/Go Live City of Clearwater & Saffire Tue 8/26/2025 Note: This timeline is based on a “perfect” and standard project. As with most projects of all natures, vacations, unforeseen illnesses/delays from all parties involved, plus unforeseen technology difficulties will affect the timeline. Additional time will also be added for customizations and integration Page 12 B. Proposer’s Ability to Fulfill Saffire is fully equipped to meet and exceed the expectations outlined in the RFP. With a proven track record of successful partnership with live events across the country, out platform offers a robust, user-friendly, and fully integrated ticketing solution. From seamless online sales to reliable on-site operations, real-time reporting, and dedicated client support, we bring both the technology and the experience necessary to deliver a smooth, secure, and highly efficient ticketing process. Our team is committed to ensuring successful implementation and ongoing success through the duration of the agreement. C. Key Development and Project Management Staff Saffire employs over 60 full-time employees as of 2025 at our offices in Austin, TX and Portland, OR & remotely. These are the key staff members that would be assigned to your project. All have many years of experience both in web development & with Saffire specifically. Name Type Of Production Years Of Service Contact Info Chris Lugar Vice President of Engineering 18 chris@saffire.com Daniel Bunn Tech Lead 12 dan@saffire.com Jessica Bybee-Dziedzic Vice President of Operations 16 jessica@saffire.com Phil Thompson Director of Website Clientele & Platform Knowledge 9 phil@saffire.com Kris Boehm Ticketing Key Account Manager 3 kris@saffire.com Bios of Primary Team Members Chris Lugar, Vice President Engineer Chris Lugar has a Computer Science degree from Western Oregon University and has been architecting and building high-volume ecommerce platforms with the Saffire team since 2005. He has held the positions of Developer, Lead Software Engineer and most recently, Senior Technical Director where he serves as an integral Page 13 part of Saffire’s Leadership Team. For over 10 years, Chris has been in charge of concepting and setting the architectural direction for all of Saffire’s projects, including the management of all front end and back end web development, mobile and app development, QA and code reviews and ecommerce platform compliance for PCI and ADA on the Saffire platform. Chris’ passion for scalable and efficient technical solutions have shaped the Saffire ticketing and website platform from the very beginning. His leadership in creating Agile workflows and managing multiple internal teams have resulted in a successful ticketing platform including online and offline ticket scanning, ecommerce sales, mobile and web-based box office and a fully integrated RFID cashless solution. Chris is a dedicated technology champion for all of Saffire’s clients. Daniel Bunn, Tech Lead Daniel has a background in Computer Information Systems and has been on the Saffire team since 2011. His career history has included analyzing code and creating custom modules for customers. At Saffire, Daniel focuses on resolving complex customer support requests. He is the primary support for many clients. He is the key team member to implement key infrastructure updates to improve performance and scalability to support the rapid growth of Spark. Jessica Bybee-Dziedzic, Vice President of Operations Jessica has a comprehensive background in online marketing, social media, websites and ticketing strategy. In 2007, she joined Wright Strategies, managing global e-commerce projects and strategy for clients including KEEN Footwear, Nike and Frito Lay. In 2009, Jessica helped Wright Strategies create Saffire, providing events, venues and destinations with ticketing and websites in a simple integrated platform. Jessica is actively involved in the latest trends and technology regarding the cashless operations related to Saffire’s BlastPass product. She has created and lead the BlastPass team since its inception. Page 14 Jessica is a friend to every client who ever met her, and her experience in product and project management, coupled with her technology background has helped take BlastPass to new levels with Saffire. Jessica is detailed, thorough and foresees and handles challenges in the industry. She is a member of Saffire’s Leadership Team and has been with Saffire for over 15 years. Her experiences working directly with carnival operators and food and beverage vendors has given her the reputation as the “Go To” for strategic execution of major events. Phil Thompson, Director of Website Clientele & Platform Knowledge Phil has a diverse background in media, marketing, web design and development. His path to Saffire has included newsroom experience, working in radio broadcasting (on-air and commercial/station production), managing online operations for a newspaper, and directing marketing for an arena/livestock/exhibition venue. For the last eight years Phil has been helping Saffire clients make their website dreams come alive, and he is now the Director of our Website Team, our Knowledge Base, and training. After 30 years of working with websites, Phil is always looking for ways that users can simplify their site management while maximizing the tools within the Saffire platform. He says that there’s nothing more satisfying than teaching someone to use the software confidently and creatively. Kris Boehm, Ticketing Key Account Manager Kris has been helping ticketing clients succeed for over 14 years. He has experience on multiple ticketing platforms and has an extensive knowledge of the ticketing landscape. While not all client needs are exactly the same, Kris quickly came to understand that the common need from ticketing professionals to be heard and appreciated. He loves the live entertainment space in all its forms but especially loves being part of a ticketing company that still recognizes the need to develop and maintain relationships with clients that help foster growth and lead to success. He likes to tell the clients he works Page 15 with that he is on their proverbial team and will go the extra mile to help them achieve success. In his personal life he values and enjoys family, good books, live events, family history research, travel, great food and lively conversation. D. References Here are clients you can call on to learn more about real-life experience with SaffireTix. To see a full listing of all festival clients, you can view them here - https://www.saffire.com/businesses/events/festival Canterbury Park Shakopee, MN Kerry Larson klarson@canterburypark.com 952.233.4878 https://tickets.canterburypark.com/p/tickets Page 16 Sharp Seating dba Pasadena Tournament of Roses, CA Lisa Crosby lisa@sharpseating.com 626.795.4171 https://tickets.sharpseating.com/tickets Page 17 Page 18 Festevents – City of Norfolk Events Norfolk, VA Jason Cantone, Box Office Manager cantonej@festevents.org (757) 441-2345 https://tickets.festevents.org/p/extra/spring-town-point-virginia-wine-festival Page 19 SaffireTix has a full suite of industry-specific features included, taking the guesswork out of what you need for your platform. We add to this list frequently and requests for new features come from existing clients! TAB 3: TICKETING SOLUTION Page 20 SaffireTix Selling Platform SaffireTix Combines three points of sale in one handy system: 1. Online sales with print-at-home and mobile tickets you can scan at the gate 2. Pre-printed hard tickets with QR codes provided by Saffire 3. Box Office Sales, via cash and credit cards through the SaffireTix app and Box Office sales, tracking and printing, via cash and credit cards All comprehensive, up-to-the minute reporting integrated into your Spark dashboard and a daily transactional report emailed to you nightly. Our goal is for you to make as much revenue as possible before your events. Our case studies show that online sales increase the bottom line. One of the great things about our scanning is that access control is managed through device by location and can be set up in a multitude of ways through your Spark dashboard. This means one code can be scanned for different redemption rules—bundle your tickets to earn more revenue! Page 21 A. Online Ticket Purchasing Process The City of Clearwater can sell tickets and other products online with the SaffireTix system. We make it just as easy for customers to purchase on mobile as on desktop as well! We’ve incorporated recent changes in our mobile purchase process, leading to an increase of over 50% in conversion rate for mobile purchases. Patrons who purchase a ticket online are emailed a ticket and purchase receipt and are not required to create an account/password to complete their transaction. Page 22 We also are able to change the background color of the ticket to match your event or ticket type. This is helpful for your scanning staff to be aware of the type of ticket purchased. Ex: Adult vs. Child or VIP vs General Admission. Easy Ticket Purchase Process Choose wording that makes it clear to your customers that they will be able to select their seats for reserved events or choose different levels for general admission. You maintain control of how your events are displayed and arranged. The city can create its own tickets and events on demand, meaning there is no turnaround time from Saffire on how fast you can get new tickets online. Detailed training is included with SaffireTix setup & you’ll be a pro in no time. Page 23 Reserved Seat Tickets Saffire offers the most user-friendly seat selection process for customers in the industry. Saffire even allows customers to see a “view from seat” option for reserved maps if you’d like! Patrons can select their own seat, view best available seats, scroll between sections and view different price levels. You can even sell both reserved and GA tickets from a single map, offering customers the most visibility to their options, with the fewest number of clicks. Reserved Seating Configurations In addition to selling reserved seats in a traditional map form, you can also sell reserved tables, stalls, pit areas, box seats – you name it! Our flexible reserved seating maps can be designed for any configuration. Page 24 Timed entry can also be utilized throughout the system, to allow customers to choose a timed ticket event for any event: Discount codes are universal throughout the system, with all sales reporting through the Spark dashboard. Page 25 B. In Person Ticket Purchasing Process Box Office The SaffireTix App is a ticket sales cash register in the palm of your hand on an iPhone or Clover device! Simply select pre-determined general admission tickets for sale, and the app calculates the total and allows you to accept cash or credit card. You can even set up different types of products to sell at specific locations, or collect specific customer data, like a zip code, during purchases. You can print tickets using our portable Bluetooth hip printers or give customers pre-printed tickets at checkout. Most customers find they like to use a combination of our three box office systems— and that is perfectly fine! They integrate seamlessly & based on your needs at all your events, you can pick & choose which equipment you’d like where. Option 1: Gate Sales App for General Admission Tickets SaffireTix allows for the most flexibility in point-of-sale systems on the market. Cashiers may use a laptop, printer & credit card reader, with tickets issued on standard ticket stock, or a mobile point of sale unit, consisting of a mobile device, Bluetooth printer and plug in reader, where tickets are issued on a receipt like paper. These two systems can be utilized interchangeably for what makes sense for each event location and instance. All cash and credit card sales are logged to each cashier for complete reconciliation of funds & tickets sold. Page 26 Option 2: Web-based Box Office Solution for both General Admission and Reserved Seats SaffireTix Box Office is a web-based solution and can be utilized to select seats and manage inventory through holds. You can sell and print tickets expediently in advance, or at your ticket office on the day of your event. This system uses a laptop & USB connected printer, meaning its equipment has a larger footprint, but it offers more powerful features than the gate app. Page 27 Option 3: Kiosk Options SaffireTix Kiosk Box Office offers an option for clients wanting contact-free sales that are more portable than a full kiosk option. This option can help you increase safety and reduce operating costs with the following benefits: Health and safety of your staff and customers - Saffire’s kiosk component solution dramatically reduces the need for person-to-person contact. Reduced personnel costs - Self-serve box office touchscreen device stands are the most cost-effective solution to eliminating the need for workers doing in- person ticket selling, scanning, and more! Page 28 Simple to convert existing box office windows - The plug-and-play setup of SaffireTix Box Office Kiosks is the easiest and most flexible way to convert existing selling windows into powerful, self-serve ticketing stations! Page 29 Option 4: Parking Lot Ticket Management SaffireTix offers a uniquely suited solution to manage parking tickets, as one device can scan AND sell tickets on one handsfree mobile unit. With the click of one button, parking sellers can switch back and forth between scanning & selling, to process parking tickets sold in advance, or sell tickets on the spot. Saffire even has ticketing clients who have utilized its system ONLY for this parking feature for its utility and ease of use, so we are well suited for this option. Page 30 C. Additional Ticket Purchase Options The SaffireTix system can generate barcodes to accommodate any type of pre-printed tickets, including hang tags, badges, wristbands & more. Anything that you can pre- print can have a QR code and be tracked through the system! Badges can even be coded to show a photo upon scanning. Message Buyers Currently Saffire integrates with several systems that allow for messaging buyers directly, including Activity Stream. These systems create email lists automatically based on ticket buyers’ purchases. More information can be provided on these services upon request. The system automatically sends an email for any transactional occurrence, including order confirmation/receipt, ticket delivery, revisions/exchanges and order additions. The System currently allows for one cart recovery email, though this portion of the system is being upgraded as we speak, to allow for more customizations. In Q3 2025, Saffire will also launch an internal email marketing tool, allowing for clients Page 31 to email purchasers directly from our system, for “know before you go” type emails only. This system will not be a replacement for marketing emails. During checkout, you capture all customer data including name, mailing address & email address. Canceling an order and issuing refunds is easy. Simply go into your purchases report and click cancel. The system is equipped with double- verification, prompting you to make sure you are sure before completing the cancellation. Promo Codes You can offer promo codes on any product you sell through Saffire. They are managed through your Saffire dashboard and appear to your customers in checkout. You may create unlimited promo codes at no charge. Here are some things you can do with promo codes: Create promo codes of either percent or dollar value discount on either a per-item or per-order basis. Display a promotion description/message in the shopping cart. Schedule promo codes ahead of time with a start date and either an end date or a number of uses (e.g., a promo for the first 10 people who enter the code). Page 32 After codes are no longer valid, automatically stop accepting codes and instead display a custom message telling customers the code is no longer valid (e.g. Sorry, we already picked our 10 winners! Watch Facebook for more promos like this one! etc.) Optionally offer free shipping for each promo code. Optionally designate a threshold for total order volume for each promo code. Optionally designate the number of things a customer can buy with each promo code. View detailed reports on how your promo codes performed, including number of uses, total revenue earned off a promo code & the total discount given. Discounts Discounts provide numerous options for you to offer reduced prices, waived fees, and add-ons with your products, while also setting qualifiers and limitations. You can even create or add your own codes. You can offer discount codes on any product you sell through Saffire. They are managed through your Saffire dashboard and appear to your customers at checkout. You may create unlimited discounts at no charge. Here are some things you can do with discounts: Create a discount that will reduce a $ or % off the ORDER subtotal. example: use this option to receive $5 off your order Discount only specific products. This can limit to a particular product category, sub-category, product, seat category, and/or price type. example: use this option to receive $5 off a VIP ticket Tiered discounts: Discount with varying degrees ($ or %) dependent on the quantity of products people purchased. example: use this option to get 5% off any 10-19 products or 10% off any 20+ products Page 33 Page 34 Page 35 Ticket Transfers Transferring tickets has never been easier or more secure. You will have the ability to purchase a group of tickets and safely transfer them to your friends and family. Tickets can only be transferred once. During the transfer the originally purchased code is deactivated and only the new “transferred” code is active. Ticket transfers cannot be undone. The original purchaser will not have access to the transferred tickets. The new transferred ticket will be assigned with the ticket holder’s information. You can also run a report and filter all the orders that have at least one ticket transferred. Page 36 Page 37 Ticket Scanning & Validity Verification With SaffireTix, any Apple device or Zebra device can instantly become a ticket scanner for all types of tickets. This validates tickets & protects against ticket duplicates using the QR code printed on each ticket. Page 38 The SaffireTix app allows you to control access to your event through scanning and QR codes. Codes can be programmed to suit any situation. All tickets use a QR code and are scanned at the appropriate entry point, allowing for complete control of your facility with real-time reporting. The scans are reported to the System, allowing you to instantly monitor both access and capacity from desktop and mobile devices. QR codes in our System can be programmed in various ways, including multiple days, multiple scans, single scans, varying scan rules at different locations, and more, allowing you to set up your tickets precisely as needed. D. Credit Card Processing Easy and Safe Checkout – Using your processor or ours SaffireTix is unique in the fact that we allow you to use your own payment processor and receive your funds directly if you wish. Alternatively, Saffire can provide a payment processor and handle all transactions, paying you by convenient e-check or money transfer after your event is over. Our cart is PCI-compliant, accepting all forms of major credit cards. Saffire’s audit report can be displayed and printed for each event. E. Landing Page Configuration Saffire will create a dedicated landing page (Ticket Portal Page) specifically for the City of Clearwater that seamlessly aligns with the city’s current website branding and visual identity. Our goal is to provide a cohesive, user-friendly experience that reflects the city’s unique personality while enhancing accessibility and engagement. The landing page will feature a customized URL that does not include “Saffire” in the web address. This ensures that patrons feel like they are staying with the City of Clearwater’s website platform, providing a seamless and trustworthy browsing experience. Page 39 The page will be built with performance and accessibility in mind, meeting modern web standards and ensuring ADA Compliance for all user. Page 40 F. Event Creation Saffire’s custom Content Management System Spark™ places the power to manage your ticketing in your hands, in one centralized location! The Saffire team is here to support you as much or as little as you’d like. However, most clients find it even easier to manage their products through our system than to make a phone call to our team! This system allows you to manage your inventory, set & release holds on tickets, plan on sales, and more. SaffireTix allows you to create events on the fly and edit as needed. All edits to the Saffire platform (including events) are instantaneously posted once saved. Reserved Seat Maps Saffire allows for the creation of as many map configurations as you need, and then you can select which seat map applies to each on sale. Over time, you’ll build a library of seat maps that you can utilize! We’ll continue to add to your seat map library as often as you need. There are no additional charges for this map generation. Page 41 You can edit seat maps before during and after sales have occurred, though we try to work with you to finalize maps prior to going on sale, in an effort to reduce potential errors and avoid confusion for patrons. All SaffireTix tickets generate their own scannable bar code. Tickets can contain sponsor logos, advertisements, additional ticket notes & more with our customizable ticket layouts. Page 42 City of Clearwater has full control over the online ticket layout for each event. With our easy ticket templates, we can preload multiple options into your system, allowing for unique custom designed digital tickets with each product. Simple editing tools allow for further customizations on the fly. Page 43 Page 44 Access Control All access control data with SaffireTix is logged instantaneously and up to the minute, so that reports can be used in real time. SaffireTix has the unique flexibility with its QR codes, to allow each individual code to store an unlimited amount of data & scan as many times as you’d like in different locations, without allowing for duplicate scanning where it is not allowed. These “redemption rules” are very unique to our system and allow for complete control over different access points, ticket types & packages. Receipts Receipts are generated in SaffireTix for both online and in person purchases. Receipts can be printed or emailed to the customer. Page 45 Fees/Service Charges The City of Clearwater can assign fees as it sees fit for all ticket sales, both online & onsite. Fees are set on a per product basis and can be modified as you see fit. Multiple fees can be assigned per product, and fees can be combined to show to the customer in a lump sum or be included in the price of the ticket (“All in” pricing). Page 46 G. Reporting Functionality Saffire offers comprehensive, real-time revenue reporting via Spark from your desktop and mobile device. You can view reports by item sold, broken down by date and time, and by location (which gate) the items were redeemed. With SaffireTix, reconciliation is a cinch—each seller can have their unique PIN so you can track how many tickets each person has sold. You can also view reports on promotion codes, including total revenue for each promotion code, total discount given (useful to show value for sponsor codes, for example), and average $/order for each code. You’ll also get a nightly email report with that day’s sales and redemption information. And if you’re not at your desk, you can also see real-time reporting from your smartphone! Almost any report you can dream up is available in your Spark dashboard. Page 47 Redemption Report – By Product Type Page 48 Redemption Report – By Scan Location Page 49 Redemption Report – By Date Page 50 Redemption Report – By Hour Page 51 Sales Report This report is made specifically for accounting and auditing purposes, allowing those tracking cash movement to see all current and canceled orders in one place for total money tracking. Sales Report- Reconciliation by Seller Page 52 Sales Report – By Product Type Sales Report – By Payment Type Page 53 Sales Report - Marketing By State/City Sales Report - Marketing By Postal Code Page 54 Audit Report This report shows more details and allows the option to share with a promoter, either by link or email access. Page 55 And if you’re not at your desk, you can also see real-time reporting from your smart phone! Almost any report you can dream up is available in your Spark dashboard. Here are a few examples: Page 56 Saffire’s advanced accounting reporting system includes the following features: Date & Time coding in a real time environment Ability to track all monies in & out of the system, including comp tickets. Custom reporting, with the ability to create & save custom reports on the fly based on how the City of Clearwater would like to see the data. Real time minute by minute accounting data on tickets, wristbands & any other product sales for promoters & managers. There is even a promoter’s report, where promoters can subscribe to a link for minute-by-minute updates on sales. System can record cash vs. credit card payments and then drill down the types of credit cards used. All transactions through the system recorded for minute-by-minute data, with instantaneous access to the information reported Location based reporting filter that can be drilled down to the individual operator, to know exactly who sold how many tickets and where, along with the total dollar amount of tickets sold by location & person Daily sales figures provided per seller via the cashier’s report, that separates cash vs. credit card sales, with a balancing report. This report combines in to one exportable document as well to combine all data. (Photo provides example of one seller’s reconciliation data.) Reports can show one day or a combination of any days. Within the SaffireTix Discounts system, reports can be exported for each discount code issued, to track the success of each code, including the number of times it was used, the total discount given and the total revenue earned per code. Page 57 H. Refund Policy The option of offering refunds is completely up to you. We have example refund policies used by other clients if you need assistance with this. It is extremely easy to issue refunds through SaffireTix should you choose to do so. You have plenty of custom field spaces on every ticket layout to clearly state your refund policy for your customers. Saffire has the ability to cancel an entire order or give a partial refund to the purchaser depending on the situation. You can even limit access to this tool to specific users. The partial refund tool allows for seamless ticket exchanges for your customers, without the need to issue a full refund and begin a new transaction. Page 58 I. Supported Operating Systems Saffire is compatible with multiple different systems. Compatible Payment Gateways Online + Box Office/Kiosk/Mobile App Sales These vendors provide the most complete integrations with Saffire: Magensa - Tap, Chip, Swipe - Apple Pay & Google Pay currently for in-person sales only CardConnect - Chip & Swipe Authorize.net - Swipe only PayPal Payflow Pro - Swipe only - this requires an existing Payflow Pro account Point & Pay - Swipe only Secure Submit - Swipe only (aka Heartland) Online + Mobile App Sales Magensa - Tap, Chip, Swipe - Apple Pay & Google Pay currently for in-person sales only Clover - Tap, Chip, Swipe, Apple Pay & Google Pay on Clover devices CardConnect - Chip & Swipe Authorize.net - Swipe only PayPal Payflow Pro - Swipe only - this requires an existing Payflow Pro account Point & Pay - Swipe only Secure Submit - Swipe only (aka Heartland) Box Office Sales Magensa - Tap, Chip, Swipe, Apple Pay & Google Pay CardConnect - Chip & Swipe Authorize.net - Swipe only PayPal Payflow Pro - Swipe only - this requires an existing Payflow Pro account Point & Pay - Swipe only Secure Submit - Swipe only NIC - egov.com - Swipe only Page 59 Online Sales only Magensa CardConnect Authorize.net Secure Submit Square Point & Pay Stripe PayPal Payflow Pro - if you have an existing Payflow account NIC (TPE) Saffire’s Compatible Email Marketing Platforms Our websites and ticketing come with built-in email sign-ups that can automatically be added to a list of yours in an email marketing platform. Here are the platforms Saffire is compatible with: Mailchimp Hive Constant Contact MyEmma Page 60 J. Software Access and Maintenance Most of the SaffireTix software is a web-based software as a service (SAAS) that can be accessed from any internet browser. You do not have to download or update software on your local system. The App used to sell & scan tickets at your gate can be downloaded on any mobile device. If you use SaffireTix rented devices, the app comes pre-installed. Software updates are released approximately every 6-8 weeks, though all updates do not affect both the app & web-based software. We understand how events “live or die” based on software working correctly at the time of your event, and we do everything in our power to not have updates affect performance during your most crucial times. We keep a tightly managed event date manifest and always know your event dates to ensure we’re managing our updates with your schedule. Page 61 K. Pricing and Promotions Management SaffireTix can manage tickets with multiple price levels very cleanly, both for GA tickets and for reserved. Here’s an example of a GA SaffireTix ticket with three different price types for Adult, Child & Senior: Here’s an example of reserved seats with different price types: Page 62 Seats at a different price level can be color coordinated to make it easier for customers to distinguish price levels when selecting their seats. Group Sales Group sales can be managed in a few different ways, but the easiest is typically by promo code. You can also allow groups early access if purchasing reserved seats to ensure availability. Multiple Promo Codes The SaffireTix system can manage as many promo codes live at one time as you wish. We have clients who will give each of their board members their own code to limit the number of reduced-price tickets they can purchase. We have clients who give promo codes out to community groups who help them sell tickets. The sky is the limit! Page 63 L. Capacity Management Holds Similar to the way customers can buy tickets and use colors to distinguish price types, event admins can place tickets on hold. You can use as many holds as you wish, in as many different categories as you wish. Holds can be released at any time either to specific individuals or back to the general public. In this way, event managers can make sure that customers purchase tickets in a specific section or area of their seating first, prior to releasing more tickets. Page 64 M. Data Security Saffire is committed to maintaining the confidentiality, integrity, and availability of all data processed through our ticketing platform. We adhere to comprehensive security protocols aligned with industry stands, including full PCI-DSS compliance for all payment transactions. All customer data is encrypted in transit and our systems are hosted in secure, SOC2 Type 2 certified data centers. We enforce role-based access controls, multi-factor authentication, and continuous system monitoring to detect and respond to potential threats in real time. Our Information Security Policy also includes regular vulnerability assessments, patch management procedures, and incident response plans to ensure the highest level of protection for client and patron information. With Saffire, you can trust that your data is secure, compliant, and responsibility managed. SOC 2 Type 2 compliance refers to the Service Organization Control Type 2, which is a cybersecurity compliance framework developed by the American Institute of Certified Public Accountants. The primary purpose is to ensure that third-party service providers store and process client data in a secure manner. Page 65 N. Charge Back Policy/Procedure Should you choose to use our Payment Processor, we will pay 90% of funds less ticketing fees within 10 days of close of event and the remainder after 30 days of the close of the event Fraud Protection To prevent/reduce purchase fraud, Saffire will allow you to define rules such as speed and/or amount. If you detect cases of potential fraud, you can add rules to the deny to block them. An allow will also be created that allows purchases to be made without going through the defined filters. Reduce fraud by matching orders against defined patterns Provide a whitelist to allow transactions from specific emails and/or IP addresses, to control large amounts of purchases from individuals or bots. Provide a blacklist to block transactions based on data patterns within the transaction Allow an Admin to set velocity/value thresholds for when transactions get blocked Allow an Admin to see transaction data for orders rejected due to the fraud filter Provide reports showing detected transactions Page 66 Page 67 Page 68 O. Settlement Reporting and Process The ability to reconcile your purchases at the end of your event is one of the most important aspects of event management. With our detailed sales reports, you can easily see how much each ticket seller sold, in terms of card revenue and cash revenue. Reports like this one can be filtered by day or even by hour if a seller works two separate shifts in one day. These reports can be easily printed from any computer and are up to the minute in accuracy. Once a seller finishes their shift, an event manager simply can bring up this report to compare the data to the seller’s till. Page 69 P. Innovative Features Saffire’s platform is designed with flexibility and innovation at its core, offering a suite of powerful tools that elevate the customer experience – particularly for events with multiple ticketing options. Our dynamic ticketing system supports timed entry, bundled packages, promo codes and discounts, all within a seamless, mobile-friendly interface. Customers can easily select from a variety of ticket types with intuitive navigation that reduces friction and increases conversion. For organizers, real-time reporting and customizable dashboards provide clear insights into sales and attendee behavior. Our integrated ticket wallet and print-at- home/mobile scanning features also streamline the event entry process, ensuring guests spend less time waiting and more time enjoying the event. These tools work together to create smooth, engaging, and efficient experience for both ticket buyers and event staff. Page 70 Saffire includes so much bang for the buck! We try really hard not to nickel & dime with all-inclusive pricing. TAB 4: PROPOSED COSTS, CHARGES & FEES Page 71 Ticketing Services A. Service Implementation B. Training Costs Management staff The Saffire team will thoroughly train all staff on the SaffireTix platform. Our detailed training program is called SaffireU, paired with at least weekly meetings with a member of our coaching and ticketing support team while onboarding, you’ll be a pro in no time! SaffireU has easy to digest lessons, broken down with text articles and videos that show all details of the SaffireTix software. ITEM FEE Initial setup of SaffireTix Site & Spark Platform to manage tickets, including sales process, configuration, product customization & training $1500 one-time fee Waived for City of Clearwater Ongoing Support, Maintenance & Training Included with Ticketing Contract Hosting of SaffireTix Portal Included with Ticketing Contract Network Requirements A WiFi connection with a minimum speed of 5mbps is required. We recommend a speed of 25mbps if possible, especially if you’re printing on demand. We offer MiFi rentals if you do not have this level of internet available—see Equipment & Hardware Costs for more details. Page 72 IT Staff – IT Staff may also find SaffireU valuable, but typically IT is more interested in the SaffireTix User guide, presented to end users/ticket sellers & the infrastructure related to “day of” operations. This guide can be provided to IT in advance to allow for any Q&A necessary in weekly 1x1 meetings. End user/ticket seller – Sellers are trained in many different ways, based on your requested timing for training. o Sometimes sellers gather for a Zoom in advance of the fair. (Typically executed 2-3 weeks before the event.) o Sometimes, sellers are trained in person immediately before the event (usually takes place the day before) In either case, Saffire utilizes a SaffireTix User guide, which contains start to finish processes and steps for how to sell tickets using the event platform. A copy of this guide can be furnished upon request. Day of event staff – This may vary based on the role of “day of” event staff vs. end user/ticket sellers. If these individuals are in charge of scanning tickets, the SaffireTix User guide has a section that addresses using the scanning software. Page 73 Accounting/Reporting – As a part of your launch process, a full lesson is covered on reports. The accounting staff would want to be a part of this lesson to learn: o Which reports show what data o How to refund/cancel/issue partial refunds for orders o Setting reports to dates & times that correspond with your merchant account o Saving reports to revisit important data Our reports are easy to learn and use, once you spend a bit of time in the system, so we’d want to go over these basic steps with the accounting team to get them up to speed. Parking/gates – Training for parking employees will be the same as that of ticket sellers, though they may utilize different equipment. One of the nice parts of SaffireTix is often the selling screens use the same interface regardless of where you are selling tickets, just the hardware changes to be more accommodating of your position. For example, an iPad may be used to sell tickets at a gate, whereas a handheld all in one point of sale device may be used at the parking lot. Each of these devices can display the same screens, just on a different device. This also means it is easy to cross train employees for different positions. Box office/administrative – Typically Box Office/Administrative staff have a bit more responsibility than standard ticket sellers, so this training would include information on managing SaffireTix Box Office & Reserved Seat software in addition to the Standard SaffireTix User Guide Training. Onsite Support – This may vary based on the exact role of the Onsite Support. Page 74 C. Support and Maintenance Saffire will wiave 2 days of onsite support fees for each of your first 3 events on the Saffire platform. The city will be responsible for flights, hotel & rental cars for the team member for these onsite visits. If you would like additional onsite support, we will provide it for $500/day, plus flight, hotel & car rental. On-site support fees plus travel related expenses will be invoiced with your post-event summary charges. If using your own payment provider, ticketing fee invoices will be sent quarterly with payment due within 30 days. Should you choose to use our Payment Processor, we will pay 90% of funds less ticketing fees above within 10 days of close of event and the remainder after 30 days of the close of the event. Notes: All fees (support, travel, shipping etc.) are to be paid within 30 days after visit. Device and printing fees are to be paid 30 days prior to event. Saffire Stock Tickets are free of charge, but shipping will be added to invoice. D. Connectivity and Hosting Internet Connectivity Most of the SaffireTix system can be run through a data/cellular network, making us more flexible than other systems. However, you are responsible for setting up and maintaining a dedicated internet connection via wireless (WiFi) network or using MiFi portable internet devices if you are printing at your gates or as a backup if you wish. We will work with you in advance of your event to ensure that you can provide the necessary bandwidth to successfully run the SaffireTix applications. We recommend you have a local networking person available in case of network issues during your event. Saffire needs about 5 mbps down and 2 mbsp up for credit card transactions. Onsite Internet Connection Once onsite, the Saffire members will assist with install and testing of all equipment prior to opening. They will continuously monitor all access points and troubleshoot when needed. Page 75 Saffire will require a ‘base’ for operations for the team in order to be successful. System Redundancy & Security Our system is entirely cloud-based and hosted in Microsoft’s Azure environment. We guarantee a 99.99% uptime. Application hosting features include: o Serverless system architecture with CDN and attached WAF (Web Application Firewall) o Fully redundant service structure with instant cutover capability o Data is backed up daily and stored in a separate secured environment for up to three months (longer upon request/requirement) o Enhanced security monitoring designed to predict and prevent attacks o Scheduled and on-demand security scans to ensure environment and software meet or exceed current PCI security requirements o DDoS monitoring and prevention o No credit card numbers are stored in the Saffire environment o Encrypted data storage for sensitive data o Physical access is limited to Microsoft data engineering personnel only Page 76 Pingdom report for the last year of service, including outages due to maintenance. E. Technical Requirements To ensure optimal performance of the Saffire ticketing platform across all operational locations – whether for box office sales, gate entry, or mobile ticketing – certain telecommunications and networking infrastructure must be in place. Below is a comprehensive outline of the required connectivity elements: Internet Connectivity A stable, high-speed internet connection is essential for both initial system setup and ongoing daily operations. Recommend specifications include: o Minimum bandwith: 5 Mbps download/2 MBPs upload o Preferred connection: Wired ethernet for reliability o Acceptable alternatives: Secure and stable Wi-Fi may be used where wired connections are not feasible o Failover support: Locations with critical operations should consider a backup internet source (e.g., hotspot) to ensure continuity during outages. Wireless Access Points o If Wi-Fi is being used, a profession-grade access points should be installed to ensure strong, consistent signal strength across all areas where ticketing equipment or scanning devices will operate. Mobile Connectivity (Optional for Remote Locations) o For mobile box offices or satellite entry points without hardwired access – Mobile hotspots or routers with data plans are supported. Power Requirements o Each ticketing state should be equipped with a grounded power outlet or access to recharge devices when necessary. Page 77 F. Equipment & Hardware Costs Saffire will include at no extra cost up to four (4) complete POS systems that include scanning devices, laptops or ipads, credit card readers and printers. Saffire will also provide up to 50,000 stock tickets per year of the agreement at no additional cost. In the event you shall need additional scanning devices, for a specific event, Saffire will be able to rent each device on a weekly basis for $90 per device. Shipping fees are the responsibility of the city of Clearwater. G. Equipment Requests Equipment that needs replaced will be handled on a case-by-case basis. If rental equipment arrives broken or malfunctions and it is needed immediately for an event, Saffire can overnight the items to replace it. If a piece of equipment needs replaced that is used by The City on a year-round basis, Saffire can help determine the best option to replace that equipment—it is possible after a few years, Saffire would have a newer/upgraded option. The City may want to replace it with rather than get an exact replacement.. You may contact your ticketing support lead at any time to request additional equipment or report equipment that needs replaced. Page 78 H. Financial Fees and Incentives SaffireCommerce Sales (vendor applications, souvenirs etc.) SaffireCommerce is the built-in shopping cart that comes with SaffireTix. You can sell anything on your website, for 50 cents per item sold for items that don’t need to be scanned. When your customers buy online, they are purchasing from a shopping cart page that is branded to look like your existing website, which can increase sales. Our shopping cart makes buying simple, with minimal clicks to make a purchase and lots of buying options all over your Saffire website. Revenue Share Saffire will provide an annual revenue share of 25% on ticketing fees once the total annual ticketing fees exceed $25,000. This means for any amount collected above this threshold, the City of Clearwater will receive a quarter of those fees back each year. This structure is designed to reward growth and high-volume sales, offering a valuable return as your ticketing success increases. Online Ticket Sales – Print at Home & Mobile Delivery Online fees are based on the cost of your ticket(s)* and most commonly passed on to the consumer. You do have flexibility to charge whatever fee you’d like to the consumer, meaning you can add additional fees if you’d like for your revenue. Price Fee/Ticket Sold $0.01 + 10% of ticket price up to $2.99 * Saffire charges a per ticket fee and encourages the City of Clearwater to offset those ticket fees to their customers with fees or with sponsorship. You will also have online merchant fee, with either your payment processor or ours. If using ours, the processing fee is 3.5%. Most clients charge a convenience fee that covers these costs, though you have complete control of fees charged to the customer. Page 79 Call Center (Tickets Sold Via Phone) Optionally, you can allow your customers to call a 1-800 number to get help with their ticket purchases. This option has no cost to The City of Clearwater. Customers only pay a fee if they complete a ticket purchase process over the phone with an agent. Otherwise, asking questions and getting help is completely free to The City and Customers! Price Fee/Transaction Customer fee only applies if they wish to complete a transaction over the phone $2.50 (added to customer order) Pre-Printed Tickets With most ticketing systems, you pay for all QR codes you create, regardless of how many are redeemed. This leads to a lengthy “check in” process after your event for all unused tickets. With Saffire, we only charge you for redeemed pre-printed hard tickets, making it quicker and easier for you to distribute advance tickets and creating more accurate data analytics of actual attendance. These tickets are usually printed by a third-party provider. Saffire will help get codes to the printer and review ticket comps to make sure everything works prior to printing. Pre-printed fees are in two categories. Paid tickets and comp ticket pricing is as follows: Ticket type Fee/Ticket Sold Paid pre-printed $0.25 Comp pre-printed $0.00 Page 80 Box Office The pricing is as follows for tickets sold onsite at your event or directly from your Box Office prior to your event. Ticket type Fee General Admission – Paid $0.25 General Admission – Comp $0.00 Reserved Seat – Paid $0.25 Reserved Seat – Comp $0.00 Note: The fee schedule is valid for 90 days from proposal date and all reasonable negotiations will be considered. As part of our partner relationship, we’d like to ask your help to get the word out about Saffire. If you love Saffire (and we know you will), we’d love to get a testimonial and any other assistance you might be able to provide as deemed acceptable by The City! Saffire will receive promotional consideration in the form of a small “Powered by Saffire” tout at the bottom of your SaffireTix portal. Page 81 Here you’ll find the mandatory included forms for the RFP. OTHER FORMS Page 82 Page 83 Page 84 Page 85 Page 86 Here are more documents to support what we do. APPENDIX Page 87 Appendix A: Case Studies Appendix B: SaffireTix Case Studies Page 88 1) Direct Technology Holdings Inc 2) Etix Inc 515 Maditon Ave, Ste 8146 909 Aviation Pkey, Ste 900 New York, NY 10022 Raleigh, NC 27560 3) Eventbrite 4) EventSprout 95 Third St, 2nd Floor 15535 Wood Rd San Francisco, CA 94013 Milton, GA 30004 5) Impact Tickets LLC 6) Saffire LLC 235 W Lorenze Blvd 248 B-106 Jackson, MS 39213 Austin, TX 78745 7) Timely Network Inc 120-1000 Roosevelt Crecent North Vancouver, BC V7P 3R4 ADVERTISED: TAMPA BAY TIMES 04.02.25 POSTED:myclearwater.com 03.28.25-04.29.25 Due/Opening: April 29, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 04-25 Event Ticketing Services Solicitation Response Listing FOR THE CITY OF CLEARWATER May 29, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division has completed the evaluation process for RFP No. 04-25, Event Ticketing Services. The top-ranked firms have been shortlisted, and an awarded recommendation is being made to Saffire LLC, the highest-ranked firm, for a period of one (1) year, with three (3), one (1) year renewal options. The ranked firms in order are as follows: 1) Saffire LLC 2) Etix Inc 3) EventSprout Negotiations will commence 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 either City Manager or Council’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 Confidential - Saffire; Ver. 05.2020 1 Subscription Services Agreement PLEASE READ THIS AGREEMENT CAREFULLY BEFORE USING ANY SAFFIRE SERVICE. BY USING THE SERVICE ,TO BE BOUND BY THE TERMS OF THIS AGREEMENT AS POSTED ON THE SAFFIRE SITE (https://www.saffire.com/ssa). IF YOU ARE AGREEING ON BEHALF OF A COMPANY, YOU REPRESENT AND WARRANT THAT YOU HAVE THE NECESSARY AUTHORITY TO BIND IT TO THIS AGREEMENT. This Subscription Services Agreement is between Saffire LLC., a Texas limited liability company (Saffire ) and the customer agreeing to these terms (Customer ). 1.SOFTWARE SERVICE AND ORDER(S). This agreement sets forth the terms and conditions under which Saffire agrees to license and provide Customer access to and usage of cloud-based software service(s) as specified on a mutually executed order Order . This agreement contemplates one or more Orders for Service, all of which are governed by the terms of this agreement. Details of the Services and related fees are as set forth on the Order(s). Your signature on an Order evidences your understanding and agreement that the terms of this agreement (website on the earlier of the date you click your acceptance or you use a Service) are automatically incorporated with the Order(s) and along with any Addenda mutually signed and intended to be attached and incorporated (all such documents, collectively the "Agreement"). a.Customer may request from Saffire hosted and proprietary ticketing (Spark TM, SaffireTixTM, SaffireUTM and/or SaffireTix App) optional marketing (SaffireTextTM), and optional integrated third-party software as a service/SAAS,optional call center services Ticketing Service ticketing needs. b.Customer may request from Saffire certain hardware and related products for selling and/or scanning as necessary to carry out the Ticketing Service Hardware specified and described as a rental or purchase in an Order). c.Customer may request from Saffire website design, programming and hosting using proprietary web platform (Spark TM), optional commerce (SaffireCommerceTM), optional marketing (SaffireTextTM) and/or integrated third- and related services Website Service online web presence, sales and marketing needs. d.Customer has selected Saffire to manage and provide such Ticketing Service and/or Website Service (collectively, as applicable, the Service for the sole benefit of Customer and during its lawful use consistent with the terms herein. e.Each party agrees to cooperate in good faith with the other on the Service by, among other things, making available without delay, as reasonably requested by the other, decisions, information, approvals, and acceptances in order that each party may properly accomplish its obligations and responsibilities hereunder. 2.LICENSE AND USE OF SERVICE. a.Licenses; Hosting. i.Saffire grants Customer a non-exclusive, non-transferable license to use the Software and Documentation (as defined below in Section 6.c.) that is part of any ordered Service, and to copy for its sole use (and not for distribution) any Documentation, all solely in connection with C the Service during the Term (as defined below) of this Agreement. If Customer desires to use any optional third-party software that integrates with the Service (for example, an email service that facilitates communications with ticket purchasers), Customer will obtain a license for that software directly from that provider by signing up with them. ii.If Customer opts for Ticketing Services on an Order, Saffire will process Ticketing transactions on its secure cloud service, and Customer grants Saffire the sole right to sell tickets online on Customer s behalf during the Term. Confidential - Saffire; Ver. 05.2020 2 (a) If Customer opts for optional RIFD/Cashless Services on an Order, Saffire will provide Customer the Hardware, Software and Documentation and specialized supplies (namely, bracelets and/or cards) to do cashless ticketing and/or merchandise sales at event(s) during the Term. (b) If Customer opts for optional mobile Ticketing Services using the SaffireTix App on an Order, Saffire will provide Customer the Hardware and Software and Documentation to do mobile ticketing sales and QR/barcode scanning at event(s) during the Term. (c) If Customer desires to use QR/scanning, it can use QR and/or bar codes generated by Spark as may be specified on an Order. iii. If Customer opts for Website Services as specified on an Order, Saffire will design, brand, set up and host and a non-exclusive license to use any Customer design elements supplied (Customer name, logo, images, branding, etc.) to benefit Customer during the Term. Customer is responsible for compliance with all laws applicable to its website, including online privacy, COPPA, GDPR, etc. Saffire provides Customer some templates for its reference, subject to the Disclaimer in Section 3.c. (a) If Customer opts for optional Commerce Services on an Order, Saffire will process merchandise sales transactions on its secure cloud service during the Term. Customer may also opt on an Order for Saffire to provide credit card processing services as detailed in Section 4.c. (b) If Customer opts for optional Marketing Services on an Order, Saffire will assist Customer in integrating independently licensed software during the Term. If Customer chooses a Saffire-preferred vendor, such integration will be free, or if Customer chooses their own vendor, the cost of integration will be as specified on an Order. Customer is responsible for compliance with all applicable laws, including those on unsolicited calls/Do Not Call lists, opt-outs, texts or emails. Saffire provides Customer various templates for its reference, subject to the Disclaimer in Section 3.c. iv. The license fee and any ticketing, set-up, design, hosting and other fees shall be due as specified in an Order. b. Customer Data. All data, setup information, logos, trade names, trademarks, text, images, customer information and other materials unique to, developed by and migrated/imported or otherwise provided by Customer and all transactional data gathered by Saffire exclusively on behalf of Customer during the Term (Customer Data ) remain the property of Customer. Customer represents and warrants that the Customer Data is free of bugs, viruses and is non-infringing on the rights of others and that the setup information is accurate. Customer grants Saffire and its affiliates the right to use the Customer Data solely for purposes of performing a Service under this Agreement during the Term. At any time, Customer may export its transactional Customer Data as allowed by functionality within the Service and has the rights listed under Section 7.f. upon termination. c.Contractor Access and Usage. Customer may allow its employees and/or contractors to access the Service in compliance with the terms of this Agreement, which access must be for the sole benefit of Customer, but Customer remains fully responsible for their compliance with this Agreement including, without limitation, Section 5. d. Customer Responsibilities. Customer (i) must keep its passwords secure and confidential; (ii) is solely responsible for Customer Data it uploads and all activity in its account in the Service; (iii) must use commercially reasonable efforts to prevent unauthorized access to its account, (iv) must notify Saffire immediately of any unauthorized access; and (v) may use the Service only in accordance with the Saffire training materials, this Agreement and applicable law. Customer also has the responsibilities spelled out in this Agreement. e. Saffire Support. A wide variety of help and training materials are provided to Customer at no cost via SaffireUTM and at http://support.saffire.com. Saffire agrees to provide customer support for the Service under the terms of Sa Support & Maintenance Addendum (Support ), as attached and is incorporated into this Agreement for all purposes. Confidential - Saffire; Ver. 05.2020 3 3.SERVICE LEVEL AGREEMENT & WARRANTY. a. Warranty. Saffire warrants to Customer: (i) that commercially reasonable efforts will be made to maintain the online availability of the Service for a minimum of availability of 99% in any given month (excluding maintenance outages, force majeure, and outages that result from any Customer technology issues); (ii) the functionality or features of the Service may change but will not materially decrease during any paid term; and (iii) that the Support may change but will not materially degrade during any paid term. Neither occasional short-term interruptions of service which are not unreasonable under comparable industry standards or resulting from circumstances beyond Saffire for any liability, nor render Saffire in default under this Agreement. b. LIMITED REMEDY , , for its failure to meet the warranty in 3.a. above will be for Saffire to provide a credit for the applicable month affected (if this Agreement is terminated, then a refund), provided that Customer notifies Saffire of such breach within thirty (30) days of the end of that month; and provided that if Saffire fails to meet the warranty in 3.a. above for two (2) consecutive months, then in addition to the credit (or refund) Customer may upon written notice to Saffire terminate the applicable Order and receive a refund of all prepaid but unused fees thereunder. c.DISCLAIMER. SAFFIRE DISCLAIMS ALL OTHER WARRANTIES, INCLUDING, WITHOUT LIMITATION, THE IMPLIED WARRANTIES OF MERCHANTABILITY, TITLE AND FITNESS FOR A PARTICULAR PURPOSE. WHILE SAFFIRE TAKES REASONABLE PHYSICAL, TECHNICAL AND ADMINISTRATIVE MEASURES TO SECURE THE SERVICE, SAFFIRE DOES NOT GUARANTEE THAT THE SERVICE CANNOT BE COMPROMISED. CUSTOMER UNDERSTANDS THAT THE SERVICE MAY NOT BE ERROR FREE, AND USE MAY BE INTERRUPTED. SAFFIRE DISCLAIMS ANY LIABILITY REGARDING ANY TEMPLATES IT PROVIDES TO CUSTOMER (FOR EXAMPLE, WITHOUT LIMITATION, ANY TEMPLATE PRIVACY OR SECURITY POLICY). THESE TEMPLATES ARE PROVIDED FOR INFORMATIONAL PURPOSES ONLY AND DO NOT CONSTITUTE LEGAL ADVICE. CUSTOMER IS RESPONSIBLE FOR THE TERMS OF ANY POLICIES ON ITS SITE. 4. PAYMENT; TAXES; CREDIT CARD PROCESSING. a. Customer must pay all fees as specified on any Order but, if not specified, then within thirty (30) days of receipt of an invoice. Saffire reserves the right to alter invoice frequency or due dates upon written notice to Customer. Fees during the Initial Term and any Renewal Term will be as specified on an Order. b. Customer is responsible for the payment and reporting of all sales, use, withholding, VAT, amusement, admissions and other similar taxes on transactions completed using the Service. Except as provided in Section 4.c.v., Customer is also responsible for all refunds, returns and chargebacks, regardless of whether it collects its own proceeds or uses Saffire as its credit card processor (as specified in an Order). c.If Customer credit card processing services: i. Customer authorizes Saffire to accept any credit card, debit card or other electronic method of payment Cards in connection with sales of tickets and/or merchandise on behalf of Customer. A credit card processing fee of 4% per transaction will be deducted from the settlement payments and 4.5% for American Express. Such rate is subject to automatic increase d rates, which increases shall not exceed its rate increase. ii. These credit card fees do NOT apply to any Ticketing Fee Minimum specified on an Order. iii. Saffire agrees to collect any sales, use, withholding, VAT, amusement, admissions and other similar taxes specified to be collected by Customer and to remit them timely to Customer as part of the settlement proceeds. iv. Credit card proceeds collected on behalf of Customer will be paid over to Customer on the timeframe specified in an Order. A retainer of 10% of the settlement or $1,000 (whichever amount is higher), will be held for up to 60 days after the event has ended and will be utilized to cover any customer chargeback disputes and fees that may arise after the event. Saffire will defend the purchases through the credit card company, but any chargeback disputes awarded e chargeback retainer. The remaining amount will be paid to the Client after the 60-day window has passed. If any chargebacks occur after settlement proceeds have been released, Saffire reserves the right to offset against any other funds Saffire may hold for Customer or to invoice Customer with payment shall be due in full immediately upon receipt. v. If an event is cancelled or there is otherwise cause for a refund to ticket purchasers, only in the case where Saffire is still holding funds collected for Customer from Ticketing Services, Saffire will process refunds to ticket purchasers Confidential - Saffire; Ver. 05.2020 4 out of such held proceeds (and only to the extent of such held proceeds), and Customer remains responsible for any excess refunds that may be due. In the event of any merchandise returns sold through SaffireCommerce, Customer will process and is responsible for all returns and refunds or credits. 5. MUTUAL CONFIDENTIALITY AND DATA SECURITY. a. Definition of Confidential Information. Confidential Information means all non-public information (whether in written or electronic form) disclosed by a party (Discloser ) to the other party (Recipient ), whether orally or in writing, that is designated as confidential or that reasonably should be understood to be confidential, given the nature of the information and the circumstances of disclosure, including the terms of this Agreement (Confidential Information Confidential Information includes, without limitation, pricing information, marketing strategies and the Saffire Property (defined below). b. Protection of Confidential Information. The Recipient must use the same degree of care that it uses to protect the confidentiality of its own confidential information (but in no event less than reasonable care) not to disclose or use any Confidential Information of the Discloser for any purpose outside the scope of or inconsistent with the terms of this Agreement; provided that the sharing of Customer Data with integrated third-party software providers (for example, Google Analytics, or email services like MailChimp) is an allowed disclosure and use if Customer opts to use them. The Recipient must make commercially reasonable efforts to limit access to Confidential Information of Discloser to those of its employees and/or contractors who need such access for purposes consistent with this Agreement and who have signed confidentiality agreements with Recipient no less restrictive than the confidentiality terms of this Agreement c.Exclusions. Confidential Information excludes information that: (i) is or becomes generally known to the public without breach of any obligation owed to Discloser, (ii) was known to the Recipient prior to its disclosure by the Discloser without breach of any obligation owed to the Discloser, (iii) is received from a third party without breach of any obligation owed to Discloser, or (iv) was independently developed by the Recipient without use or access to the Confidential Information. The Recipient may disclose Confidential Information to the extent required by law or court order but will provide Discloser with advance notice to seek a protective order. d. Security Measures for Customer Data. In order to protect Customer Data, Saffire will (i) implement and maintain all reasonable security measures appropriate to the nature of such information, including without limitation, technical, physical, administrative and organizational controls to maintain the confidentiality and will use commercially reasonable methods to maintain the security and integrity of such information; (ii) implement and maintain industry typical systems and procedures for detecting, preventing and responding to attacks, intrusions, or other systems failures and regularly test employee or employees to coordinate implementation and maintenance of its security measures; and (iv) identify reasonably foreseeable internal and external risks to the confidentiality, security and integrity of such information that could result in the unauthorized disclosure, misuse, alteration or destruction of such information and assess the sufficiency of any safeguards in place to manage these risks. e. Notice of Customer Data Breach. If Saffire knows that Customer Data has been accessed, acquired or disclosed by any third party without proper authorization and contrary to the terms of this Agreement, Saffire will alert Customer of any such data breach within two (2) business days, and promptly take such actions as may be necessary to preserve forensic evidence and eliminate the known cause of the data breach. Saffire will give highest priority to promptly correcting any data breach and devote such resources as may be reasonably necessary to accomplish that goal. Saffire will provide Customer with all non-confidential information necessary to enable Customer to fully understand the nature and scope of the data breach as it impacts Customer. Customer is responsible to provide any notice that may be required to any or all persons affected by any breach of Customer Data. In such case, Saffire will consult with Customer in a timely fashion regarding any details or non-confidential information Customer deems necessary to notify such third parties, including information about what Saffire has done or plans to do to minimize any harmful effect of the unauthorized access, use or disclosure of such Customer Data. Confidential - Saffire; Ver. 05.2020 5 6. SAFFIRE PROPERTY. a.Reservation of Rights. All information, documentation, templates, software programming code (including for all websites), specifications, functionality, non-Customer-specific graphic design and other supporting or related materials or information of any nature or description whatsoever contained within the Service, workflow processes, Software and Documentation, and other technologies provided by Saffire as part of the Service are the proprietary property of Saffire Saffire Property or, in some cases, its licensors, and all right, title and ownership interest in and to such items, including all associated intellectual property rights, remain only with Saffire (or its licensor, as applicable). Customer is granted only the license and/or sublicense rights in Section 2.a. Customer may not remove or modify any proprietary marking or restrictive legends in the Service or in any Saffire Property, including the Saffire name and logo on printed tickets and/or on powered by Saffire or similar). Saffire reserves all rights unless expressly granted in this Agreement. b. Restrictions. Customer may not (i) sell, resell, rent or sublicense the Saffire website service or use it in a service provider capacity; (ii) use the Service to store or transmit infringing, unsolicited marketing emails, libelous, pornographic or otherwise objectionable, unlawful or tortious material, or to store or transmit material in violation of third-party rights; (iii) interfere with or disrupt the integrity or performance of the Service; (iv) attempt to gain unauthorized access to the Service or their related systems or networks; (v) reverse engineer, disassemble, decompile or otherwise attempt to analyze any of the object or source code included within the Service or the Software and Documentation or any part thereof; or (vi) access the Service or use the Software and Documentation to build a competitive service or product, or copy any feature, function or graphic for competitive purposes. c.Software and Documentation. All proprietary software provided by Saffire as part of the Service, and the Service documentation, sample data, marketing materials, training material and other material provided through the Service or by Saffire are and remain solely Saffire Property, and all third-party software that integrates into a Service remains the property of the third-party licensor (Software and Documentation ) d. Anonymized Data. Notwithstanding anything else herein, during and after the Term of this Agreement, Saffire may use Customer Data to create fully anonymized data within the Service for purposes of enhancing the Service, aggregated statistical analysis, technical support and other business purposes, and Saffire shall own any such anonymized data. e. Hardware; Supplies. Unless specified as a purchase in an Order, all Hardware is rented to Customer for its sole use and remain the property of Saffire or its vendors. The rental fee (or purchase price) and any shipping is as specified on any Order. The Order will also specify who is responsible for installation. Customer bears the entire risk of loss and damage to the Hardware, ordinary wear and tear excepted, whether or not insured, once delivered or installed, unless caused by the negligence of Saffire or its employees or contractors. Customer agrees to use due care to protect and insure the Hardware while in its possession and to maintain the Hardware free and clear of all liens and in good operating condition and agrees not to sub-rent it Order. Customer will promptly notify Saffire if any Hardware is lost, damaged or not functioning. Customer is responsible for supplies needed to run the Hardware (for example, electrical power, data bandwidth and internet access (Wi-Fi or wired), toner, paper, ticket stock, etc.). 7. TERM AND TERMINATION. a. Term. This Agreement commences on the date of execution of the first Order and continues through the last Order Term end date (its Initial Term plus all Renewal Terms, as may be defined on an Order) has expired Term , unless sooner terminated as provided herein or on an Order. Termination of one Order will not affect any others except as Saffire may specify in writing upon exercise of its rights hereunder. b. Mutual Termination for Material Breach. If either party is in material breach of this Agreement, the other party may terminate the applicable Order (and if only one Order is in effect, then this Agreement) at the end of a written 30-day notice/cure period, if the breach has not been cured during such period. c.Suspension for Non-Payment. Notwithstanding anything else in this Agreement, Saffire may (i) temporarily suspend the Service or (ii) terminate the applicable Order (or, at its option, all Orders and this Agreement), or both, payment on any invoice is more than 10 days past due. Suspension of Service shall not extend the Term nor create a right to any refund. d. Suspension for Violations of Law. Saffire may (i) temporarily suspend the Service or (ii) remove the applicable Customer Data, or both, if it in good faith believes that, as part of using the Service, Customer has violated a law or infringed on any Confidential - Saffire; Ver. 05.2020 6 . Saffire will attempt to contact Customer in advance. Service will be restored only on satisfaction that the violation or infringement no longer exists. If the violation or infringement is not cured within thirty (30) days after suspension, Saffire may terminate the applicable Order (or, at its option, all Orders and this Agreement). Suspension of Service shall not extend the Term nor create a right to any refund. e.Reservation of Remedies. No remedy of Saffire referred to in this Section shall be considered exclusive of any other remedy, but the same shall be cumulative and shall be in addition to every other remedy given hereunder, or now or hereafter existing at law or in equity including, without limitation, the right to maintain an action to recover all amounts due remedies). f.Return of Customer Data; Destruction. i.Within 30-days after termination, Saffire will provide, upon written request from Customer, and provided all fees and payments due have been received, export(s) of requested data and Customer design elements supplied and used in the creation and maintenance of terminated website. ii.After such 30-day period,Saffire has no obligation to maintain the Customer Data and may destroy it. g.Return of Hardware. Upon termination for any reason of any Order, Customer must pay Saffire for any earned and unpaid amounts and promptly return shipping insurance recommended) all Hardware. request, Customer will confirm in writing its full compliance with this return requirement. Customer agrees to allow Saffire If Customer fails to return any piece of Hardware (or allow Saffire onsite to retrieve it) within five (5) business days of termination or the end of an event, Customer will incur a late fee of Ten Dollars ($10.00) per day per item, which may be offset against any funds Saffire may be holding for Customer and, if none, will be invoiced to Customer and due upon receipt. If any Hardware is not returned within thirty (30) days after any termination or event or is returned damaged, Customer is responsible and will have the replacement cost offset or invoiced due upon receipt. 8.LIABILITY LIMIT. a.EXCLUSION OF INDIRECT DAMAGES. Saffire is not liable for any indirect, special, incidental, consequential or punitive damages arising out of or related to this Agreement (including, without limitation, costs of delay; loss of data, records or information; and lost profits, revenue, opportunity or anticipated cost savings), even if it knows of the possibility of such damage or loss. b.TOTAL LIMIT ON LIABILITY in Section 9.a.ty arising out of or related to this Agreement (whether in contract, tort or otherwise) shall in no event exceed the amount paid by Customer for the Service to which the event is related within the twelve (12) month period prior to the first occurrence of the event that gave rise to the liability. For the avoidance of doubt, if liability arises from a ticketing event, the amount paid would be equal to the amount of Ticketing Service Fees collected and any ticketing set-up fees paid, and if arises related to Website Services, the amount paid would be equal to the amount of any web hosting and licensing fees and the web set-up fees, all during the applicable prior twelve (12) month period. 9.INDEMNITY; INSURANCE. a.Defense of Third-party Infringement Claims.Saffire will defend or settle and hold Customer harmless from any third- party claim against Customer to the extent that such claim alleges that Saffire technology used to provide the Service infringes a copyright, patent, trademark or other intellectual property right, provided that Customer promptly notified Saffire of the threat or claim in writing, cooperates with Saffire in the defense, and allows Saffire solely to control the defense or settlement of such infringement claim. Costs.Saffire will pay infringement claim defense costs incurred as part of its obligations above, and Saffire negotiated settlement amounts or court-awarded damages. Process.If such a claim is threatened or otherwise appears likely, then Saffire may, in its sole discretion, modify the Service, procure the necessary rights, or replace it with the functional equivalent. If Saffire determines that none of these are reasonably available, then Saffire may terminate the infringing Order and related Service and refund any prepaid and unused fees under such Order. Exclusions.Saffire has no obligation for any infringement claim arising out of or related to or aspects where the infringement would not occur but for the combination; use or upload of Customer Data; or technology or aspects not owned by Saffire. THIS EXCLUSIVE REMEDY FOR INTELLECTUAL PROPERTY INFRINGEMENT Confidential - Saffire; Ver. 05.2020 7 CLAIMS AND SAFFIRE WHICH EXPIRES ONE YEAR AFTER THE END OF THE TERM OR EARLIER TERMINATION. b.By Customer.If any third party brings or threatens to bring a claim against Saffire related to or arising out of acts, omissions, data or information within the Service, related to the Hardware or otherwise from or at a Customer event (including, without limitation, personal injury, property damage, taxes, interest and penalties, refunds, returns and chargebacks), Customer must defend, indemnify and hold Saffire and its officers, directors, employees and agents, and their successors and assigns, harmless from and against all damages, losses and expenses of any kind (including reasonable legal fees and costs) related to such claim or threatened claim. c.Insurance. Customer shall provide, at its sole expense, appropriate levels of comprehensive or commercial general liability and property damage insurance, for its protection and the protection of Saffire that name Saffire as an additional insured. Customer agrees to furnish Saffire with a certificate of such insurance upon request. 10.GOVERNING LAW AND FORUM; INJUNCTIVE RELIEF.This Agreement is governed by the laws of the State of Texas (without regard to conflicts of law principles) for any dispute between the parties or relating in any way to the subject matter of this Agreement. Any suit or legal proceeding must be exclusively brought in the federal or state courts for Travis County, Texas, and Customer submits to this personal jurisdiction and venue and waives any claims of forum non conveniens. Nothing in this Agreement prevents Saffire from seeking injunctive relief in a court of competent jurisdiction as follows: Customer agrees that any remedy at law for any breach or threatened breach of the provisions of Sections 5 or 6 could cause irreparable injury or harm to Saffire for which monetary damages would be insufficient and, accordingly, grants to Saffire the right and entitlement to seek injunctive relief, without the posting of bond, for any such breach or threatened breach in addition to, and not in limitation of, any and all other remedies at law or in equity otherwise available to Saffire. The prevailing party in any litigation at law or equity is entitled to recover its reasonable sts from the other party. 11.OTHER TERMS. a.Entire Agreement and Changes. This Agreement and all Orders in effect along with any Addenda mutually signed and intended to be attached and incorporated constitute the entire agreement between the parties and supersede any prior or contemporaneous negotiations, proposals or agreements, whether oral or written, related to this subject matter. Customer is not relying on any representation concerning this subject matter, oral or written, not included in this Agreement. No representation, promise or inducement not included in this Agreement is binding. No modification of this Agreement is effective unless both parties sign it, however this Agreement may be modified through an online process provided by Saffire,. No waiver is effective unless the party waiving the right signs a waiver in writing. No delay or omission to exercise any right or remedy in favor of Saffire or Customer upon any breach or default hereunder shall impair any such right or remedy or be construed to be a waiver, nor shall any waiver of any single breach or default be deemed a waiver of any other. b.No Assignment. Neither party may assign or transfer this agreement or an order to a third party, except that this Agreement with all associated Orders may be assigned, without the consent of the other party, as part of a merger, or sale of substantially all the assets, of a party. Notwithstanding the foregoing, Saffire reserves the right to delegate certain duties and aspects of providing the Service to trusted contractors with whom it maintains a relationship to enhance the offerings available to Customer and other users. c.Independent Contractors. The parties are independent contractors with respect to each other and shall not be construed as partners or joint venturers or as employee/employer for any purposes. d.Enforceability and Force Majeure. If any term of this Agreement is invalid or unenforceable, the other terms remain in effect. Except for the payment of monies, neither party shall be in default or be liable as a result of any delay or failure of performance which occurs due to any war, explosion, flood, fire, hurricane, earthquake, or other natural catastrophe, civil disturbance, governmental legislation, acts, orders, or regulation, strikes or labor difficulties, act of God or other event ent, a Force Majeure shall continue to prevent such performance. The delayed party shall use its best efforts to minimize the delays caused by any such Force Majeure. The delayed party must notify the other party promptly upon the occurrence of any such event, or performance by the delayed party will not be considered excused and must inform the other party of its plans to resume performance. e.Notices.Any notice given pursuant to this Agreement shall be in writing and shall be given by email (effective when received) or by US mail (effective 3 days after mailing certified) or national overnight carrier (effective when delivery Confidential - Saffire; Ver. 05.2020 8 confirmed) to the person named at the end of the Applicable Order, as may be changed through written notice to the other party. f.No Additional Terms.Saffire rejects additional or conflicting terms of any Customer form purchasing document. g. Order of Precedence. If there is a conflict in terms between this Agreement and an Order, the term in the Order prevails as to the conflict. For the avoidance of doubt, the silence of one document on an issue shall not be deemed a conflict. h. Survival of Terms. Any terms that by their nature survive termination of this Agreement for a party to assert its rights and receive the protections granted herein will survive (including, without limitation, the confidentiality terms). The UN Convention on Contracts for the International Sale of Goods does not apply. i. Feedback. By submitting ideas, suggestions or feedback to Saffire regarding the Service, (i) Customer agrees that such items submitted do not contain confidential or proprietary information; and (ii) Customer hereby grants Saffire an irrevocable, unlimited, royalty-free, perpetual license to use such items for any business purpose. j. Counterparts; Digital Signature. This agreement may be accepted by online click or by use, and any Order or Addendum may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same Agreement. The parties agree that a digital signature or click may substitute for and have the same legal effect as the original signature. [end of document] Confidential - Saffire; Ver. 05.2020 9 Apple Mobile App Addendum The following terms apply to any software distributed through an Apple mobile app store: Apple Minimum Terms. The additional Apple Minimum Terms below are incorporated into the Agreement for all purposes. APPLE REQUIREMENTS: IF CUSTOMER DOWNLOADED THE SERVICES FROM THE APPLE ITUNES APP STORE, THE FOLLOWING TERMS ALSO APPLY: Acknowledgement: Customer acknowledges that this Agreement is between Customer and Saffire only, and not with Apple, and therefore Saffire (not Apple) is solely responsible for the Services and the content. Scope of License: The license granted to Customer for the Service is a limited, non-transferable license to use the Services on an iOS device that Customer owns or controls and as permitted by the Usage Rules in the Apple iTunes App Store Terms of Service. Maintenance and Support: Saffire (not Apple) is solely responsible for providing any maintenance and support services with respect to the Service. Customer acknowledges that Apple has no obligation whatsoever to furnish any maintenance and support services with respect to the Service. Warranty: Saffire is solely responsible for any product warranties, whether express or implied by law, to the extent not effectively disclaimed. In the event of any failure of the Service to conform to any applicable warranty, Customer may notify Apple, and Apple will refund any paid amounts for the Service to Customer. To the maximum extent permitted by applicable law, Apple will have no other warranty obligation whatsoever with respect to the Service, and any other claims, losses, liabilities, damages, costs or expenses attributable to any failure to conform to any warranty will be Saffire's sole responsibility. Product Claims: Saffire (not Apple) is responsible for addressing any Customer or third-party claims relating to the Service or the Customer's possession and/or use of the Service, including, but not limited to: (i) product liability claims; (ii) any claim that the Service fails to conform to any applicable legal or regulatory requirement; and (iii) claims arising under consumer protection or similar legislation. Intellectual Property Rights: Customer acknowledges that, in the event of any third-party claim that the Service or ssession and use of the Service infringes that third party's intellectual property rights, Saffire (not Apple) will be solely responsible for the investigation, defense, settlement and discharge of any such intellectual property infringement claim to the extent provided in the Agreement. Legal Compliance: Customer represents and warrants that (i) Customer is not located in a country that is subject to a U.S. Government embargo, or that has been designated by the U.S. Government as a "terrorist supporting" country; and (ii) Customer is not listed on any U.S. Government list of prohibited or restricted parties. Developer Contact Info: Direct any questions, complaints or claims to: Email: saffiretix@saffire.com Third Party Terms of Agreement: Customer must comply with any applicable third-party terms of agreement when using the Service, e.g., if Customer is using a VoIP application, then Customer must not be in violation of its wireless data service agreement when using the Service. Third-party Beneficiary: Customer acknowledges and agrees that Apple and Apple's subsidiaries are third-party beneficiaries of this A acceptance of the terms of the Agreement, Apple will have the right (and will be deemed to have accepted the right) to enforce the Agreement against Customer as a third-party beneficiary thereof. Service Order Form - City of Clearwater Event Dates: Ongoing Fees Description Price/Ticket (Item) Online Ticket Sales: priced $0.01 + 10% of ticket price up to $2.99 General Admission - Box Office Ticket - Paid 0.25$ General Admission - Box Office Ticket - Comp -$ General Admission - Pre-Printed Ticket - Paid (Redeemed)0.25$ General Admission - Pre-Printed Ticket - Comp (Redeemed)-$ Reserved Seat - Box Office Ticket - Paid 0.25$ Reserved Seat - Box Office Ticket - Comp -$ Equipment Pricing as of June 2025 Quantity Billing Price/Device Subtotal Complete POS Rental: Laptop, Microcom Printer, OR iPhone, Hip Printer and Credit Card Reader --- $150 per setup for 1-week rental, or $50 per setup for each additional week -- Saffire will provide up to (2) complete POS systems 2 N/A 150.00$ $0 Laser Scanner: Used for scanning only - includes data plan --- $90 per device for 1- week rental, or $25 per device for each additional week -Saffire will provide up to (12) scanners 12 30 days after event 90.00$ Ticket Stock: Saffire will provide up to 50,000 stock tickets per year of agreement at no additional cost 50000 N/A -$ $0 Quantity Billing On Site Support Fee (excludes travel expenses**) must be requested and confirmed a minimum of 30 days prior to event - onsite support requests must be submitted at least 30 days prior to start of event. Saffire will waive 2 days of onsite support fees for each of your first 3 events on the Saffire platform. 6 30 days after event -$ Initial Setup of SaffireTix Site (Spark Platform) - if not a current website client At Time of Signature of agreement 1,500.00$ -$ Customer: City of Clearwater Saffire, LLC Name: Name: Cassie Dispenza Title: Title: Vice President of Strategic Partnerships Billing Email: Email: sales@saffire.com Address: Address: 248 Addie Roy Road, Suite B-106, Austin, TX 78746 Phone: Phone: 512.430.1123 Signature: Signature: Date: Date: If Tax Exempt please provide number here: Salesperson: Jodi Buresh and Cassie Dispenza Below Must Be Completed Additional Contact Name: Title: Additional Email: Additional Phone: Term: 1 year with options to renew Order Date: June 2, 2025 *Device rentals and purchase prices do not include shipping. Shipping fees for rentals will be added to the post-event invoice. Shipping fees for purchased items will be added to the purchase invoice. **Travel expenses include; airfare, hotel & car rental. If applicable, travel expenses will be added to the post-event invoice. Saffire will provide an annual revenue share of 25% on ticketing fees once the total annual ticketing fees exxceed $25,000. This means for any amount collected above this threshold, the City of Clearwater will receive a quarter of those fees back each year. This structure is designed to reward growth and high-volume sales. RENEWALS: The initial term of this agreement is July 1, 2025 through June 30, 2026, with the option of three (3), one (1) year renewals. The City will give written notice of its intention to renew the agreement no later than thirty (3) days prior to the expiration. TERMS: This order is goverened by the terms of the Subscription Services Agreement (https://www.saffire.com/ssa) between the parties, which terms are incorporated into this order for all purposes. If there is a conflict between the terms of this order and the agreement, this order governs. This order and the agreement are the entire agreement between the parties, and they supersede and replace all prior and contemporaneous negotiations, agreements, representations and discussions regarding this subject matter. Only a signed writing of the parties may amend this order. CREDIT CARD PROCESSING FEES: If the Client uses Saffire's payment processor, an additional credit card processing fee of 3.5% per transaction will be deducated from the settlement payments. These do not apply to ticketing fee minimums. A retainer of 10% of the settlement or $1,000, whichever amount is higher, will be held for up to 60 days after the event has ended, and will be utilized to cover any customer chargeback disputes and fees that may arise after the event. Saffire will defend the purchases through the credit card company, but any chargeback disputes awarded in the customers’ favor will be deducted from the chargeback retainer. The remaining amount will be paid to the Client after the 60 day window has passed. LATE FEES: If device rental return is not post-marked within 2-days after the event, a $10/device/day fee will be invoiced. Support & Maintenance Terms Email/Chat Support: Available through the Spark content management system or by emailing help@saffire.com 24/7 Support Portal: Knowledge Base articles and Video Lessons provide instructions on every component of Spark; Forums provide space for the sharing of ideas and tips with fellow Spark users. http://support.saffire.com Phone Support: 8am to 6 pm CST (Monday – Friday) (excluding company holidays) Support Phone: (512) 430-1123 • Case Logging o Telephone Support o Email Support • Software service maintenance, which includes maintenance releases, enhancements, new versions, additions and modifications to the software, provided to all customers under support for no additional fee. • Bug fixes to bring the service into substantial conformance with its then current user guide. • Response time of 4 business hours (but we try really hard to respond within 10 mins). • Resolution Process for Errors 1. Trouble ticket opened 2. Assign engineer to determine and correct the error 3. Periodic reports on the status of the correction 4. Initiate work to correct the error 5. Correction is released to production 6. Trouble ticket is closed • Scheduled Outages are usually scheduled during the hours of 12:00am and 4:00am CST and customers are usually notified via email of any scheduled outages. SEVERITY DEFINITION RESPONSE GOAL DETAILS Severity 1 Service substantially fails to perform 1 hour - Trouble Ticket opened - Assign engineer to determine and correct the error - Periodic reports on the status of the correction - Initiate work to correct the error Severity 2 Substantial degradation in performance of the Service 4 hours - Trouble Ticket opened - Assign engineer to determine and correct the error - Periodic reports on the status of the correction - Initiate work to correct the error Severity 3 Minimal to no impact on the availability or performance of the Service 3 days - Commercially reasonable efforts to include in next major release Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0637 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Authorize an increase on purchase order to Williamson Dacar Associates dba Williamson Design Associates (WDA) of Clearwater, FL for the interior and furniture design for the Clearwater Beach Library at the Clearwater Beach Recreation Center in the amount of $19,575.00 bringing the design service total to $112,115.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: On July 15, 2021, Council approved the use of ten firms to serve as Architects of Record (AOR) RFQ 39-21 and WDA was selected as one of the approved firms. The Clearwater Beach Recreation Center (CBRC), which also houses the Clearwater Beach Library, is over 30 years old. The facility sustained damage during Hurricanes Helene and Milton between September 26-27, 2024 and October 9-10, 2024 respectively. The City Manager approved a work order with WDA for architectural design services related to remedial flood damage repairs and renovations of the CBRC in the amount of $92,540.00. It was later determined that additional design services were needed for the library. WDA submitted a Supplemental Work Order in the amount of $19,575.00 to provide interior and furniture design services for the Clearwater Beach Library, located within the Clearwater Beach Recreation Center, bringing the total design cost to $112,115.00. These repairs are necessary to restore the facility to its pre-storm condition and reopen the CBRC and Library to serve the residents and visitors of Clearwater Beach. Williamson DDA Associates was selected to perform these design services based on their availability and reputation for providing excellent work for other municipalities. For example, they have completed numerous projects for Pasco County’s Parks and Recreation Department. Their current lead time is four weeks which will allow City Staff to release the project for bid and finish construction by March 2026. APPROPRIATION CODE AND AMOUNT: This purchase will be coded to a special program code 1817525-546300-D2402, disaster response - Hurricane Helene. Staff is pursuing insurance and FEMA reimbursements. USE OF RESERVE FUNDS: N/A 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. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0637 ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 1/14/2026 2605 Enterprise Road East, Suite 200, Clearwater, FL 33759 727.725.0951 | wdastudio.com Architecture # AR96285 | Engineering # CA6884 May 21, 2025 Matthew J. Anderson Assistant Director City of Clearwater Parks & Recreation Clearwater Beach, Florida Re: Clearwater Beach Recreation Center Library Interiors & Furniture Design Dear Mr. Anderson: Thank you for this opportunity to submit our proposal for the interior and furniture design for the Clearwater Beach Library at the Clearwater Beach Recreation Center. Per our discussions, our scope of work will include the interior and furniture design for the existing library space at the Clearwater Beach Recreation Center. The existing finishes and furniture were damaged due to the water infiltration to the building. The existing library area is approximately 1,650 square feet. Per your emails, the scope of work will include the following items: • Staff circulation desk • Librarian cubicle • Two (2) staff chairs • Two (2) units of shelving for circulation (behind desk) • One (1) staff worktable • Small table/desk and one (1) chair for PC reservation station • Four (4) desk chairs (low) for public computers • Four (4) desk chairs (high) for public desks • Four (4) tables (2-seater) for public workspace (computers and desks) • Four (4) lounge chairs for public seating • Shelving for the collection - 90" wall shelving (single facing) and 66" mid-height shelving for interior areas (double facing) • Display shelving for library holds and seed library • Kiosk for catalog tablet • Train table with storage for youth area • Youth seating for youth area (2 individual seats + 1 bench) • Youth reading nook seating with display • Shelving units for storage closet In development of this project, Williamson Design Associates’ scope of services during the Design Phase will be as follows: • Develop concept plans for review and approval. • Meet with users to review the concept plans. Matthew J. Anderson Re: Clearwater Beach Recreation Center Library Interiors May 21, 2025 Page 2 of 3 • Develop construction documents for the interior and furniture scope of work. • Provide signed and sealed plans for building permit review comments. We have not included any design efforts for mechanical, electrical or lighting enhancements for the library interiors. Williamson Design Associates’ scope of services during Construction Contract Administration will be as follows: • Review product submittals and answer any RFIs relating to the scope of work. • Provide two (2) site visits to review the progress of the work and general conformance to the contract drawings. • Conduct a substantial completion inspection. • Review contractor’s pay applications. Our breakdown of the fee for preparation of the construction documents is as follows: Concept Design $ 3,860.00 Design Development $ 4,320.00 Construction Documents $ 6,450.00 Bidding $ 920.00 Construction Administration $ 4,025.00 TOTAL $ 19,575.00 Our schedule to complete the work is as follows: Project Start Up 1 week Concept Design 3 weeks Design Development 4 weeks 100% Construction Documents 4 weeks If the scope of work changes, we will complete the work on an hourly basis or submit a lump sum fee proposal. Revisions to the design and drawings, after completion, will be billed based on our hourly rates or a lump sum fee. The following are our hourly rates: Principal Architects/Engineers $240.00 Interior Designer $115.00 Project Manager $ 95.00 Graduate Architects/Engineers $ 80.00 Sr. Drafting/Designer $ 90.00 CADD Drafting $ 65.00 Administration/Clerical Support $ 65.00 Matthew J. Anderson Re: Clearwater Beach Recreation Center Library Interiors May 21, 2025 Page 3 of 3 Our office looks forward to working with you on this project. Should you have any questions, please give me a call. This proposal is valid for 60 days from the proposal date. Cordially, Ted Williamson, AIA, PE, LEED®AP Williamson Design Associates Attachments: Clearwater Beach Library Plan Things that do NOT Circulate Well: Adult Graphic Novels Spanish Language Books CDs (any age) CD Books (any age) Library of Things Art Kits 41' 4" Staff Work Area Librarian Staff Desk LAs Desk Desk Acrylic Poster Acrylic Poster Clearwater Beach Library Not Necesarily to Scale Large Print Youth Bio Local Youth Adult Non-FictionYouth Catalog Kiosk Newspapers 4 Public PCs 14' 4" Magazines Adult Fiction DVDs Adult FictionNewNew TrainAdult Fiction Adult Fiction Adult FictionDVDsDVDsDVDs Adult Fiction Friends Cart Printer PC Res Holds Youth Reading Nook Paperbacks Library of Things 41' 10" 14' 3" 66" 25' 9" 28' 8" Self- Check Seed Library 46.5" OPTION 3 CUBICLE FOR LIBRARIAN NEAR PRINTER Shelving for Circ with Sliding Door Cabinets on Bottom 2605 Enterprise Road East, Suite 200, Clearwater, FL 33759 727.725.0951 | wdastudio.com Architecture # AR96285 | Engineering # CA6884 May 21, 2025 Matthew J. Anderson Assistant Director City of Clearwater Parks & Recreation Clearwater Beach, Florida Re: Clearwater Beach Recreation Center Supplement No. 1 Library Interiors & Furniture Design Dear Mr. Anderson: Thank you for this opportunity to submit our proposal for the interior and furniture design for the Clearwater Beach Library at the Clearwater Beach Recreation Center. Per our discussions, our scope of work will include the interior and furniture design for the existing library space at the Clearwater Beach Recreation Center. The existing finishes and furniture were damaged due to the water infiltration to the building. The existing library area is approximately 1,650 square feet. Per your emails, the scope of work will include the following items: • Staff circulation desk • Librarian cubicle • Two (2) staff chairs • Two (2) units of shelving for circulation (behind desk) • One (1) staff worktable • Small table/desk and one (1) chair for PC reservation station • Four (4) desk chairs (low) for public computers • Four (4) desk chairs (high) for public desks • Four (4) tables (2-seater) for public workspace (computers and desks) • Four (4) lounge chairs for public seating • Shelving for the collection - 90" wall shelving (single facing) and 66" mid-height shelving for interior areas (double facing) • Display shelving for library holds and seed library • Kiosk for catalog tablet • Train table with storage for youth area • Youth seating for youth area (2 individual seats + 1 bench) • Youth reading nook seating with display • Shelving units for storage closet In development of this project, Williamson Design Associates’ scope of services during the Design Phase will be as follows: • Develop concept plans for review and approval. Matthew J. Anderson Re: Clearwater Beach Recreation Center Library Interiors Supplement No. 1 May 28, 2025 Page 2 of 3 • Meet with users to review the concept plans. • Develop construction documents for the interior and furniture scope of work. • Provide signed and sealed plans for building permit review comments. We have not included any design efforts for mechanical, electrical or lighting enhancements for the library interiors. Williamson Design Associates’ scope of services during Construction Contract Administration will be as follows: • Review product submittals and answer any RFIs relating to the scope of work. • Provide two (2) site visits to review the progress of the work and general conformance to the contract drawings. • Conduct a substantial completion inspection. • Review contractor’s pay applications. Our breakdown of the fee for Supplement No. 1is as follows: Concept Design $ 3,860.00 Design Development $ 4,320.00 Construction Documents $ 6,450.00 Bidding $ 920.00 Construction Administration $ 4,025.00 SUPPLEMENT NO. 1 TOTAL $ 19,575.00 ORIGINAL PO AMOUNT $ 92,540.00 NEW TOTAL WITH SUPPLEMENT NO. 1 $112,115.00 Our schedule to complete Supplement no 1. work is as follows: Project Start Up 1 week Concept Design 3 weeks Design Development 4 weeks 100% Construction Documents 4 weeks If the scope of work changes, we will complete the work on an hourly basis or submit a lump sum fee proposal. Revisions to the design and drawings, after completion, will be billed based on our hourly rates or a lump sum fee. The following are our hourly rates: Principal Architects/Engineers $240.00 Interior Designer $115.00 Project Manager $ 95.00 Graduate Architects/Engineers $ 80.00 Sr. Drafting/Designer $ 90.00 CADD Drafting $ 65.00 Administration/Clerical Support $ 65.00 Matthew J. Anderson Re: Clearwater Beach Recreation Center Library Interiors Supplement No. 1 May 28, 2025 Page 3 of 3 Our office looks forward to working with you on this project. Should you have any questions, please give me a call. This proposal is valid for 60 days from the proposal date. Cordially, Ted Williamson, AIA, PE, LEED®AP Williamson Design Associates Attachments: Clearwater Beach Library Plan Things that do NOT Circulate Well: Adult Graphic Novels Spanish Language Books CDs (any age) CD Books (any age) Library of Things Art Kits 41' 4" Staff Work Area Librarian Staff Desk LAs Desk Desk Acrylic Poster Acrylic Poster Clearwater Beach Library Not Necesarily to Scale Large Print Youth Bio Local Youth Adult Non-FictionYouth Catalog Kiosk Newspapers 4 Public PCs 14' 4" Magazines Adult Fiction DVDs Adult FictionNewNew TrainAdult Fiction Adult Fiction Adult FictionDVDsDVDsDVDs Adult Fiction Friends Cart Printer PC Res Holds Youth Reading Nook Paperbacks Library of Things 41' 10" 14' 3" 66" 25' 9" 28' 8" Self- Check Seed Library 46.5" OPTION 3 CUBICLE FOR LIBRARIAN NEAR PRINTER Shelving for Circ with Sliding Door Cabinets on Bottom Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0651 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Authorize purchase orders to Ballfer Service Group of Ruskin, FL, Cardinal Fence LLC of Clearwater, FL, and Smith Fence Company of Clearwater FL, for comprehensive fencing products and services for various projects throughout the city in the cumulative annual not-to-exceed amount of $1,000,000.00, for initial term August 1, 2025 through July 31, 2026, with three, one-year renewal options pursuant to Invitation to Bid 31-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid #31-25 Citywide Fencing was released on May 7, 2025, and three submissions were received on or by June 6, 2025. The Parks & Recreation Department evaluated each submission and determined that Ballfer Service Group, Cardinal Fence LLC, and Smith Fence Company each meet the requirements of the city. To ensure continuity of supply and provide flexibility in the procurement of products as needed, the Parks & Recreation Department recommends awarding contracts to all three vendors listed below: Ballfer Service Group: Primary Award: Groups 1A - 2B; Group 4; Group 5G; Group 7; Group 8; and Group 9 Tertiary Award: Group 3; Group 5A - 5F; and Group 10 Cardinal Fence LLC: Primary Award: Groups 5A - 5F; and Group 10 Secondary Award: Groups 1A - 2B; Group 3; Group 4; and Group 9 Tertiary Award: Group 5G; Group 7; and Group 8 Smith Fence Company: Primary Award: Group 3; Group 6; Group 11; and Group 12 Secondary Award: Group 5A - 5F; Group 5G; Group 7, Group 8; and Group 10 Tertiary Award: Group 1A - 2B; Group 4; and Group 9 Primary utilization of fencing services is by the Parks and Recreation Department for temporary fencing associated with special events, construction projects, and permanent fencing around recreation and athletic facilities. Other city departments utilize fencing services for repairs and project work on an as-needed basis. During storm events, this contract will be utilized citywide to secure damaged facilities and debris management sites along with permanent recovery work. The Parks & Recreation Department estimates the cumulative annual not-to-exceed amount under this contract to be $1,000,000.00 for the initial term of August 1, 2025 through July 31, 2026, with three, one-year renewal options at $800,000 Parks & Rec & $200,000 citywide totaling $1,000,000.00 annually. The Parks & Recreation Department will ensure that all requirements, including any applicable provision of insurance, are met. APPROPRIATION CODE AND AMOUNT: Funding for these contracts is available in Fiscal Year 2025/2026 departmental operating and capital budgets M2207 and will be budgeted accordingly in future fiscal years. Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0651 USE OF RESERVE FUNDS: N/A 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; ·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 2 City of Clearwater Printed on 1/14/2026 Bid Tabluation ITB 31-25 Citywide Fencing Bids Due: June 6, 2025 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 4'0" with line posts and top rails L.F.$18.00 $22.25 $25.00 2 6'0" with line posts and top rails L.F.$23.00 $29.20 $34.00 3 6'0" with tension wire L.F.$24.00 $26.50 $28.00 4 6'0" with top rail and 3 strands of barb wire L.F.$25.50 $31.00 $35.00 5 7'0" with line posts and top rails L.F.$28.00 $38.00 $46.00 6 8'0" with line posts and top rails L.F.$28.00 $39.50 $50.00 7 10'0" with line posts and top rails L.F.$36.00 $47.50 $61.00 8 12'0" with line posts and top rails L.F.$50.00 $55.00 $71.00 9 Deduction to exclude Top Rail L.F.$1.00 $2.25 $2.00 10 Addition of bottom rail (and hardware)L.F.$1.50 $6.95 $15.00 11 Addition of middle rail (and hardware)L.F.$1.50 $6.95 $15.00 Total $236.50 $305.10 $382.00 Average $21.50 $27.74 $34.73 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 4'0" with line posts and top rails L.F.$18.00 $27.75 $30.00 2 6'0" with line posts and top rails L.F.$23.00 $36.30 $41.00 3 6'0" with tension wire L.F.$24.00 $31.25 $29.00 Award: Primary Secondary Tertiary No Bid Group 1A: Installed price of hot dip galvanized chain link fencing system, fabric w/ 1.2 oz zinc coating per ASTM standard (pricing by the linear foot installed) Group 1B: Installed price of black vinyl-coated chain link fence system, fabric w/pvc coating per ASTM standard (pricing by the linear foot installed) 4 6'0" with top rail and 3 strands of barb wire L.F.$25.50 $39.75 $35.00 5 7'0" with line posts and top rails L.F.$28.00 $42.25 $45.00 6 8'0" with line posts and top rails L.F.$32.00 $47.00 $59.00 7 10'0" with line posts and top rails L.F.$40.00 $61.45 $62.00 8 12'0" with line posts and top rails L.F.$54.00 $72.50 $71.00 9 Deduction to exclude Top Rail L.F.$1.00 $3.95 $2.00 10 Addition of bottom rail (and hardware)L.F.$1.00 $8.45 $17.00 11 Addition of middle rail (and hardware)L.F.$1.00 $8.45 $17.00 Total $247.50 $379.10 $408.00 Average $22.50 $34.46 $37.09 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 4' end posts EA $26.00 $148.00 $155.00 2 4' pull posts EA $26.00 $206.00 $211.00 3 4' corner posts EA $26.00 $206.00 $211.00 4 6' end posts EA $26.00 $171.00 $175.00 5 6' pull posts EA $26.00 $232.00 $239.00 6 6' corner posts EA $26.00 $232.00 $239.00 7 7' end posts EA $28.00 $280.00 $329.00 8 7' pull posts EA $28.00 $426.00 $485.00 9 7' corner posts EA $28.00 $426.00 $485.00 10 8' end posts EA $30.00 $307.00 $361.00 11 8' pull posts EA $30.00 $446.00 $525.00 12 8' corner posts EA $30.00 $446.00 $525.00 13 10'0" end posts EA $30.00 $334.00 $400.00 14 10'0" corner posts EA $30.00 $480.00 $575.00 15 12'0" end posts EA $33.00 $360.00 $450.00 16 12'0" pull posts EA $33.00 $515.00 $600.00 17 12'0" corner posts EA $33.00 $515.00 $600.00 18 Addition of Welded Plate to Post w/ Anchors, includes hardware EA $4.00 $65.00 $75.00 Total $493.00 $5,795.00 $6,640.00 Average $27.39 $321.94 $368.89 Group 2A: End & corner posts hot dip galvanized, complete w/ braces per specifications Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 4' end posts EA $27.00 $175.00 $188.00 2 4' pull posts EA $27.00 $220.00 $188.00 3 4' corner posts EA $27.00 $220.00 $188.00 4 6' end posts EA $27.00 $201.00 $222.00 5 6' pull posts EA $27.00 $265.00 $222.00 6 6' corner posts EA $27.00 $265.00 $222.00 7 7' end posts EA $29.00 $361.00 $425.00 8 7' pull posts EA $29.00 $562.00 $525.00 9 7' corner posts EA $29.00 $562.00 $525.00 10 8' end posts EA $31.00 $384.00 $582.00 11 8' pull posts EA $31.00 $589.00 $582.00 12 8' corner posts EA $31.00 $589.00 $582.00 13 10'0" end posts EA $31.00 $413.00 $475.00 14 10'0" corner posts EA $31.00 $624.00 $700.00 15 12'0" end posts EA $33.00 $488.50 $525.00 16 12'0" pull posts EA $33.00 $719.00 $750.00 17 12'0" corner posts EA $33.00 $719.00 $750.00 18 Addition of Welded Plate to Post w/ Anchors, includes hardware EA $5.00 $65.00 $75.00 Total $508.00 $7,421.50 $7,726.00 Average $28.22 $412.31 $429.22 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 6' PVC tounge and groove fence system (including gates and hardware)Cost + Markup 60.%40.%25.% 2 6' PT Wood privacy fence system (including gates and hardware)Cost + Markup 60.%40.%25.% 3 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 48"h) + (Post= 2.5" sq x 72"h) +(Cap) All items Color= Black Cost + Markup 60.%40.%25.% 4 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 60"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Black Cost + Markup 60.%40.%25.% Group 3: Vinyl and wood privacy fence, aluminum decorative fence systems (percent over markup on materials) Group 2B: End & corner posts black vinyl-coated, complete w/ braces per specifications 5 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 72"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Black Cost + Markup 60.%40.%25.% 6 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 48"h) + (Post= 2.5" sq x 72"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup 60.%40.%25.% 7 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 60"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup 60.%40.%25.% 8 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 72"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup 60.%40.%25.% 9 ANY FENCING MATERIAL OR SYSTEM NOT LISTED BUT REQUESTED BY THE CITY Cost + Markup 60.%40.%30.% Average 60%40%25.55% Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 6' Privacy Fencing Material, PDS vinyl slat L.F.$12.00 $15.00 $16.00 2 8' Privacy Fencing Materials, PDS vinyl slat L.F.$15.00 $19.00 $20.00 3 6' Wood Stockade (Pressure Treated Pine)L.F.$23.00 $20.00 $30.00 4 8" Wood Stockade (Pressure Treated Pine)L.F.$30.00 $24.00 $55.00 6 Barbed Wire, metallic 50' Roll $8.00 $245.00 $450.00 7 Barbed Wire, PVC coated 50' Roll $10.00 $450.00 $600.00 8 Top or Bottom Tension Wire L.F.$0.10 $0.75 $4.00 9 Roller Chain #40 Steel L.F.$6.50 $12.00 $125.00 Total $104.60 $785.75 $1,300.00 Average $11.62 $87.31 $144.44 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated 1 16' cantilever gate EA $4,400.00 $4,800.00 $2,582.00 $3,056.00 $2,660.00 $3,100.00 2 20' cantilever gate EA $5,500.00 $5,900.00 $2,781.00 $3,319.00 $2,850.00 $3,500.00 3 24' cantilever gate EA $6,600.00 $7,000.00 $2,980.00 $3,582.00 $3,050.00 $3,750.00 4 12' single swing gate EA $1,800.00 $1,900.00 $758.00 $944.00 $850.00 $1,100.00 5 10' single swing gate EA $1,500.00 $1,600.00 $650.00 $853.00 $725.00 $1,000.00 6 8' single swing gate EA $1,200.00 $1,300.00 $581.00 $704.00 $685.00 $800.00 7 6' single swing gate EA $900.00 $1,000.00 $512.00 $591.00 $650.00 $700.00 8 4' single swing gate EA $600.00 $700.00 $422.00 $534.00 $575.00 $600.00 Total $22,500.00 $24,200.00 $11,266.00 $13,583.00 $12,045.00 $14,550.00 Average $2,812.50 $3,025.00 $1,408.25 $1,697.88 $1,505.63 $1,818.75 Group 5A: Gates, including posts & hardware for 4' 0" fence Ballfer Service Corp Cardinal Fence LLC Group 4: Additional Fencing Materials Smith Fence Company Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated 1 16' cantilever gate EA $4,400.00 $4,800.00 $3,086.00 $3,719.00 $3,240.00 $4,500.00 2 20' cantilever gate EA $5,500.00 $5,900.00 $3,385.00 $4,110.00 $3,530.00 $4,900.00 3 12' single swing gate EA $1,800.00 $1,800.00 $989.00 $1,216.00 $1,050.00 $1,750.00 4 10' single swing gate EA $1,500.00 $1,500.00 $839.00 $1,090.00 $850.00 $1,500.00 5 8' single swing gate EA $1,200.00 $1,200.00 $736.00 $902.00 $800.00 $1,000.00 6 6' single swing gate EA $900.00 $900.00 $633.00 $773.00 $730.00 $875.00 7 4' single swing gate EA $600.00 $600.00 $503.00 $607.00 $625.00 $700.00 8 20' slide gate EA $5,500.00 $5,900.00 $1,450.00 $1,986.00 $1,860.00 $3,000.00 Total $21,400.00 $22,600.00 $11,621.00 $14,403.00 $12,685.00 $18,225.00 Average $2,675.00 $2,825.00 $1,452.63 $1,800.38 $1,585.63 $2,278.13 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated 1 16' cantilever gate EA $5,200.00 $6,000.00 $3,189.00 $3,889.00 $3,450.00 $5,000.00 2 24' cantilever gate EA $7,800.00 $8,600.00 $3,710.00 $4,524.00 $4,150.00 $6,100.00 3 12' single swing gate EA $2,100.00 $2,400.00 $1,032.00 $1,258.00 $1,100.00 $2,000.00 4 10' single swing gate EA $1,750.00 $2,050.00 $920.00 $1,122.00 $1,035.00 $1,800.00 5 8' single swing gate EA $1,400.00 $1,650.00 $795.00 $970.00 $950.00 $1,500.00 6 6' single swing gate EA $1,050.00 $1,250.00 $648.00 $790.00 $785.00 $1,300.00 7 4' single swing gate EA $700.00 $900.00 $536.00 $654.00 $715.00 $1,100.00 Total $20,000.00 $22,850.00 $10,830.00 $13,207.00 $12,185.00 $18,800.00 Average $2,857.14 $3,264.29 $1,547.14 $1,886.71 $1,740.71 $2,685.71 Group 5B: Gates, including posts & hardware for 6' 0" fence Group 5C: Gates, including posts & hardware for 7' 0" fence Cardinal Fence LLC Ballfer Service Corp Cardinal Fence LLC Ballfer Service Corp Smith Fence Company Smith Fence Company Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated 1 16' cantilever gate EA $5,600.00 $6,000.00 $3,294.00 $4,020.00 $3,725.00 $5,250.00 2 24' cantilever gate EA $8,400.00 $8,800.00 $4,051.00 $4,991.00 $4,525.00 $6,500.00 3 12' single swing gate EA $2,400.00 $2,800.00 $1,145.00 $1,368.00 $1,190.00 $2,100.00 4 10' single swing gate EA $1,900.00 $2,300.00 $1,004.00 $1,268.00 $1,090.00 $1,900.00 5 8' single swing gate EA $1,600.00 $2,000.00 $877.00 $1,029.00 $1,100.00 $1,175.00 6 6' single swing gate EA $1,200.00 $1,500.00 $708.00 $869.00 $825.00 $1,025.00 7 4' single swing gate EA $900.00 $1,200.00 $580.00 $708.00 $750.00 $875.00 Total $22,000.00 $24,600.00 $11,659.00 $14,253.00 $13,205.00 $18,825.00 Average $3,142.86 $3,514.29 $1,665.57 $2,036.14 $1,886.43 $2,689.29 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated 1 16' cantilever gate EA $6,000.00 $6,400.00 $3,727.00 $4,429.00 $4,225.00 $6,000.00 2 24' cantilever gate EA $8,800.00 $9,200.00 $4,668.00 $6,375.00 $5,230.00 $7,700.00 3 12' single swing gate EA $2,800.00 $3,200.00 $1,515.00 $1,732.00 $1,350.00 $2,500.00 4 10' single swing gate EA $2,300.00 $2,700.00 $1,199.00 $1,532.00 $1,250.00 $2,200.00 5 8' single swing gate EA $2,000.00 $2,400.00 $1,040.00 $1,332.00 $1,150.00 $1,900.00 6 6' single swing gate EA $1,600.00 $2,000.00 $820.00 $1,135.00 $925.00 $1,700.00 7 4' single swing gate EA $1,300.00 $1,700.00 $661.00 $852.00 $825.00 $1,400.00 Total $24,800.00 $27,600.00 $13,630.00 $17,387.00 $14,955.00 $23,400.00 Average $3,542.86 $3,942.86 $1,947.14 $2,483.86 $2,136.43 $3,342.86 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Hot Dipped Galvanized Black Vinyl Coated Group 5D: Gates, including posts & hardware for 8' 0" fence Group 5E: Gates, including posts & hardware for 10' 0" fence Group 5F: Gates, including posts & hardware for 12' 0" fence Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Ballfer Service Corp Cardinal Fence LLC Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Smith Fence Company 1 16' cantilever gate EA $6,400.00 $6,800.00 $4,159.00 $5,636.00 $4,730.00 $7,200.00 2 24' cantilever gate EA $9,200.00 $9,600.00 $5,285.00 $7,108.00 $5,930.00 $8,750.00 3 12' single swing gate EA $3,200.00 $3,600.00 $1,574.00 $2,103.00 $1,515.00 $3,200.00 4 10' single swing gate EA $2,700.00 $3,100.00 $1,383.00 $1,863.00 $1,395.00 $2,700.00 5 8' single swing gate EA $2,400.00 $2,700.00 $1,191.00 $1,465.00 $1,275.00 $2,200.00 6 6' single swing gate EA $2,000.00 $2,400.00 $933.00 $1,155.00 $1,000.00 $1,900.00 7 4' single swing gate EA $1,700.00 $2,100.00 $741.00 $918.00 $885.00 $1,500.00 8 Wheel Assembly, 5", for Roll Gate, w/ hardware EA $175.00 $225.00 $75.00 $75.00 $215.00 $215.00 9 Wheel Assembly, 8", for Roll Gate, w/ hardware EA $250.00 $300.00 $105.00 $105.00 $230.00 $230.00 Total $28,025.00 $30,825.00 $15,446.00 $20,428.00 $17,175.00 $27,895.00 Average $3,113.89 $3,425.00 $1,716.22 $2,269.78 $1,908.33 $3,099.44 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 4' Height (IDEAL ALUMINUM - SINGLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $338.00 $230.00 2 4' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $372.00 $250.00 3 4' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $338.00 $250.00 4 4' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $372.00 $270.00 5 4' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $750.00 $800.00 6 4' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $825.00 $830.00 7 4' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $520.00 $410.00 8 4' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $572.00 $430.00 9 5' Height (IDEAL ALUMINUM - SINGLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $365.00 $245.00 10 5' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $402.00 $265.00 11 5' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $365.00 $270.00 12 5' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $402.00 $290.00 Group 5G: Gates, including posts, tracks, and all hardware for ideal aluminum fence (price per L.F. of gate opening price includes material and installation) 13 5' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $802.00 $830.00 14 5' Height (IDEAL ALUMINUM - BOTTOMTRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $882.00 $860.00 15 5' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $559.00 $445.00 16 5' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $615.00 $475.00 17 6' Height (IDEAL ALUMINUM SINGLE WALK) Long Islander - Price per foot of opening - Color L.F.$250.00 $386.00 $255.00 18 6' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F.$350.00 $425.00 $280.00 19 6' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $386.00 $285.00 20 6' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $425.00 $310.00 21 6' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $842.00 $860.00 22 6' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $925.00 $890.00 23 6' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F.$250.00 $614.00 $480.00 24 6' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F.$350.00 $675.00 $510.00 Total $7,200.00 $13,157.00 $11,020.00 Average $300.00 $548.21 $459.17 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 New - Pedestrain/Bicycle Railing w/ hardware (Steel) - FDOT Index No. 515-052 L.F.No Bid No Bid $97.00 2 New - Pedestrian/Bicycle Railing w/hardware (Aluminum) - FDOT Index No. 515-062 L.F.No Bid No Bid $96.00 3 New - Pipe Gaurdrail w/hardware (Aluminum) - FDOT Index No. 515-070 L.F.No Bid No Bid $95.00 4 New - Pipe Gaurdrail w/hardware (Steel) - FDOT Index No. 515-080 L.F.No Bid No Bid $94.00 5 Replace - Pedestrain/Bicycle Railing w/ hardware (Steel) - FDOT Index No. 515-052 L.F.No Bid No Bid $100.00 6 Replace - Pedestrian/Bicycle Railing w/hardware (Aluminum) - FDOT Index No. 515-062 L.F.No Bid No Bid $99.00 7 Replace - Pipe Gaurdrail w/hardware (Aluminum) - FDOT Index No. 515-070 L.F.No Bid No Bid $99.00 8 Replace - Pipe Gaurdrail w/hardware (Steel) - FDOT Index No. 515-080 L.F.No Bid No Bid $97.00 Total $777.00 Average $97.13 Ballfer Service Corp Cardinal Fence LLC SMITH FENCE COMPANY Line Item Description Unit of Measure Percentage Percentage Percentage 1 Automatic gate opener (Unit per linear foot of gate being opened)L.F.25%40%30% Group 6: Handrail/guardrail - pedestrian and bicycle (L.F. price includes material and installation) Group 7: Gate operators (pricing based on percentage mark up from cost) Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 Removal and disposal of 4' fencing any material L.F.$6.50 $5.00 $5.00 2 Removal and disposal of 5' fencing any material L.F.$6.50 $5.00 $5.00 3 Removal and disposal of 6' fencing any material L.F.$6.50 $6.00 $5.00 4 Removal and disposal of 7' fencing any material L.F.$6.50 $7.00 $10.00 5 Removal and disposal of 8' fencing any material L.F.$6.50 $8.00 $10.00 6 Removal and disposal of 9' fencing any material L.F.$7.00 $9.00 $10.00 7 Removal and disposal of 10' fencing any material L.F.$7.00 $15.00 $10.00 8 Removal and disposal of 11' fencing any material L.F.$7.00 $16.50 $15.00 9 Removal and disposal of 12' fencing any material L.F.$9.00 $18.00 $15.00 Group 8: Removal and disposal of old fence 4'-16' height any material 10 Removal and disposal of 13' fencing any material L.F.$9.00 $19.50 $15.00 11 Removal and disposal of 14' fencing any material L.F.$9.00 $21.00 $15.00 12 Removal and disposal of 15' fencing any material L.F.$10.50 $22.50 $15.00 13 Removal and disposal of 16' fencing any material L.F.$10.50 $24.00 $15.00 Total $101.50 $176.50 $145.00 Average $7.81 $13.58 $11.15 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 Rate Charges Monday Through Friday 8:00 A.M. - 5:00 P.M. (Straight Time)Hour $28.50 $150.00 $200.00 2 Rate Charges Monday Through Friday (After Hours 5:01P.M - 7:59A.M)Hour $42.75 $210.00 $250.00 3 Rate Charges Saturday, Sunday, Emergency Work Or Holiday Hour $50.00 $210.00 $250.00 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 6' pvc tounge and groove privacy fence system (including gates)L.F.$12.00 $8.00 $10.00 2 6' pt wood privacy fence system (including gates)L.F.$14.00 $8.00 $10.00 3 4' decorative aluminum fence system (excluding gates)L.F.$12.00 $8.00 $10.00 4 5' decorative aluminum fence system (excluding gates)L.F.$12.00 $8.00 $10.00 5 6' decorative aluminum fence system (excluding gates)L.F.$12.00 $8.00 $10.00 Total $62.00 $40.00 $50.00 Average $12.40 $8.00 $10.00 Group 10: Installation of pvc tongue and groove privacy, pt wood privacy, and decorative aluminum fence systems (installation per L.F.) Group 9: Hourly installation, repair, replacement of fencing and gate operators Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 6' Chainlink Temporary Fence Panels with Stands and Hardware L.F.No Bid No Bid $5.50 2 6' Chainlink Temporary Fence with line posts and FDOT top wire L.F.No Bid No Bid $6.50 3 6' Windscreen L.F.No Bid No Bid $3.00 4 6' Temporary Gates L.F.No Bid No Bid $30.00 5 4' Crowd Control Barriers L.F.No Bid No Bid $4.00 6 Gate Wheels EA No Bid No Bid $50.00 7 Sand Bag EA No Bid No Bid $10.00 8 Corner Post EA No Bid No Bid $25.00 9 Support Post EA No Bid No Bid $25.00 10 Per Job Weekend or Emergency Install or Removal Fee EA No Bid No Bid $750.00 Total $909.00 Average $90.90 Group 11: Temporary fence system installation, rental, removal, additional items Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 Chainsaw with Operator Hour No Bid No Bid $215.00 2 Clearing with Skidsteer and Grapple Hour No Bid No Bid $375.00 3 Clearing with Excavator Hour No Bid No Bid $375.00 4 Clearing with Forestry Mulcher Hour No Bid No Bid $450.00 Total $1,415.00 Average $353.75 Ballfer Service Corp Cardinal Fence LLC Smith Fence Company Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost 1 Permit submission from initial application to final inspection (when required)Per Occurance $500.00 $300.00 $750.00 2 Coordination for utility locate for all public underground utilities (responsibility of awarded contractor) Per Occurance No Bid $100.00 $100.00 3 Coordination for utility locate for all private underground utilities (when requested)Per Occurance No Bid $100.00 $100.00 4 Temporary Traffic Control (TTC) (when required)Per Occurance No Bid $2,500.00 $1,850.00 5 Utility locate private company provider Per Occurance No Bid $1,000.00 $2,100.00 6 Unspecified work not listed but requested by City Cost + Markup No Bid 40%25% Group 12: Additional clearing per hour Group 13: Additional services July 8, 2025 NOTICE OF INTENT TO AWARD - REVISED Parks and Recreation and the Procurement Division recommend awarding ITB No. 31-25, Citywide Fencing, to the following vendors as the lowest, most responsible bidders, in accordance with the bid specifications. Ballfer Service Group: Primary Award: Groups 1A – 2B; Group 4; Group 5G; Group 7; Group 8; and Group 9 Tertiary Award: Group 3; Group 5A - 5F; and Group 10 Cardinal Fence LLC: Primary Award: Groups 5A - 5F; and Group 10 Secondary Award: Groups 1A – 2B; Group 3; Group 4; and Group 9 Tertiary Award: Group 5G; Group 7; and Group 8 Smith Fence Company: Primary Award: Group 3; Group 6; Group 11; and Group 12 Secondary Award: Group 5A – 5F; Group 5G; Group 7, Group 8; and Group 10 Tertiary Award: Group 1A – 2B; Group 4; and Group 9 Vendors selected under this award were chosen based on the overall cost within each Group category. However, if it is determined that items from multiple Group categories are needed, the City reserves the right to evaluate and combine pricing across those categories and proceed with the vendor offering the lowest total combined cost. This award is being issued to multiple vendors to ensure continuity of service and allows the City the flexibility to utilize the vendors listed above as secondary or tertiary options as needed. This Award recommendation will be considered by the City Council at the August 4, 2025, Work Session (1:30 p.m.) and voted on at the August 7, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst II at Kelly.Rogers@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758. Posted on this date by: Kelly Rogers Procurement Analyst II 1) Ballfer Service Corp 2) Cardinal Fence LLC 1517 S US-HWY 41, Suite 102 4460 107th Circle N Ruskin, FL 33570 Clearwater, FL 33762 Certified WMBE Certified SBE 3) Smith Fence Company4699 110th Avenue N Clearwater, FL 33762 ADVERTISED: TAMPA BAY TIMES 5/7/2025 POSTED:myclearwater.com 5/7/2025 FOR THE CITY OF CLEARWATER Due/Opening: June 6, 2025; 10:00 a.m. INVITATION TO BID No. 31-25 Citywide Fencing Solicitation Response Listing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 31-25 CITYWIDE FENCING NOTICE Wednesday, May 7, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Friday, June 6, 2025 to provide: The City of Clearwater (City) is seeking qualified contractor(s) to provide comprehensive fencing products and services for various projects throughout the city. 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://procurement.opengov.com/portal/myclearwater/projects/165480. 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 shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/165480. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. 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. 2.3 Due Date & Time for Submission and Opening Date: Friday, June 6, 2025 Time: 10:00 am 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. 2.4 Bid Firm Time Bids shall remain firm and unaltered after opening for 90 days. The City may accept the bid, subject to successful contract negotiations, at any time during this time. 2.5 Bid Submittals It is recommended that bids are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. 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 bid that is not properly addressed and identified. 2.6 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. It shall not be sufficient to show that you mailed or commenced delivery before the due date and v. 7.2024 3 time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 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 submitted through the City's e-Procurement Portal, 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. 2.8 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. 2.9 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 listed on this solicitation 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. 2.10 Form and Content of Bids Bids, including modifications, must be certified by an authorized representative and submitted electronically. 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 requires that an electronic copy of the bids be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The bids 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 bids. 2.11 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. v. 7.2024 4 2.12 Modification/Withdrawal of Bids For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, 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. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. 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. 2.13 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. 2.14 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. 2.15 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. 2.16 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. 2.17 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 v. 7.2024 5 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. 2.18 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. 2.19 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 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 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. 2.21 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 v. 7.2024 6 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 2.22 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. 2.23 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. 2.24 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://procurement.opengov.com/portal/myclearwater/projects/165480 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: May 7, 2025 Advertise Tampa Bay Times: May 7, 2025 Question Response Deadline: May 28, 2025, 10:00am Due Date & Time for Submissions and Opening: June 6, 2025, 10:00am Review Bids: June 6 - 18, 2025 v. 7.2024 7 Award Recommendation: June 18, 2025 Council Authorization: July 2025 Contract Begins: July 2025 STANDARD TERMS AND CONDITIONS 3.1 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”. 3.2 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. 3.3 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. 3.4 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. 3.5 Successor 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. 3.6 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. 3.7 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. v. 7.2024 8 3.8 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. 3.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 3.10 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 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. 1. 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”). 2. 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. 3. 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. 4. 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 v. 7.2024 9 Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. 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. 3.11 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. 3.12 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. 3.13 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 v. 7.2024 10 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 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. 3.14 Audits and Records v. 7.2024 11 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. 3.15 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. 3.16 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. 3.17 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 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. 3.18 Remedies v. 7.2024 12 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. 3.19 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. 3.20 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. 3.21 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. 3.22 Termination for Non-Appropriation and Modification for Budgetary Contraints 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. 3.23 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. v. 7.2024 13 3.24 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. 3.25 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. 3.26 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. 3.27 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. 3.28 No Guarantee of Work v. 7.2024 14 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. 3.29 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. 3.30 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. 3.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.32 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. 3.33 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. 3.34 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. 3.35 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 v. 7.2024 15 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. 3.36 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). 3.37 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. 3.38 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. 3.39 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. 3.40 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. 3.41 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. 3.42 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. v. 7.2024 16 3.43 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. 3.44 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. 3.45 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 The awarded companies are expected to perform the following work as tasked by the City. Estimated Annual requirements for each task element is indicated in the PRICING SHEET: 4.1 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 118,463 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. 4.2 Purpose The purpose of this solicitation is to establish a contract with a contractor(s) capable of supplying and installing high-quality fencing materials, along with providing ongoing maintenance and repair services as required. The selected contractor(s) will be responsible for meeting the specifications outlined in this Scope of Work (SOW) to ensure the safety, functionality, and visual appeal of fenced areas throughout City properties. 4.3 Scope of Work The City of Clearwater (City) is seeking qualified contractor(s) to furnish security and safety materials and services for City-owned and maintained properties. These services will be utilized for both permanent and temporary security needs, on an as-needed basis. The Contractor(s) shall provide all necessary materials, tools, labor, supervision, quality control, vehicles, equipment, disposal fees, management, and transportation required to fully execute this contract. All costs must be included in the individual unit line-item pricing as specified in the pricing sheet. The following exhibits have been provided to assist with submittals: v. 7.2024 17 • Exhibit A_Table 1_Chain Link Framework Requirements • Exhibit B_Table 2_Chain Link Gate Post Sizes 4.4 General Requirements Personnel. • Contractor’s personnel shall be required to wear some form of company-issued identification or uniform, use appropriate Personal Protection Equipment (PPE), 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 Contractor(s) 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. Service. • Contractor(s) shall provide all required labor, materials, tools, equipment, vehicles, transportation, insurance, and supervision to perform all related services outlined in this solicitation. • The Contractor(s) 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 Contractor(s) may not be compensated. • Contractor(s) shall immediately clean up displaced materials, or any dust associated with the transporting or delivery from any other surface area. • Contractor(s) shall bear the responsibility for visiting each location to assess site conditions and the ability to access locations to deliver materials. • Damage to existing facilities, equipment, etc. by the Vendor(s), in the performance of their work, shall be repaired or restored to original condition within two (2) business days. Communications. • Contractor(s) shall respond by phone to all calls within one (1) hour of notification, Monday through Friday, 7:00 a.m. to 5:00 p.m. • Contractor(s) shall communicate any delays in work or difficulties to the City representative designated to the job. Job Quotes. Prior to beginning any work, Contractor(s) shall provide the requesting department with a detailed quote that includes labor, materials, anticipated start date, and estimated completion timeframe. • All quotes require approval from the designated City Representative. Written approval will be provided via email upon acceptance. • Quotes shall be submitted within five (5) calendar days of the request, at no cost to the City. For emergency requests, quotes shall be provided within twenty-four (24) hours, also at no charge. v. 7.2024 18 Billing. The rate shall be all-inclusive to cover all necessary labor, equipment, tools, materials, transportation, travel, supervision, and any other resources required to perform the work in a timely manner, for items not specified in pricing categories with an installed service price. • Group 9 – Hourly Installation, Repair, and Replacement of Fencing and Gate Operators: Requires a two (2) person crew, at minimum, with tools. • Group 12 – Hourly Rates for Additional Clearing Services Beyond Fence Removal o Chainsaw with Operator: Removal of whole trees or limbs within the designated work area. o Clearing with Skid Steer and Grapple: Removal of all debris (trees, vegetation, etc.) within the designated work area. o Clearing with Excavator: Removal of vegetation, including roots and rhizomes, as required within the work area. o Clearing with Forestry Mulcher: Removal of surface vegetation (excluding roots and rhizomes), including trees up to 6" in diameter within the designated work area. • Group 13 – Additional Services. o Permit Submission: Lump sum fee covering the entire process from initial permit application to final inspection. The Certificate of Completion from the City of Clearwater Building Department shall be included with the final payment application when permitting is required or requested. o Coordination of Utility Locates for Public Utilities: Utility locating is the responsibility of the awarded Contractor(s). This lump sum fee covers coordination with Sunshine 811, from initial white-lining to closure of the locate ticket. o Coordination of Utility Locates for Private Utilities: When requested, this lump sum fee covers the contractor's coordination with a private utility locate firm to identify, locate, map, and mark all public and private utilities. o Markup for Private Utility Locate Services: Percentage markup applied to the services of a private utility locating company. o Markup for Additional Services Requested by the City: Percentage markup applied to any services not specified in this bid but required for project completion. o Temporary Traffic Control (TTC) – When required, the Contractor(s) is responsible for maintaining traffic flow within the project area for the duration of the work, in accordance with FDOT Design Standards for Maintenance of Traffic (Indexes 102-600 through 102-680). 4.5 Payment/Invoicing Payment for accepted goods/services shall be submitted to the designated department. All invoices shall include the following information: • Site location(s) • Date of service • Services/Product rendered v. 7.2024 19 • Unit prices in accordance with the Bid Pricing form • Unique invoice number • Purchase Order (PO) number 4.6 Repairs Repairs shall be completed within two (2) weeks of receiving written approval via email, or as otherwise scheduled by the City. • Upon receiving a service request, the Contractor(s) is required to visit the site within forty-eight (48) hours. Job quotes shall be prepared in accordance with the pricing detailed in Exhibit A. • For emergency requests involving temporary fencing for security purposes, the Contractor(s) shall respond within twenty-four (24) hours, with work completion required within forty-eight (48) hours. 4.7 Warranty • A standard manufacturer’s warranty will apply to all materials used in this contract. • All services and workmanship shall be guaranteed for a period of twelve (12) months from the completion date of the work order. 4.8 Regulations Material. All materials shall comply with the following American Society for Testing and Measurements (ASTM) referenced specifications: • ASTM A121: Metallic Coated Steel Barbed Wire • ASTM A392: Zinc-Coated Steel Chain Link Fabric • ASTM A491: Aluminum-Coated Steel Chain Link Fabric • ASTM A824: Metallic Coated Steel Marcelled Tension Wire • ASTM F567: Installation of Chain Link Fence • ASTM F626: Fence Fittings • ASTM F668: PVC and Polymer Coated Chain Link Fabric • ASTM F900: Industrial and Commercial Swing Gates • ASTM F934: Standard Colors for Polymer-Coated Fence Materials • ASTM F1043: Coatings and Strength for Industrial Fence Framework • ASTM F1083: Hot-Dipped Zinc-Coated Steel Pipe for Fences • ASTM F1664: PVC Coated Tension Wire • ASTM F1665: PVC Coated Barbed Wire • ASTM F1910: Long Barbed Tape Obstacles • ASTM F2957: Ornamental Aluminum Fence Systems v. 7.2024 20 • ASTM F537: Wood Fence Construction • ASTM F964: PVC Exterior Profiles for Fencing and Railing 4.9 Chain Link Fence Installation Fence installation shall comply with ASTM F567 standards (ASTM F567-14a (2019)) and the following requirements: Post Spacing • Posts shall be spaced no more than 10 feet on center. • Terminal spans may be reduced to a minimum of 7 feet to balance line spans evenly. Post Foundations (Footings) • Minimum depth of 24 inches, plus an additional 3 inches for each foot of fabric height above 4 feet. • Footing diameter shall be four (4) times the post diameter. • When set in solid rock or concrete, post hole depth shall be three (3) times the post diameter, with the hole diameter at least ½ inch greater than the post diameter. • Gate post foundations shall comply with ASTM F567, Table 2 Bracing • Horizontal brace rails shall be installed on all terminal, corner, and gate posts, extending to the first adjacent line post. • Diagonal (truss) rods with tighteners or turnbuckles shall extend back to these posts. a. For fabric heights of 6 feet or less with a top rail, no additional bracing is required. b. For fabric heights over 6 feet: i. If a top rail is used, place the brace at mid-height above grade. ii. Without a top rail, place the brace at two-thirds of the height above grade. • Pull posts shall be used at vertical grade changes of 15 inches and every 330 feet, or closer on curves exceeding 3 degrees, and shall be braced in both directions. Chain Link Fence Fabric. Galvanized Steel Fabric o Zinc-coated steel per ASTM A392. o Wire diameter: 9-gauge (0.148" ± 0.005"). o Mesh size: 2" ± 1/8". o Fabric height: 4 to 12 feet, in 1-foot increments. o Zinc coating: Class 1, minimum 1.2 oz./ft² of uncoated wire surface. o Fabric supplied in rolls of at least 50 ft. (± 6"). v. 7.2024 21 Polyvinyl Chloride (PVC) Coated Steel Fabric o Core wire: 9-gauge (0.148" ± 0.005"), per ASTM F668. o Coating: Class 2a, extruded and adhered PVC. o Fabric height: 4 to 12 feet, in 1-foot increments. o PVC color shall comply with ASTM F934. o Rolls of at least 25 ft. (± 3"). o Fabric exceeding 12 Feet - Fabric shall be manufactured from pre-coated strand wire only. Options include: a. PVC-coated steel per ASTM F668. b. Aluminum-coated steel per ASTM A491. Chain Link Fence Framework. General Requirements. The framework shall consist of round tubular pipe and shall meet one of the following specifications: o Type I: Schedule 40 pipe, compliant with ASTM F1083 and ASTM F1043, Group I-A, Type A, with both internal and external coatings. The minimum average zinc coating weight shall be 1.8 oz./ft² of surface area. o Type II: High-strength pipe, compliant with ASTM F1043, Group I-C, heavy industrial grade, with either Type B or Type D internal coating and Type B external coating. o PVC-Coated Systems: For PVC-coated chain link systems, the framework shall be either: a. Type I, with an additional PVC coating in accordance with ASTM F1043, or b. Type II, with an added polyester powder coating, also per ASTM F1043. c. Color shall comply with ASTM F934 specifications. o Tolerances: Variations in outside diameter (O.D.), wall thickness, and weight per foot shall conform to ASTM F1043 and ASTM F1083 standards. Dimensions. Framework dimensions shall correspond to the height and intended use of the fence, as specified. Corner Post/Braces. Corner, end (terminal), gate, and pull posts for chain link fencing shall be reinforced with a bracing assembly consisting of: o NPS 1-1/4" (1.660" O.D.) pipe brace rail. o 3/8" truss rod with an integrated tightener. o Additional necessary fittings to complete the installation. Chain Link Gates. Swing-gate frames shall be constructed in accordance with ASTM Specification F900, using either Type I or Type II round tubular pipe. v. 7.2024 22 o For fabric heights of 6 feet or less, frames shall be fabricated from NPS 1-1/4" (1.660" outside diameter) pipe. o For fabric heights exceeding 6 feet, frames shall be fabricated from NPS 1-1/2" (1.900" outside diameter) pipe. o Interior bracing, when required, shall be made from NPS 1-1/4" (1.660" outside diameter) pipe. a. Horizontal bracing is required for frames 5 feet in height or taller. b. Vertical bracing is required for frames that are 12 feet wide or more, with vertical braces spaced no more than 8 feet apart. c. The fabric used to cover the gate frame shall match the type and quality of the fabric used for the adjoining fence. d. Gates that incorporate barbed wire shall include vertical frames designed to support three strands of barbed wire. e. Gate posts shall be constructed of either Type I or Type II round tubular pipe, sized according to the dimensions specified for single swing gates or individual leaves of double gates. f. The length of gate posts shall correspond to the specifications for end, corner, or pull posts, as outlined in Exhibit A - Table 1 Chain Link Framework Requirements for the applicable fence fabric height. 4.10 Tension Wire Metallic-Coated Tension Wire • When required, top and/or bottom tension wire shall be a 7-gauge steel wire. • Tension wire shall comply with ASTM A824, Type II, zinc-coated, Class 2. PVC-Coated Tension Wire • When required, top and/or bottom tension wire shall meet ASTM F1664 standards. • The PVC coating shall be either Class 2a or 2b. • The metallic core wire shall be: 1. 9-gauge for Class 2a coating. 2. 7-gauge for Class 2b coating. 4.11 Barbed Wire Metallic-Coated Barbed Wire • Metallic barbed wire shall conform to ASTM A121, Design Number 12-4-5-14R (12-½ gauge galvanized wire, 4-point barbs, spaced 5 inches apart, with 14-gauge round barbs). • Coating type shall be Type Z (zinc-coated), Class 3. PVC-Coated Barbed Wire v. 7.2024 23 • PVC-coated barbed wire shall meet ASTM F1665, Type I (Standard). • The PVC coating shall be Class 2a or 2b. • The metallic core wire shall be 14-gauge (0.080"), zinc-coated, with a minimum zinc coating weight of 0.25 oz. per 12 feet. 4.12 Vinyl, Wood Privacy, and Aluminum Decorative Fence Systems Vinyl Privacy Fence • Vinyl fences shall comply with ASTM F964-13 for both materials and installation. • Material costs will include a percentage markup over cost. A copy of the original material invoice shall be provided with the final billing. • The City will specify the required style and color when issuing the work order to the vendor. • Installation charges will be based on linear foot pricing as per Group 10 in the pricing sheet. • Total linear footage includes both fencing and gates. Wood Privacy Fence • Wood fences shall comply with ASTM F537-01 for materials and installation. • The City will specify the required wood fence style in the work order. • All wood materials shall be pressure-treated per the American Wood Protection Association (AWPA) standards. Fasteners shall comply with ASTM A153, or ASTM F1667 if stainless steel is specified. • Material costs will include a percentage markup over cost. A copy of the original material invoice shall be submitted with the final billing. • Installation will be billed per linear foot, based on Group 10 pricing. • Total linear footage includes both fencing and gates. Aluminum Decorative Fence • Aluminum decorative fences shall comply with ASTM F2957-01 for materials and installation. • The designated manufacturer is Ideal Aluminum, to maintain consistency with existing installations throughout the City. • Approved styles are Long Islander and Alamo, available in commercial or industrial grade, with available colors being Black or Anodized Aluminum. • Installation will be billed per linear foot according to Group 10 in pricing sheet. • Material costs will include a percentage markup over cost. A copy of the original material invoice shall accompany the final invoice. • Gates are detailed in Group 5G and include both materials and installation in the unit pricing. • Fence heights range from 4 to 6 feet, in one-foot increments as specified. v. 7.2024 24 • Manufacturer website: Ideal Aluminum Aluminum Decorative Fence Gates • Group 5G in the pricing sheet details the four (4) approved gate styles: Single Walk, Double Walk, Bottom Track Cantilever, and Estate. • Gates shall be supplied by Ideal Aluminum to ensure consistency with the City’s existing installations. • Pricing includes materials and labor, based on the total opening between fence terminations. • Approved styles include Long Islander and Alamo, in commercial or industrial grade, with Black or Anodized Aluminum finishes. • Gate heights range from 4 to 6 feet, in one-foot increments. 4.13 Miscellaneous Fittings and Accessories • Fabric ties shall be made of 9-gauge aluminum alloy wire and conform to ASTM F626. • All additional fittings, such as post caps, rail ends, brace and tension bands, barbed wire arms, and other necessary components, shall be made from pressed steel or malleable iron and comply with ASTM F626. 4.14 Handrail, Pedestrian, and Bicycle Systems All work and materials under this section shall comply with the Florida Department of Transportation (FDOT) Standard Plans for Road Construction: Metal Pedestrian/Bicycle Railings, Guiderails, and Handrails, specifically Indexes 515-052, 515-062, 515-070, and 515-080. The standards can be accessed at: FDOT Standard Plans New Installations – Steel or aluminum rails, including all hardware, brackets, end caps, and related components required for complete installation. Measured by linear foot. Replacement Installations – Removal and proper disposal of damaged, non-reusable rails and installation of new steel or aluminum rail, including all necessary hardware. Measured by linear foot. 4.15 Gate Operators Gate Operator Equipment - Acceptable manufacturers include, but are not limited to: Viking, Hy-Security, Stanley, B&B, Chamberlain, and Automation Corporation. Control Systems & Accessories - Acceptable brands include, but are not limited to: Door-King, IEI-Door- Gard, EDKO In-Ground Loop Detectors, MID Long-Range WEGAN Vehicle ID Readers, EDKO Photocells, DITK Surge Suppressors, Ground Rods, and Safety Edge systems with Receiver & Transmitter. Pricing - Pricing for gate operators will be based on a percentage markup over cost. A copy of the original purchase invoice shall be submitted with the final invoice for verification. Gate Operator Repairs - Contractor(s) shall respond on-site within twenty-four (24) hours of notification to perform routine repairs or adjustments. Installation - Installation of gate operators will be billed at the hourly rate specified in Group 9, based on the required installation timeline. 4.16 Temporary Fence Systems: Installation, Rental, Removal, and Additional Services v. 7.2024 25 • Temporary fencing is used to secure sites for construction, special events, and emergencies on an as-needed basis. • All services are detailed in Group 11 of the pricing sheet. Pricing includes all costs and is measurable per the units specified in the pricing sheet. • Pricing includes two columns: one for weekly and the second for a month-to-month rental. 4.17 Emergency Response • The City of Clearwater has a strong history of disaster preparedness and response. In the event an actual or anticipated emergency, the Company shall proactively monitor conditions and be prepared to mobilize equipment in preparation for response and relief efforts as requested. The Company shall also provide responsive maintenance support throughout critical response and recovery periods. • In the event of a declared emergency, the Company agrees to honor the contractual pricing for our standard single shift. If double or triple shifts are required, they will be billed accordingly based on the City needs. • The Company agrees to prioritize the needs of the City of Clearwater as the top priority during any declared emergency. This commitment ensures the uninterrupted operation of essential city services, including Public Works, Parks and Recreation, Solid Waste, and Utilities. • The Company is required to include a policy statement with their bid submission outlining availability and resources before and immediately after an emergency (e.g., natural disaster), especially when local (Tampa Bay) facilities may be non-operational. 4.18 Multiple Awards It is the purpose of this ITB to help navigate the breadth of options available to the City for the provision of furnishing multiple types of fencing. If it is in the best interest of the City, the City may award contracts to multiple contractors, providing a variety of options, to maximize service availability with the intent to distribute purchases as best meets the needs of the City. 4.19 Unspecified Work Unspecified work refers to services that may arise due to unforeseen conditions or events. These services are not guaranteed as part of the contract and require prior authorization from the County before work begins. Unspecified work includes, but is not limited to, the supply of additional parts or services not listed in the standard scope. Materials required for unspecified work will be billed based on a percentage markup over cost. A copy of the original purchase invoice shall be submitted with the final invoice for approval. 4.20 Minimum Requirements Contractor(s) shall provide with bid a minimum of three (3) current customer references where the Contractor has performed similar work, preferably for a public agency of similar size in the last five (5) years It shall be the responsibility of the Contractor(s) to obtain, at no additional cost to the City, any and all licenses and permits required to complete all contractual requirements. These licenses and permits shall be readily available for review by the City prior to and at any time during the contract term. INSURANCE REQUIREMENTS v. 7.2024 26 A list of Insurance Policies that may be required. 5.1 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: 5.2 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. 5.3 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. 5.4 Workers’ Compensation Insurance 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. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions 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 v. 7.2024 27 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, 31-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. 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 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from July 1, 2025 through June 30, 2026. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 6.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. three (3), one (1) year renewal(s) are possible at the City’s option. 6.3 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. 6.4 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. v. 7.2024 28 During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve months change in the Producer Price Index for 10880993, Fencing and fence gates, not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION 7.1 Bid Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. Submittal Requirements can be found under Section 9. of this solicitation. PRICING SHEET Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish fencing to the City of Clearwater at the price(s) stated below. Any additional costs associated not included under the Pricing Sheet can be uploaded under Section 9. Submittal 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 GROUP 1A: INSTALLED PRICE OF HOT DIP GALVANIZED CHAIN LINK FENCING SYSTEM, FABRIC W/ 1.2 OZ ZINC COATING PER ASTM STANDARD, (PRICING BY THE LINEAR FOOT INSTALLED) v. 7.2024 29 Line Item Description Unit of Measure Unit Cost No Bid 1 4'0" with line posts and top rails L.F. 2 6'0" with line posts and top rails L.F. 3 6'0" with tension wire L.F. 4 6'0" with top rail and 3 strands of barb wire L.F. 5 7'0" with line posts and top rails L.F. 6 8'0" with line posts and top rails L.F. 7 10'0" with line posts and top rails L.F. 8 12'0" with line posts and top rails L.F. 9 Deduction to exclude Top Rail L.F. 10 Addition of bottom rail (and hardware) L.F. 11 Addition of middle rail (and hardware) L.F. GROUP 1B: INSTALLED PRICE OF BLACK VINYL-COATED CHAIN LINK FENCE SYSTEM, FABRIC W/ PVC COATING PER ASTM STANDARD, (PRICING BY THE LINEAR FOOT INSTALLED) Line Item Description Unit of Measure Unit Cost No Bid 1 4'0" with line posts and top rails L.F. 2 6'0" with line posts and top rails L.F. 3 6'0" with tension wire L.F. 4 6'0" with top rail and 3 strands of barb wire L.F. 5 7'0" with line posts and top rails L.F. 6 8'0" with line posts and top rails L.F. v. 7.2024 30 Line Item Description Unit of Measure Unit Cost No Bid 7 10'0" with line posts and top rails L.F. 8 12'0" with line posts and top rails L.F. 9 Deduction to exclude Top Rail L.F. 10 Addition of bottom rail (and hardware) L.F. 11 Addition of middle rail (and hardware) L.F. GROUP 2A: END & CORNER POSTS HOT DIP GALVANIZED, COMPLETE W/ BRACES PER SPECIFICATIONS Line Item Description Unit of Measure Unit Cost No Bid 1 4' end posts EA 2 4' pull posts EA 3 4' corner posts EA 4 6' end posts EA 5 6' pull posts EA 6 6' corner posts EA 7 7' end posts EA 8 7' pull posts EA 9 7' corner posts EA 10 8' end posts EA 11 8' pull posts EA 12 8' corner posts EA 13 10'0" end posts EA v. 7.2024 31 Line Item Description Unit of Measure Unit Cost No Bid 14 10'0" corner posts EA 15 12'0" end posts EA 16 12'0" pull posts EA 17 12'0" corner posts EA 18 Addition of Welded Plate to Post w/ Anchors, includes hardware EA GROUP 2B: END & CORNER POSTS BLACK VINYL-COATED, COMPLETE W/ BRACES PER SPECIFICATIONS Line Item Description Unit of Measure Unit Cost No Bid 1 4' end posts EA 2 4' pull posts EA 3 4' corner posts EA 4 6' end posts EA 5 6' pull posts EA 6 6' corner posts EA 7 7' end posts EA 8 7' pull posts EA 9 7' corner posts EA 10 8' end posts EA 11 8' pull posts EA 12 8' corner posts EA 13 10'0" end posts EA 14 10'0" corner posts EA v. 7.2024 32 Line Item Description Unit of Measure Unit Cost No Bid 15 12'0" end posts EA 16 12'0" pull posts EA 17 12'0" corner posts EA 18 Addition of Welded Plate to Post w/ Anchors, includes hardware EA GROUP 3: VINYL AND WOOD PRIVACY FENCE, ALUMINUM DECORATIVE FENCE SYSTEMS (PERCENT OVER MARKUP ON MATERIALS) Line Item Description Unit of Measure Percentage No Bid 1 6' PVC tounge and groove fence system (including gates and hardware) Cost + Markup 2 6' PT Wood privacy fence system (including gates and hardware) Cost + Markup 3 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 48"h) + (Post= 2.5" sq x 72"h) +(Cap) All items Color= Black Cost + Markup 4 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 60"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Black Cost + Markup 5 IDEAL ALUMINUM (Panel= C-300 Long Islander 68.5"w x 72"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Black Cost + Markup 6 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 48"h) + (Post= 2.5" sq x 72"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup v. 7.2024 33 Line Item Description Unit of Measure Percentage No Bid 7 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 60"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup 8 IDEAL ALUMINUM (Panel= I-400 Alamo 68.5"w x 72"h) + (Post= 2.5" sq x 102"h) +(Cap) All items Color= Aluminum Anodized Cost + Markup 9 ANY FENCING MATERIAL OR SYSTEM NOT LISTED BUT REQUESTED BY THE CITY Cost + Markup GROUP 4: ADDITIONAL FENCING MATERIALS Line Item Description Unit of Measure Unit Cost No Bid 1 6' Privacy Fencing Material, PDS vinyl slat L.F. 2 8' Privacy Fencing Materials, PDS vinyl slat L.F. 3 6' Wood Stockade (Pressure Treated Pine) L.F. 4 8" Wood Stockade (Pressure Treated Pine) L.F. 6 Barbed Wire, metallic 50' Roll 7 Barbed Wire, PVC coated 50' Roll 8 Top or Bottom Tension Wire L.F. 9 Roller Chain #40 Steel L.F. GROUP 5A: GATES, INCLUDING POSTS & HARDWARE FOR 4' 0" FENCE v. 7.2024 34 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 1 16' cantilever gate EA 2 20' cantilever gate EA 3 24' cantilever gate EA 4 12' single swing gate EA 5 10' single swing gate EA 6 8' single swing gate EA 7 6' single swing gate EA 8 4' single swing gate EA GROUP 5B: GATES, INCLUDING POSTS & HARDWARE FOR 6' 0" FENCE Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 1 16' cantilever gate EA 2 20' cantilever gate EA 3 12' single swing gate EA 4 10' single swing gate EA 5 8' single swing gate EA 6 6' single swing gate EA 7 4' single swing gate EA 8 20' slide gate EA GROUP 5C: GATES, INCLUDING POSTS & HARDWARE FOR 7' 0" FENCE Line Item Description Unit of Measure Unit Cost No Bid 1 16' cantilever gate EA v. 7.2024 35 Line Item Description Unit of Measure Unit Cost No Bid 2 24' cantilever gate EA 3 12' single swing gate EA 4 10' single swing gate EA 5 8' single swing gate EA 6 6' single swing gate EA 7 4' single swing gate EA GROUP 5D: GATES, INCLUDING POSTS & HARDWARE FOR 8' 0" FENCE Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 1 16' cantilever gate EA 2 24' cantilever gate EA 3 12' single swing gate EA 4 10' single swing gate EA 5 8' single swing gate EA 6 6' single swing gate EA 7 4' single swing gate EA GROUP 5E: GATES, INCLUDING POSTS & HARDWARE FOR 10' 0" FENCE Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 1 16' cantilever gate EA 2 24' cantilever gate EA 3 12' single swing gate EA 4 10' single swing gate EA v. 7.2024 36 Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 5 8' single swing gate EA 6 6' single swing gate EA 7 4' single swing gate EA GROUP 5F: GATES, INCLUDING POSTS & HARDWARE FOR 12' 0" FENCE Line Item Description Unit of Measure Hot Dipped Galvanized Black Vinyl Coated No Bid 1 16' cantilever gate EA 2 24' cantilever gate EA 3 12' single swing gate EA 4 10' single swing gate EA 5 8' single swing gate EA 6 6' single swing gate EA 7 4' single swing gate EA 8 Wheel Assembly, 5", for Roll Gate, w/ hardware EA 9 Wheel Assembly, 8", for Roll Gate, w/ hardware EA GROUP 5G: GATES, INCLUDING POSTS, TRACKS, AND ALL HARDWARE FOR IDEAL ALUMINUM FENCE (PRICE PER L.F. OF GATE OPENING PRICE INCLUDES MATERIAL AND INSTALLATION) Line Item Description Unit of Measure Unit Cost No Bid 1 4' Height (IDEAL ALUMINUM - SINGLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F. v. 7.2024 37 Line Item Description Unit of Measure Unit Cost No Bid 2 4' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. 3 4' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F. 4 4' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. 5 4' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F. 6 4' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. 7 4' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F. 8 4' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. 9 5' Height (IDEAL ALUMINUM - SINGLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F. 10 5' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. v. 7.2024 38 Line Item Description Unit of Measure Unit Cost No Bid 11 5' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F. 12 5' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. 13 5' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F. 14 5' Height (IDEAL ALUMINUM - BOTTOMTRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. 15 5' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F. 16 5' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. 17 6' Height (IDEAL ALUMINUM SINGLE WALK) Long Islander - Price per foot of opening - Color L.F. 18 6' Height (IDEAL ALUMINUM - SINGLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum) L.F. 19 6' Height (IDEAL ALUMINUM - DOUBLE WALK) Long Islander - Price per foot of opening - (Color - Black) L.F. 20 6' Height (IDEAL ALUMINUM - DOUBLE WALK) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. v. 7.2024 39 Line Item Description Unit of Measure Unit Cost No Bid 21 6' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Long Islander - Price per foot of opening - (Color - Black) L.F. 22 6' Height (IDEAL ALUMINUM - BOTTOM TRACK CANTILEVER) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. 23 6' Height (IDEAL ALUMINUM - ESTATE) Long Islander - Price per foot of opening - (Color - Black) L.F. 24 6' Height (IDEAL ALUMINUM - ESTATE) Alamo - Price per foot of opening - (Color - Anodized Aluminum ) L.F. GROUP 6: HANDRAIL/GAURDRAIL - PEDESTRIAN AND BICYCLE (L.F. PRICE INCLUDES MATERIAL AND INSTALLATION) Line Item Description Unit of Measure Unit Cost No Bid 1 New - Pedestrain/Bicycle Railing w/ hardware (Steel) - FDOT Index No. 515-052 L.F. 2 New - Pedestrian/Bicycle Railing w/hardware (Aluminum) - FDOT Index No. 515-062 L.F. 3 New - Pipe Gaurdrail w/hardware (Aluminum) - FDOT Index No. 515- 070 L.F. 4 New - Pipe Gaurdrail w/hardware (Steel) - FDOT Index No. 515-080 L.F. 5 Replace - Pedestrain/Bicycle Railing w/ hardware (Steel) - FDOT Index No. 515-052 L.F. v. 7.2024 40 Line Item Description Unit of Measure Unit Cost No Bid 6 Replace - Pedestrian/Bicycle Railing w/hardware (Aluminum) - FDOT Index No. 515-062 L.F. 7 Replace - Pipe Gaurdrail w/hardware (Aluminum) - FDOT Index No. 515-070 L.F. 8 Replace - Pipe Gaurdrail w/hardware (Steel) - FDOT Index No. 515-080 L.F. GROUP 7: GATE OPERATORS (PRINCING BASED ON PERCENTAGE MARK UP FROM COST) Line Item Description Unit of Measure Percentage No Bid 1 Automatic gate opener (Unit per linear foot of gate being opened) L.F. GROUP 8: REMOVAL AND DISPOSAL OF OLD FENCE 4'-16' HEIGHT ANY MATERIAL Line Item Description Unit of Measure Unit Cost No Bid Custom 1 Removal and disposal of 4' fencing any material L.F. 2 Removal and disposal of 5' fencing any material L.F. 3 Removal and disposal of 6' fencing any material L.F. 4 Removal and disposal of 7' fencing any material L.F. 5 Removal and disposal of 8' fencing any material L.F. 6 Removal and disposal of 9' fencing any material L.F. v. 7.2024 41 Line Item Description Unit of Measure Unit Cost No Bid Custom 7 Removal and disposal of 10' fencing any material L.F. 8 Removal and disposal of 11' fencing any material L.F. 9 Removal and disposal of 12' fencing any material L.F. 10 Removal and disposal of 13' fencing any material L.F. 11 Removal and disposal of 14' fencing any material L.F. 12 Removal and disposal of 15' fencing any material L.F. 13 Removal and disposal of 16' fencing any material L.F. GROUP 9: HOURLY INSTALLATION, REPAIR, REPLACEMENT OF FENCING AND GATE OPERATORS Line Item Description Unit of Measure Unit Cost No Bid 1 Rate Charges Monday Through Friday 8:00 A.M. - 5:00 P.M. (Straight Time) Hour 2 Rate Charges Monday Through Friday (After Hours 5:01P.M - 7:59A.M) Hour 3 Rate Charges Saturday, Sunday, Emergency Work Or Holiday Hour GROUP 10: INSTALLATION OF PVC TOUNGE AND GROOVE PRIVACY, PT WOOD PRIVACY, AND DECORATIVE ALUMINUM FENCE SYSTEMS (INSTALLATION PER L.F.) v. 7.2024 42 Line Item Description Unit of Measure Unit Cost No Bid 1 6' pvc tounge and groove privacy fence system (including gates) L.F. 2 6' pt wood privacy fence system (including gates) L.F. 3 4' decorative aluminum fence system (excluding gates) L.F. 4 5' decorative aluminum fence system (excluding gates) L.F. 5 6' decorative aluminum fence system (excluding gates) L.F. GROUP 11: TEMPORARY FENCE SYSTEM INSTALLATION, RENTAL, REMOVAL, ADDITIONAL ITEMS Line Item Description Unit of Measure Unit Cost No Bid 1 6' Chainlink Temporary Fence Panels with Stands and Hardware L.F. 2 6' Chainlink Temporary Fence with line posts and FDOT top wire L.F. 3 6' Windscreen L.F. 4 6' Temporary Gates L.F. 5 4' Crowd Control Barriers L.F. 6 Gate Wheels EA 7 Sand Bag EA 8 Corner Post EA 9 Support Post EA 10 Per Job Weekend or Emergency Install or Removal Fee EA v. 7.2024 43 GROUP 12: ADDITIONAL CLEARING PER HOUR Line Item Description Unit of Measure Unit Cost No Bid 1 Chainsaw with Operator Hour 2 Clearing with Skidsteer and Grapple Hour 3 Clearing with Excavator Hour 4 Clearing with Forestry Mulcher Hour GROUP 13: ADDITIONAL SERVICES Line Item Description Unit of Measure Unit Cost No Bid 1 Permit submission from initial application to final inspection (when required) Per Occurance 2 Coordination for utility locate for all public underground utilities (responsibility of awarded contractor) Per Occurance 3 Coordination for utility locate for all private underground utilities (when requested) Per Occurance 4 Temporary Traffic Control (TTC) (when required) Per Occurance 5 Utility locate private company provider Per Occurance 6 Unspecified work not listed but requested by City Cost + Markup SUBMITTAL REQUIREMENTS 1 Exceptions* 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. Do you have any exceptions to the provisions or specifications? v. 7.2024 44 ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" v. 7.2024 45 Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby 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. ☐ Please confirm *Response required 5 E-Verify System Certification* v. 7.2024 46 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. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. 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. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. 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). G. 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 47 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0576 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Authorize an increase to purchase order with WSP USA Inc for Parks and Recreation Department Bridge Inspections in the amount of $67,575.50, bringing the total to $148,483.25, pursuant to RFQ 34-23, Engineer of Record Consulting Services, and authorize the appropriate officials to execute same. (consent) SUMMARY: Public Works Administration entered into a contract with WSP USA Inc. (WSP) to conduct the 2025 annual bridge inspections of city-owned highway bridges at a cost of $80,907.75. Based on recommendations from Public Works, the Parks and Recreation Department received a work order proposal from WSP to perform additional inspections on park bridge structures in the amount of $67,575.50 bringing the total amount for bridge inspections to $148,483.25. WSP will evaluate 14 bridge structures within the Parks and Recreation system that are not included in the National Bridge Inventory (NBI). The evaluation will include visual inspections and detailed reporting on the overall condition of each structure, supporting safety and long-term integrity of these park bridges. These 14 bridges were prioritized based on age and preliminary observations made by Park staff. While additional bridges and boardwalks exist throughout the parks system, this initial scope focuses primarily on ten Corten steel bridges and two wooden bridges regularly used by City and County maintenance personnel. This marks first year of formal bridge inspections for the Parks and Recreation Department. Additional structures will be scheduled for inspection for future years. The 14 bridge structures included in this agenda item are located at: ·Allen’s Creek Park (two structures) ·Cliff Stevens Park (three structures) ·Coachman Ridge Park (two structures) ·Cooper’s Point Nature Park (two structures) ·Del Oro Park Trail (one structures) ·Forest Run Park (one structures) ·Kapok Park (three structures) APPROPRIATION CODE AND AMOUNT: Funding for this purchase order is available in capital project 93618, Misc Parks & Rec Contract Services, funded by General Fund revenues. USE OF RESERVE FUNDS: N/A 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; ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·3.2: Preserve community livability through responsible development standards, proactive code Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0576 compliance, and targeted revitalization. ·4.4: Develop accessible and active transportation networks that enhance pedestrian safety and reduce citywide greenhouse gas emissions. Page 2 City of Clearwater Printed on 1/14/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0646 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Authorize an Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce dba AMPLIFY Clearwater to provide visitor information services at the Clearwater Beach Visitor Information Center, for the period October 1, 2025 through September 30, 2029, at a cost not to exceed $307,496.60 over the term of the Agreement and authorize the appropriate officials to execute same. (consent) SUMMARY: The Beach Visitor Information Center (BVIC) was built in 2002 and is located adjacent to the Pier 60 playground on Clearwater Beach, just west of the Clearwater Beach Municipal Marina. The BVIC is a 15-by-20-foot, air-conditioned concrete block structure designed with a tropical seascape architectural design that complements surrounding beach facilities. AMPLIFY Clearwater, selected through RFP 02-21 as the sole respondent, has successfully operated the BVIC for the past four years and has fulfilled all obligations outlined in the current agreement, which is set to expire on September 30, 2025. City staff recommends continuing the partnership by approving a new agreement with AMPLIFY Clearwater to operate the center for an additional four years. Under the new agreement, the BVIC building will be provided to the AMPLIFY Clearwater rent-free and will remain open to serve the public. Days and hours of operation will vary based on seasonal tourism activity. The City’s Building and Maintenance Division will maintain the structural integrity of the facility, while AMPLIFY Clearwater will be responsible for daily maintenance and payment of utilities metered to the building. AMPLIFY Clearwater will continue to provide concierge-style services, assisting providing information to visitors of Clearwater Beach, as they have over the past four years. They will also leverage partnerships and collaborations to enhance the overall value and visitor experience on behalf of the City of Clearwater. While operating hours may vary based on seasonal activity, AMPLIFY Clearwater will ensure that at least one paid staff member is present at the center for eight to ten hours per day, year-round or a minimum of 3,300 hours per year. AMPLIFY Clearwater will submit quarterly reports detailing estimated annual operating hours, visitor data, and tourism trends. In exchange for these services, the City will compensate AMPLIFY Clearwater according to the schedule outlined below, which includes a 3% annual cost-of-living increase. APPROPRIATION CODE AND AMOUNT: Funding for this agreement is included in the proposed FY25/26 Parks & Recreation Department budget (0101801-530300). Future funding will be requested as part of the annual budget process. The Parks and Recreation Department is funded by General Fund revenues. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts; ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0646 required to sustain that level of service. ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. ·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·3.3: Promote marketing and outreach strategies that encourage stakeholder engagement, enhance community education, and build public trust. Page 2 City of Clearwater Printed on 1/14/2026 File #:ID#21-8801 Version: 1 Name: Ratify and confirm approval of a Management Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce Type:Action Item Status:Consent Agenda File created:1/22/2021 In control:Economic Development & Housing On agenda:2/4/2021 Final action: Title: Ratify and confirm approval of a Management Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce dba AMPLIFY Clearwater to provide visitor information services at the Clearwater Beach Visitor Information Center (BVIC) for the period February 1, 2021 through September 30, 2025 at a cost not to exceed $317,265 and authorize appropriate officials to execute same. (consent) Attachments:1. RFP 02-21 Clearwater BVIC Operator.pdf, 2. 02-21 RFP- AMPLIFY Clearwater Response.pdf, 3. AMPLIFY BVIC Contract FY21-25.Redline 2.4.21.pdf, 4. AMPLIFY BVIC Contract FY21-25-2.4.21.Signed.pdf SUBJECT/RECOMMENDATION: Title Ratify and confirm approval of a Management Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce dba AMPLIFY Clearwater to provide visitor information services at the Clearwater Beach Visitor Information Center (BVIC) for the period February 1, 2021 through September 30, 2025 at a cost not to exceed $317,265 and authorize appropriate officials to execute same. (consent) Body SUMMARY: The BVIC, built in 2002, is located adjacent to the Pier 60 playground on Clearwater Beach just west of the Clearwater Beach Municipal Marina. The center is a 15 ft. x 20 ft. air-conditioned concrete block structure of tropical seascape design compatible with existing beach buildings. The BVIC building will be provided to the operator rent-free and shall be open to serve the public. The days of the week and hours of operation will vary and be dependent upon anticipated tourism activity throughout the year. The City’s Building and Maintenance Division will maintain the structural integrity of the building. Sign In Home Legislation Calendar City Council Departments People Archived Meetings Details Reports History (1)Text The City released RFP #02-21 on October 8, 2020 seeking an operator/management firm to provide public information services at the Clearwater BVIC. The City received one proposal by the November 6, 2020 deadline. The Selection Committee, comprised of Kris Koch, Senior Manager - Special Events Administration in Parks & Recreation Department, Audra Aja, Economic Development & Housing Department’s Marketing & Communication Coordinator, and Denise Sanderson, Director of Economic Development & Housing, met on November 20, 2020 to review and discuss the proposal. The meeting was open to the public and representatives of AMPLIFY Clearwater were in attendance. The Selection Committee unanimously recommended AMPLIFY Clearwater based on the following: • Deemed by Procurement as a Responsible Bidder • Demonstrated Experiences and References • Overall Approach, including collaborations and partnerships • Financial Plan • Operations and Management Plan Staff then negotiated the Management Agreement, including hours and days of operation in Year 1 (February 1, 2021 through September 30, 2021) and financial responsibility for certain utilities. Payment of electricity which is not separately metered to the facility will continue to be the responsibility of the City. All other utilities are to be the responsibility of AMPLIFY Clearwater. AMPLIFY Clearwater will continue to act as a concierge service, providing exceptional service and information to the visitors of Clearwater Beach as it has for the past 18 years and will leverage partnerships and collaborations to maximize value and visitor experience for the City of Clearwater. Due to anticipated rising labor costs and still yet to be determined impacts to tourism due to the Coronavirus pandemic, staff recommends approval of the Management Agreement and the funding as follows: • Year 1 (Fiscal Year (FY)21, partial) in the amount of $37,265 paid in three (3) installments. o February 1, 2021: $7,910 o April 1, 2021: $14,989 o July 1, 2021: $14,366 • Years 2-5 (FY22 through FY25) in an amount no less than $50,000 and not to exceed $70,000 per fiscal year. o The annual amount, number of hours, and days of operation are to be determined annually through mutual written agreement between the City’s Economic Development & Housing Director and the CEO or Designee of AMPLIFY Clearwater. Such determination will be based on anticipated labor costs and tourism activity and will be budgeted through the department’s annual budget process. APPROPRIATION CODE AND AMOUNT: Funding in the amount of $37,265 is budgeted in the FY21 Economic Development budget (0109216-530300). Remaining term of the contract will be budgeted within the same. USE OF RESERVE FUNDS: N/A Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #02-21 Clearwater Beach Visitor Information Center Operator October 8, 2020 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, November 6, 2020 to provide for the operation of the Clearwater Beach Visitor Information Center. Brief Description: The City seeks an operator/management firm to provide public information services at the Clearwater Beach Visitor Information Center (BVIC). The BVIC welcomes visitors (local, national, and international) and provides a concierge-type service for the visitors to ask questions about attractions, events, dining, transportation and other local points-of-interest. 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: This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Beach Visitor Information Center Operator 2 RFP #02-21 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: November 6, 2020 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 Beach Visitor Information Center Operator 3 RFP #02-21 any, will be returned to Contractor upon the expiration or termination of the contract. i.7 PROPOSAL SUBMITTAL: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Companies may mail or hand-deliver proposals to the address below. Use label at the end of this solicitation package. E-mail or fax submissions will not be accepted. 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 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. 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 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 INSTRUCTIONS Beach Visitor Information Center Operator 4 RFP #02-21 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. 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 INSTRUCTIONS Beach Visitor Information Center Operator 5 RFP #02-21 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 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 Procurement 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 the Procurement Division. 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 Beach Visitor Information Center Operator 6 RFP #02-21 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (response elements pgs. 22-23) Points Demonstrated Experience and References (Tab 2) 30 Overall Approach (Tab 3) 30 Financial Plan (Tab 4) 20 Operational & Management Plans (Tab 5) 20 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 location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not INSTRUCTIONS – EVALUATION Beach Visitor Information Center Operator 7 RFP #02-21 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: October 8, 2020 Advertise Tampa Bay Times: October 14, 2020 Responses due: November 6, 2020 Review proposals: November 9-13, 2020 Presentations (if requested): November 19, 2020 Award recommendation: November 20, 2020 Council authorization: January 2021 Contract begins: February 1, 2021 TERMS AND CONDITIONS Beach Visitor Information Center Operator 8 RFP #02-21 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 Beach Visitor Information Center Operator 9 RFP #02-21 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 Beach Visitor Information Center Operator 10 RFP #02-21 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 recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this 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, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Beach Visitor Information Center Operator 11 RFP #02-21 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 Beach Visitor Information Center Operator 12 RFP #02-21 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 Beach Visitor Information Center Operator 13 RFP #02-21 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 Beach Visitor Information Center Operator 14 RFP #02-21 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 Beach Visitor Information Center Operator 15 RFP #02-21 limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Division and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Procurement Division 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 Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may TERMS AND CONDITIONS Beach Visitor Information Center Operator 16 RFP #02-21 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 Beach Visitor Information Center Operator 17 RFP #02-21 1. PROJECT MISSION. The City of Clearwater (City) is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City is looking for vendors who share that dedication and will help the City meet that goal. 2. PROJECT GOAL. The City seeks an operator/management firm to provide public information services at the Clearwater Beach Visitor Information Center (BVIC). The BVIC welcomes visitors (local, national, and international) and provides a concierge-type service for the visitors to ask questions about attractions, events, dining, transportation and other local points-of-interest. 3. BACKGROUND. The City of Clearwater is a coastal community in west central Florida and the third largest city in the Tampa Bay region with an estimated 116,885 residents. The City’s 25.9‐ square mile incorporated area spans the Pinellas County peninsula between the Gulf of Mexico and Tampa Bay. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually. The destination 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 white” sand public beaches, lifeguards on duty 365 days a year, and a wide variety of casual and fine dining options. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation and release. Along with extensive outdoor activities available for visitors both on land and at sea, the city is home to world-renowned sporting and music events. The City maintains a website for tourism information at www.visitclearwaterflorida.com. The Clearwater Beach Visitor Information Center is an important component of the City’s tourism focus. The BVIC, built in 2002, is located at 1 Causeway Blvd, adjacent to the Pier 60 playground on Clearwater Beach, just west of the Municipal Marina. The BVIC has received approximately 40,000 visitors per year over the past five (5) years. The building is a 15-foot x 20-foot air- conditioned, concrete block structure, of tropical seascape design, compatible with existing beach buildings. 4. SCOPE OF WORK. The BVIC building will be provided to the operator rent-free for the term of the contract and shall be open to serve the public, excluding specific holidays (Thanksgiving, Christmas, and others as negotiated). The City will provide an alarm system, phone and internet connections (not services), internal furnishings and brochure racks. Major maintenance to preserve the structural integrity of the building and building systems such as lights, electrical circuits and air conditioning shall be the responsibility of the City. The City will provide an annual subsidy, settled during contract negotiations, to the BVIC operator as well as two (2) reserved parking spaces, at no charge, within proximity of building. The BVIC operator shall offer the highest quality of public information services to citizens, visitors and businesses. Information to be provided at the center should include local attractions, restaurants, accommodations, transportation, special events, City services, and other as may be appropriate. The BVIC operator shall maintain open communication with other welcome centers located in the surrounding area of Tampa Bay and Visit St. Pete/Clearwater (Pinellas County Convention and Visitors Bureau), providing essential information as to the condition of traffic, parking, weather, red tide, events, activities and other information deemed appropriate. Preference will be given to those operators that can demonstrate viable partnerships or opportunities with Visit St. Pete/Clearwater (VSPC) and Bandwagon, LLC (the agency with which the City has contracted for tourism public relations and marketing services) for any coordinated marketing efforts. Respondents shall provide a strategy to communicate services and information between others within the industry and act in DETAILED SPECIFICATIONS Beach Visitor Information Center Operator 18 RFP #02-21 accordance with all public and private partnerships. The BVIC shall be staffed with the appropriate number of employees to serve the needs of the public. Respondents shall designate a facility manager and outline a plan for staffing the center during hours of operation, which may change during peak and off-peak tourism seasons. The operator will ensure that all persons (whether paid staff or volunteers) working at the center are qualified to perform their duties. All equipment, merchandise and supplies to maintain operation of the BVIC shall be the responsibility of the operator. The operator shall pay utilities, operational expenses, sales and property taxes, and costs associated with applicable insurance requirements. The operator shall acquire all necessary permits and licenses and shall comply with all requirements of the Americans with Disabilities Act. The BVIC must be maintained in good condition, clean and free of debris. The BVIC shall remain open to the public during 10-20 annual signature events, even if outside normal operating hours. Prior to and during signature events, activities and programs affecting Clearwater, the operator will maintain communication with the City of Clearwater Parks and Recreation Special Events Administration staff and collaborate with center staff to ensure that services and information provided to the public corresponds with that of the City and event managers. The BVIC operator may sell City-approved sundry items that promote Clearwater, its businesses and attractions, including postcards, souvenirs, maps, etc. The operator may sell advertising space and disseminate advertising publications and other related information, to be approved by the City. The operator will not promote businesses outside of the city limits of Clearwater unless it is a unique attraction or business that complements Clearwater business offerings, to be approved by the City. The operator shall furnish quarterly reports identifying the number of clients served, the cost of services, and a commentary on the viability, effectiveness and trends affecting the BVIC. The sale or use of alcoholic beverages, unfair business promotion practices, and the use of the BVIC as another business or advertising facility is prohibited. 5. MINIMUM QUALIFICATIONS. The operator and its managers should have a minimum of five (5) years similar experience and be skilled in running a visitors’ center efficiently and effectively. Must be registered to do business in the City of Clearwater. 6. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or DETAILED SPECIFICATIONS Beach Visitor Information Center Operator 19 RFP #02-21 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 $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. e. If the operator is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then Contractor’s Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. 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 #02-21 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 DETAILED SPECIFICATIONS Beach Visitor Information Center Operator 20 RFP #02-21 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 Beach Visitor Information Center Operator 21 RFP #02-21 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. February 2021 through 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. PRICES. All pricing shall be firm for the term of the contract. RESPONSE ELEMENTS Beach Visitor Information Center Operator 22 RFP #02-21 a. 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, three (3) 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. b. 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: 1. The proposer’s understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 – Demonstrated Experience of the Firm and Key Personnel and References. The following information should be included: 1. A statement of qualifications, abilities, experience and expertise in providing the requested services. a. A description of what qualifies your company, financial and otherwise, to provide the City with these services for the required period of time, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. b. Describe marketing and advertising experience with visitor information activities, and experience raising funds. c. Identification of senior and technical staff to be assigned to the City. Staff named in the proposal may not be substituted without permission of the City. Resumes, including relevant experience may be included. 2. References. A minimum of three (3) professional references must be provided, preferably from other public entities within the State of Florida, 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 – Overall Approach. Your company’s approach to providing visitor information services to Clearwater visitors. The following information should be included: a. Describe in detail the information and any other services to be provided, the type of advertising envisioned, and items to be sold. b. An assessment of the proposer's abilities to meet and satisfy the needs of the City, taking into consideration the requested services, additional services and/or expertise offered that exceed the requirements, or the vendor's inability to meet some of the requirements of the specifications. c. Describe the benefits the City could expect should the respondent be awarded the agreement to operate the BVIC as well as ideas for creativity/innovation that may be implemented. d. Describe any partnerships or opportunities for coordinated marketing efforts through Visit St.Pete/Clearwater. e. Provide a strategy to communicate services and information between others within the RESPONSE ELEMENTS Beach Visitor Information Center Operator 23 RFP #02-21 industry in accordance with all public and private partnerships. TAB 4 – Financial Plan. The City’s budget is $50,000 annually. Clearly define the program offered and your method of approach within this budget including, but not limited to the following elements: a. Detailed financial pro-forma including proposed annual City subsidy and plan for raising the additional funds for operations. b. List of credit references and resources available to perform the activities outlined in your proposal. c. Describe goals for the BVIC and measures of performance to be used. TAB 5 – Operations and Management Plans. Clearly define your method of approach including, but not limited to, the following elements: 1. Operations Plan. a. Staffing proposal; include how operator responsibilities outlined within this RFP will be addressed. b. Schedule of operations: hours and days of operation including holidays to remain open or closed; coordination with the City or other entities on special events, etc. Include proposed hourly working schedule of staff and number of parking spaces required. 2. Management Plan. a. Include safety and general maintenance of building. TAB 6 - 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. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Beach Visitor Information Center Operator 24 RFP #02-21 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 Beach Visitor Information Center Operator 25 RFP #02-21 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 Beach Visitor Information Center Operator 26 RFP #02-21 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 Beach Visitor Information Center Operator 27 RFP #02-21 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 Beach Visitor Information Center Operator 28 RFP #02-21 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 MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Beach Visitor Information Center Operator 29 RFP #02-21 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #02-21, Clearwater Beach Visitor Information Center Operator Due Date: November 6, 2020, 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 #02-21, Clearwater Beach Visitor Information Center Operator Due Date: November 6, 2020, 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 ------------------------------------------------ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0668 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Authorize a purchase order to Meridian Rapid Defense Group, of Pasadena, California for the purchase of a Meridian Archer Trailer Kit 1000 in the total amount of $129,785.18, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) SUMMARY: As the continues to grow and host a variety of public events, the need for advanced safety and security measures becomes increasingly important. The Meridian Archer Trailer Kit 1000 is a state-of-the-art mobile barrier system designed to provide an effective means of controlling and securing public spaces. Its deployment assists in mitigating risks associated with large gatherings, parades, festivals, and other events that attract significant crowds. By owning and deploying these devices the City can create safe perimeters for events without the requirement for city vehicles to be used as crow-safety mitigators. This can lower costs for organizers as well as lessen the strain on public safety resources. The system includes high-strength barriers capable of withstanding vehicular impacts, thereby preventing unauthorized vehicle access to event perimeters. This ensures the safety of event attendees and reduces the likelihood of vehicular threats. One of the key advantages of this system is its mobility. The trailer-mounted system allows for rapid deployment and repositioning, making it highly adaptable to various event settings and emergency situations. The product includes an unconditional lifetime guarantee, and the barriers can be reused immediately after any impact. Authorization is requested to piggyback General Services Administration (GSA) Contract No. 47QSWA19D001F, valid through November 18, 2028, in the amount of $119,790.18 for the purchase of the Meridian Archer Trailer Kit 1000 and associated training, in accordance with Section 2.563(1)(c) of the City’s Code. Freight charges totaling $9,995.00 are included and considered impractical to bid pursuant to Section 2.563(1)(d), as the use of an alternate shipping provider could result in delivery delays and potentially void the manufacturer’s warranty if damage occurs during transit. Upon council approval, the Parks and Recreation Department will proceed with submitting the purchase request to Meridian Rapid Defense Group to secure pricing under the current GSA contract. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project 315-93602, Special Events Equipment Repair and Replacement, historically funded by revenues from special events. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITIES: Funding the purchase of the Meridian Archer Trailer Kit 1000 aligns with the following City of Clearwater Strategic Plan Objectives: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·1.4: Foster safe and healthy communities in Clearwater through first-class public safety and Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0668 emergency response services. ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; and 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 1/14/2026 Meridian Rapid Defense Group, LLC. Contract #47QSWA19D001F For more information on ordering from Federal Supply Schedules click on the GSA Schedules link at www.gsa.gov GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Authorized Federal Supply Schedule Catalog/Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order is available through GSA Advantage!™, a menu-driven database system. The INTERNET address for GSA Advantage!™ is: http://www.GSAAdvantage.gov. Multiple Award Schedule Code J: Security & Protection J05. Security Systems Subcategory SIN 334290L Physical Access Control Systems (PACS) – Legacy SIN SIN OLM Order Level Materials (OLM) Meridian Rapid Defense Group, LLC. 177 E Colorado Blvd FL 2 Pasadena, CA 91105-1986 Phone: 626-204-6402 Fax: 626-628-2134 http://www.betterbarriers.com Contract Number: 47QSWA19D001F Period Covered by Contract: November 19, 2023 through November 18, 2028 Business Size: Small Business Contract Administrator: James Miller Phone: (626) 204-6402 Email: jmiller@betterbarriers.com Pricelist current through Modification #PA-0029, effective February 26, 2025 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com ABOUT MERIDIAN RAPID DEFENSE GROUP Meridian Rapid Defense Group LLC (“MERIDIAN”) is a privately held limited liability company (LLC) in operation for nearly two decades. Meridian engineers and manufactures mobile barrier solutions that keep people, communities, and places safer from hostile and errant vehicle intrusions. Our company provides unique security solutions for perimeters that are modular by design with technology and equipment tested and certified to the highest standards. All of MERIDIAN’s technology and equipment is mobile with the ability to be transported from one location to another and deployed by one person using our patented Hauler, requiring no heavy equipment or machinery. This level of mobility brings great flexibility when securing a perimeter, allowing for rapid layout changes to meet dynamic security concerns. The Archer 1200 Barrier is the center point barrier of the MERIDIAN anti-terrorism vehicle mitigation and prevention solution to vehicle ramming attacks and all other vehicle intrusion situations. The Archer 1200 Barriers may be configured in various numbers and patterns and may be connected with Arrestor Cables to strengthen the stopping power. The configuration of the barriers and the distance, if any, between the barriers is a matter of total flexibility. One person can quickly and efficiently move a barrier to allow for authorized vehicle egress and ingress or connect the barriers to one of two gate options for even faster access. The Archer 1200 Barrier is the only portable mobile maneuverable barrier solution to hold certifications in both the U.S. and European crash standards pursuant to the U.S. Department of Defense, ASTM F2656, IWA 14, MASH, TL1, TL2, TL3, and PAS 68 crash test standards for deployment of unanchored barriers on hard surfaces. The Archer 1200 Barrier and the related technology, equipment, and training system were awarded the extraordinary U.S. Department of Homeland Security’s SAFETY ACT Certification as Qualified Anti-Terrorism Technology (“QATT”). The exemplary features of the MERIDIAN QATT include: ✓ Rapid deployment of mobile barriers with unmatched stopping capabilities for all vehicles. ✓ Exceptional tested and certified stopping power with steel teeth grip to stop forward motion of vehicles. ✓ Fabricated of high strength steel and ballistic rated for armor piercing NATO rounds up to 50 caliber ball rounds. ✓ Delivers flexible positioning by one person, with no team necessary, requiring no heavy equipment, cranes, or forklifts. ✓ Modular design so that one or more barriers can be placed and then easily moved into different configurations in response to changing needs and conditions while denying terrorists the advantage of pre- attack tactical planning. ✓ The Archer 1200 Barrier is reusable with an unconditional lifetime guarantee. The barriers can be reused immediately after any impact. ✓ The barriers are non-lethal to the driver and minimize shrapnel spray. The barriers thus preserve the opportunity for authorities to capture any instigator and protect evidence, as well as protect a driver in an accidental scenario. ✓ The configuration of the barriers enables ease of authorized pedestrian traffic and appropriate vehicle access. Indeed, the barriers are extremely pedestrian user friendly and can be configured to readily accommodate access by disabled pedestrians. ✓ The optional addition of an Archer Rapid Gate or Archer Beam Gate with their ability to quickly open and close provides swift access for emergency vehicles without having to move a single barrier. ✓ The MERIDIAN Archer technology avoids the problems and inflexibility of fixed concrete bollards, and the inefficient, dangerous, and vulnerable use of police, fire, and other valuable vehicles as blockades. ✓ The MERIDIAN solution does not require electricity to operate, or heavy equipment or hydraulics, or the cumbersome, awkward, inefficient, and environmentally unfriendly use of massive amounts of water. 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com CUSTOMER INFORMATION 1a. Table of Awarded Special Item Number(s): SIN DESCRIPTION 334290L Physical Access Control Systems (PACS) – Legacy SIN OLM Order Level Materials (OLM) 1b. Lowest Priced Model Number and Price for Each SIN: Part Number AGP001 - $37.63 1c. Hourly Rates: Not applicable. 2. Maximum Order: $250,000 3. Minimum Order: $0 4. Geographic Coverage (Delivery Area): Domestic and overseas delivery. 5. Point(s) of Production (city, county, and state or foreign country): USA. 6. Discounts from List Prices or Statement of Net Price: GSA Net Prices are shown on the attached GSA Price List. Negotiated discount has been deducted and the IFF has been included. 7. Quantity/Volume Discounts: None. 8. Prompt Payment Terms: Net 30 Days 9. Foreign Items: None. 10a. Time of Delivery: 30 days after receipt of order. 10b. Expedited Delivery: Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery. 10c. Overnight and 2-Day Delivery: Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery. 10d. Urgent Requirements: Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery. 11. F.O.B Point(s): Origin, Freight Prepaid and Add 12a. Ordering Address: 177 E Colorado Blvd FL 2 Pasadena, CA 91105-1986 12b. Ordering Procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPAs) are found in Federal Acquisition Regulation (FAR) 8.405-3 13. Payment Address: 177 E Colorado Blvd FL 2 Pasadena, CA 91105-1986 14. Warranty Provision: Lifetime warranty. 15. Export Packing Charges: Not applicable. 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com 16. Terms and conditions of rental, maintenance, and repair: Lifetime warranty for maintenance and repair. 17. Terms and conditions of installation: None. 18a. Terms and conditions of repair parts indicating date of parts price lists and any discounts from list prices: Lifetime warranty for maintenance and repair. 18b. Terms and conditions for any other services: Not Applicable. 19. List of Service and Distribution Points: Not Applicable. 20. List of Participating Dealers: Not Applicable. 21. Preventive Maintenance: Not Applicable. 22a. Environmental attributes, e.g., recycled content, energy efficiency, and/or reduced pollutants: Not Applicable. 22b. Section 508 Compliance: As Applicable. 23. Unique Entity Identifier (UEI) Number: CLWHGG9NJ187 24. System for Award Management (SAM): Meridian Rapid Defense Group is registered in SAM. 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com OFFERED GSA PRODUCTS AND PRICING The rates shown below include the Industrial Funding Fee (IFF) of 0.75%. MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO AB1200 Archer 1200 Barrier An unanchored “drop-and-stop” vehicle barrier for rapid deployment on roadways and hard surfaces. Meridian’s ultimate rapidly deployable Archer 1200 Barrier™ can augment fixed-in- place HVM (Hostile Vehicle Mitigation) barriers or be utilized as a primary security system for entry points, roadways and perimeters. Manufactured of high strength, ballistic rated steel, the Archer 1200 Barrier™ is easily installed by one person without the need for cranes, heavy equipment, electricity or hydraulics. Simply off- load and place the barriers— no anchors or assembly are required. The Archer 1200 Barrier™ is an ideal application for: • areas of mass gatherings • campuses • stadiums and sports arenas • police and fire departments • military bases and installations • industrial plants • transportation centers • financial facilities and offices. EA $6,513.75 USA AFTB001 Archer Field Tow Bar The Archer Tow Bar is an adjustable, levering attachment with dual-grip handles that allows one person to move and deploy the barriers. An easy, two point connection interface provides almost instant tow bar hook up or removal. Each tow bar comes equipped with a heavy duty stay pin. EA $574.18 USA AACN4F022 4’ Arrestor Cable 2.0 The reflective MERIDIAN Arrestor Cables use technology from aircraft carriers to absorb the kinetic energy of a moving vehicle and pull the barriers into play for vehicle mitigation without loss of life. They are attached to barriers in 4-foot segments and can be up to three-ply across strung between two barriers. The reflective cables were designed specifically keeping safety in mind without compromising the mechanical properties of a sling rope. The arrestor cable is manufactured using only the highest grade extra improved plowed steel and vinyl coated in neon yellow that aids in visibility as well as abrasion protection and flexibility. The vinyl coating not only protects the users’ hands and makes the wire easier to handle, but it also seals in any lubrication on the wire rope, increasing it useful life. Each wire rope cable is attached to the barriers by two G-100 Swivel self-locking hooks. The self- locking hooks each have a working load limit of 5,700 pounds and are able to swivel during load, a feature which allows the barriers to roll upon impact, ensuring the safety of the work area. EA $574.18 USA 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO AMHA003-2 Archer Manual Hauler 2.0 The newest and most advanced MERIDIAN® Hauler has all the hallmarks of MERIDIAN’s products’ maintenance free and one [1] person ease of use. The Hauler is a rugged barrier dolly that can traverse a variety of surfaces from asphalt to gravel to unimproved dirt roads. The Hauler features a 3,000 lb. rated jack and is manufactured using high strength and corrosion resistant aluminum T6 6061. Using aluminum has allowed us to decrease the weight of the Hauler by 35% while still providing a lifetime warranty on any component of the hauler. The new Hauler was upgraded with an aluminum core solid thread wheel that will guarantee the hauler will last as long as the life of the barrier. The new hauler brakes are also now adjustable so as the tires slowly wear over time one can simply readjust the brakes, so they are making contact with the tires. The new upgraded leverage action is simple in that it only requires the placement of the extension rod into the barrier receiver and locking the pin in place. Once the leverage Hauler is secured, then a simple swing- action moves the barrier into position. Safety is the key so when lifting the barrier, the leverage action is fast up and slow down with the all-purpose brake being deployed. EA $1,925.18 USA ABG001-2 Archer Beam Gate 2.0 The Archer Beam Gate 2.0 is the easiest active protection and check point gate to deliver, set up, and install. Its patented design can be a standalone product or when used with Archer 1200 Barriers can be extended for greater lineage coverage or with expansive configurations. The Archer Beam Gate is ideal for events, check points, construction sites, and command center egresses. The Beam Gate can be expanded from 14 to 20 feet using adjustable netting. The adjustable netting is coated in a vibrant safety yellow to not only protect the cable itself but also improve the visibility of the net for any oncoming traffic. The deployment and operation of the Beam Gate requires no electricity or hydraulics and is easily deployable in 15 minutes. It is easily transportable to multiple locations, affords maximum flexibility to meet the unique requirements of the facility and space, and can be maintained easily and inexpensively by one person. The Archer Beam Gate system pivots a full ninety degrees vertically to allow ease of access for large vehicles. The Archer Beam Gate system can also be locked in the vertical position and in the horizontal position in case there is a need for the beam to stay upright or locked downed for extended periods of time. Incorporated into the Archer Beam Gate are the Technical Specifications of: one Archer 750 Barrier, one Archer 750 Ingot Barrier, one Archer 750 Receiver Barrier, one Archer 750 Pivot Barrier, a Archer Ingot Cart and Counterweights, a marketing frame, an Archer Hauler 2.0, two beams, and one netting. EA $48,245.18 USA 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO ACP001ADA Channel ADA Cable Protector Channel ADA Cable Protectors is an ADA compliant cable protector that protects cables and hoses up to .75” of their outside diameter. Dog bone connectors can extend to any desired length. It has a reinforced hinged lid for easy cable replacement and is available with ADA compliant ramps. It also has a patented 5 bar tread surface for added traction and a modular interlocking design. EA $574.18 USA ATUPLK001 Archer Touch-Up Paint MERIDIAN’S Archer Touch-Up Paint is matched the paint of the Archer 1200 Barrier ordered, and can be used to make periodic touch-ups when needed. Includes exactly 6 cans of spray paint. EA $188.17 USA ACPR001 Custom Paint and Rust Prevention Meridian offers 8 different colors for our Archer 1200 barriers, but we can do any RAL custom color. With custom color we also include a rust preventative in specific sections of the Archer 1200 Barrier that cannot be powder coated, so they remain bare carbon steel. Carbon steel will naturally rust with just the humidity in the air and even more so when it rains, so we offer a rust preventative coating that will prevent the barriers from rusting for 2000+ hours. EA $72.37 USA AMB1200WSP Wayfinding Package Each Wayfinding Package contains a set of 8 collapsible Wayfinding Frames and 32 preprinted signs. When in the raised position, the frames work to communicate with passing people and vehicles. The preprinted signs come inside a wayfinding box that store and protect the signs while they are not in use. When Archer Barriers are to be moved, the frame is to be lowered so it rests on the back kick plate for easy storage. Keeping the frame on the barriers will help with the speed of deployment during setup. The frames can be colored to match the barriers so that they complete the correct safety look and feel for the community. EA $5,785.18 USA AGP001 Graphics Package MERIDIAN’S Graphics Package includes the customer’s choice of a customized logo. Please note: If Graphics Package is not chosen the Archer 1200 Barrier will come with a reflective MERIDIAN branded logo. All MERIDIAN branded logos are MUTCD compliant. GSA amount is priced for 1 logo only. EA $56.94 USA 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO RGATE Archer Rapid Gate The Archer Rapid Gate is the fastest active protection and check point gate to deliver, set up, and install. Its patented design can be a standalone product or when used with Archer 1200 Barriers can be extended for greater lineage coverage or with expansive configurations. The Archer Rapid Gate is ideal for events, check points, construction sites, and command center egresses. The Rapid Gate can be expanded from 10 to 14 feet using adjustable netting. The adjustable netting is coated in a vibrant safety yellow to not only protect the cable itself but also improve the visibility of the net for any oncoming traffic. The deployment and operation of the Rapid Gate requires no electricity or hydraulics and is easily deployable in 10 minutes. It is easily transportable to multiple locations, affords maximum flexibility to meet the unique requirements of the facility and space, and can be maintained easily and inexpensively by one person. The Archer Rapid Gate system also pivots horizontally 180 degrees to allow ease of access in both directions of traffic. The Archer Rapid Gate system can also be locked in the open position and in the closed position in case there is a need for the beam to stay closed or locked downed for extended periods of time. Incorporated into the Archer Rapid Gate are the Technical Specifications of: four Archer 1200 Barriers, four marketing frames, directional traffic signs, five beams, one net, one Rapid Gate cart, and one Archer Manual Hauler 2.0 for easily maneuverability. EA $38,595.18 USA RGATEKIT Archer Rapid Gate Kit The Archer Rapid Gate Kit provides the flexibility to install the Rapid Gate System on any existing Archer 1200 Barriers. The kit was design to easily bolt onto the Archer 1200 Barriers, making each barrier multifunctional. The entire kit can be stored on the Rapid Gate carts and rolled away using the Archer Hauler. The Archer Rapid Gate can be expanded from 10 to 14 feet using adjustable netting. The adjustable netting is coated in a vibrant safety yellow to not only protect the cable itself but also improve the visibility of the net for any oncoming traffic. The deployment and operation of the Rapid Gate requires no electricity or hydraulics and is easily deployable in 10 minutes. It is easily transportable to multiple locations, affords maximum flexibility to meet the unique requirements of the facility and space, and can be maintained easily and inexpensively by one person. The Archer Rapid Gate also pivots horizontally 180 degrees to allow ease of access in both directions of traffic. The Archer Rapid Gate can also be locked in the open position and in the closed position in case there is a need for the beam to stay closed or locked downed for extended periods of time. Incorporated into the Archer Rapid Gate Kit are the Technical Specifications of: four marketing frames, directional traffic signs, five beams, one net, and a Rapid Gate cart. The additional purchase of an Archer Manual Hauler 2.0 is recommended for easy maneuverability. EA $12,540.18 USA 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO TRLKIT1000 Archer Trailer Kit 1000 The new MERIDIAN Archer Trailer Kit 1000 has been equipped with everything needed for certified deployments of up to 8 barriers. The newest upgraded Drop Deck trailer carries all necessary equipment including the Archer Manual Hauler, Field Tow Bar and Arrestor Cables. The Kit includes 8 Archer 1200 Barriers; 2 Archer Field Tow Bars; 1 Archer Manual Hauler 2.0; seven (7) 4-foot cables; 1 Rapid Gate Kit, 7 ADA Cable Protectors, 1 Archer Manual Hauler Mount, 2 ADA Cable Protector holders, 1 Wayfinding Package, and 2 Beam Gate Beam Holders. EA $115,795.18 USA AGUARD Archer Guard The Archer Guard is a crash cushion system that can be rapidly deployed by one person on roadways and in tight positions to protect workers in construction zones, in overhead work, maintenance work, flaggers and manholes. Due to the mobility of the Archer Guard the system can be moved easily on rolling construction operations as no heavy equipment of forklifts or drivers are required once deployed in the field. The Archer Guard consists of 3 Archer 1200 Barriers, six (6) 4-foot Arrestor Cables, 2 Archer Field Tow Bars, 1 Archer Manual Hauler 2.0, 3 Wayfinding Frames, and reflective directional inserts. EA $28,945.18 USA TRL7616NW Archer Guard Trailer The Archer Guard Trailer from MERIDIAN ensures Archer 1200 Mobile Barriers can be deployed in under ten minutes. To transport and deploy the equipment, the Archer Guard Trailer lowers to the ground, allowing the Archer 1200 Barriers to roll off at street level and eliminating the need for forklifts or heavy equipment. Once the trailer is lowered to the ground, take the Archer Hauler off its convenient trailer mount, and off-load the barriers one at a time. This trailer allows for single-person deployment, making this the perfect trailer for mobile barrier deployment in work safety zones. The arrestor cables can easily be stored inside the storage compartment in the front of the trailer. EA $24,120.18 USA AGUARDKIT Archer Guard Trailer Kit The Archer Guard Trailer Kit is the ideal solution to protect workers in construction zones, overhead work, maintenance work, or manholes. The Archer Guard Trailer Kit consists of two Archer Guards systems and the Archer Guard Trailer, ensuring the equipment needed to block off traffic in both directions is on the trailer. Easily move from one side of the road to the next with the Archer Guard Trailer. EA $82,020.18 USA BCRADLE Beam Gate Beam Cradles The Beam Gate Beam Cradles make moving the Beam Gate from one location to another smoother, safer, and more efficient. The Beam Cradles are installed on the Meridian Trailer fenders and allow the user to easily secure the Archer Beam Gate 2.0 beams on the trailer. EA $477.68 USA 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com MFR PART NO PRODUCT NAME PRODUCT DESCRIPTION UOI GSA PRICE COO HMOUNT Archer Hauler Mount The Archer Hauler Mount provides the user a location to store the hauler when it is not in use. The Hauler Mount is installed on the Meridian trailer, ensuring that everything needed for a deployment is on the trailer. EA $381.18 USA T1000 Archer T-1000 Drop Deck Trailer MERIDIAN manufactures and provides specially designed trailers that carry everything needed for a 4, 6, and 8 Archer Barrier certified deployment. The newest and most advanced trailer is the T-1000 Drop Deck trailer. This trailer is 75 inches wide and readily carries 8 barriers without any tie downs to hold the barriers in place. Instead, the simplicity of e-track shoring bars keeps the barriers locked in when the barriers are being transported. The advantages and advances of this dual axle and four wheel trailer are: 1) it can be operated for one person deployments with a 24 inch swing tailgate; 2) the trailer is both Hydraulic and Air based with solar charging capabilities; 3) upon release of the safety catch the trailer can be lowered and raised with the pressing of the remote control; and 4) the trailer has a heavy duty diamond deck which allows for superior durability. All metal components are powder coated for the toughest of environments with two 10-inch storage compartments. EA $34,247.85 USA AMB1200WS Wayfinding Frame The Archer Directional Signage frames are collapsible frames which when in the raised position work to communicate with passing people and vehicles. Keeping the wayfinding frame on the barriers will help with the speed of deployment during setup. The frames can also be colored to match the barriers so that they complete the correct safety look and feel for the community. EA $627.25 USA Meridian Rapid Defense Group Sales LLC177 E. Colorado BlvdSuite 200Pasadena CA 91105United States Quote #QUO-S-11363 GSA Contract #47QSWA19D001F 06/09/2025 QUO-S-11363 1 of 2 Bill To Ship ToCity of ClearwaterKris Koch1000 South Myrtle AvenueClearwater FL 33756United States City of ClearwaterKris Koch1000 South Myrtle AvenueClearwater FL 33756United States Date Expires Shipping Method Sales Rep 06/09/2025 09/08/2025 Freight Out Brenton B Lee Item Price Level Quantity Rate Amount TRLKIT1000 Meridian Archer Trailer Kit 1000 1 0.00 T1000 Archer T-1000 Drop Deck Trailer GSA 1 34,247.85 $34,247.85 AB1200 Archer 1200 Barrier GSA 8 6,513.75 $52,110.00 AMHA003-2 Archer Manual Hauler 2.0 GSA 1 1,925.18 $1,925.18 AFTB001 Archer Field Tow Bar GSA 2 574.18 $1,148.36 AACN4F022 Archer Arrestor Cable – 4 ft.GSA 7 574.18 $4,019.26 RG Archer Rapid Gate Kit GSA 1 12,540.18 $12,540.18 WAYF-001 Wayfinding Frame GSA 8 574.18 $4,593.44 WF1RC Caution - Road Closed GSA 8 37.24 $297.92 WF2STP Caution - Stop GSA 8 37.24 $297.92 WF3C Caution - Caution GSA 8 37.24 $297.92 WF4PTO Caution - Pedestrian Traffic Only GSA 8 37.24 $297.92 ACP003ADA 3 Channel ADA Cable Protector (1 Piece) GSA 14 287.09 $4,019.23 End of Group 0.00 $115,795.18 MCTR002 Annual Certified Training 1 3,995.00 $3,995.00 F Freight Charges 1 9,995.00 $9,995.00 Subtotal $129,785.18 Tax (7%)$0.00 Total $129,785.18 Notes: Payment Terms: Due to high demand, Meridian is requesting a 50% deposit to ensure timely delivery of your product. Meridian Rapid Defense Group Sales LLC177 E. Colorado BlvdSuite 200Pasadena CA 91105United States Quote #QUO-S-11363 GSA Contract #47QSWA19D001F 06/09/2025 QUO-S-11363 2 of 2 Wire Transfer Instructions: Meridian Rapid Defense Group Sales LLCAccount Number: 568605235Bank Name: Chase Bank, N.A.Wire Routing : 021000021ACH Routing : 322271627 Check Remittance:530 New Los Angeles Ave #115-345Moorpark, CA 93021 177 E. Colorado Boulevard, Suite 200 Pasadena, California 91105 www.meridian-barrier.com June 3rd, 2025 ATTN: Mr. Kris Koch City of Clearwater, FL Mr. Koch, This is a sole source letter to certify that the Archer 1200 Barrier, the Archer 1200 Trailer Barrier Kit, the Archer Beam Gate and the Archer Rapid Gate are exclusive MERIDIAN products that are manufactured and sold by Meridian Rapid Defense Group LLC (“MERIDIAN”). MERIDIAN is the creator, manufacturer, and patent holder of these products. MERIDIAN is the sole manufacturer and supplier for the U.S. and internationally. MERIDIAN does not permit any 3rd party distributors to supply its products and technologies. The Archer 1200 is manufactured in US with 700 lbs. of American made steel and has been tested to MASH, ASTM, PAS 68, and IWA14. No other product on the market meets this standard except the Archer 1200 Barrier. We are glad to make ourselves available to provide further technical information on materials and the proper use of the above-listed items. MERIDIAN provides the in-field training of the equipment to ensure the safety and effectiveness of the Archer 1200 Barrier. The following items detail the unique, and one of its kind, characteristics of the Archer 1200 Barrier: • No other product on the market provides unanchored stopping power certified to US DOD and PAS 68 standards. Unbolted units stop a vehicle traveling 30 mph within 14 feet; no other product on the market meets this standard. • No other product on the market is rated for armor-piercing NATO ammunition up to .50 cal. ballistic rounds. • No other barrier on the market is designed as a non-electric and non-hydraulic unit. • The Archer 1200 Barrier has easily deployable wheels that are self-contained on the barrier and effortlessly positioned. No other product on the market has this unique characteristic. • No other product on the market can be installed as a complete barrier system with MERIDIAN’s 4-foot and 10-foot Arrestor Cables. • MERIDIAN’s unique, one-of-a-kind barriers can be deployed at any desired length, as unit can be “daisy chained” together. This cannot be achieved with any other product on the market. • MERIDIAN’s unique products are transported and positioned using a specially designed Drop Deck Trailer. • A remaining unique feature of the Archer 1200 Barrier is that the unit allows for the installation of directional or informational signage. Please feel free to contact me with any specific questions or additional requests for information. Many thanks, Eric Alms President Cell: (213) 400-9811 ealms@meridian-barrier.com www.meridian-barrier.com Meridian Archer Trailer Kit 1000 Meridian Archer Trailer Kit 1000 ▪ 8- Archer 1200 Barriers ▪ 1-Archer Hauler 2.0 ▪ 2- Archer Field Tow Bars ▪ 7- 4ft. Archer Arrestor Cables ▪ 1- Archer Rapid Gate Kit ▪ 1- Archer Wayfinding Package ▪ 7- ADA 3-Channel Cable Covers ▪ 1-Archer Hauler Mount ▪ 2-ADA Cover Compartments ▪ Beam Gate Beam Cradles NEW Rapid Gate Kit NEW Wayfinding Package NEW ADA Cover Compartments NEW Beam Gate Beam Cradles NEW Hauler Mount Additional Upgrades ▪ Upgraded solar panel charger ▪ Upgraded deck bearings ▪ Higher rated tires www.meridian-barrier.com Meridian Archer Trailer Kit 1000 Components 8- Archer 1200 Barrier 1- Archer Hauler 2.0 2- Archer Field Tow Bar 7- 4ft. Archer Arrestor Cable 1- Archer Wayfinding Package 1- Archer Rapid Gate Kit 7- ADA 3-Channel Cable Covers 1- Archer Hauler Mount 2- ADA Storage Compartment 1-Beam Gate Beam Cradle www.meridian-barrier.com ▪ Length- 48 in. ▪ Width- 24 in. ▪ Height- 57 in. ▪ Weight- 680 lbs. ▪ Surface Area- 11,288 square in. ▪ Material- ASTM A36 steel/AR500 ▪ Type- Black soft rubber tread, crowned profile ▪ Core Material- Aluminum core ▪ Wheel Diameter- 10 in. ▪ Wheel Width- 2.25 in. ▪ Capacity- 400 lbs. ▪ Axle Dim- 0.75 in Height ▪ Gloss 60'angle (ASTM D-523-89) 80+ ▪ Hardness (ASTM D-3363-92A) H – 2H ▪ Flexibility (ASTM D-1737-89) 1/8 inch ▪ Adhesion (ASTM D-3359-95A) 5B ▪ Impact direct/indirect (ASTM D-2794-93) 120 in-lbs. ▪ Salt Spray (ASTM B117) 1000 Hrs. Archer 1200 Barrier Specifications Powder coat Specifications Caster Wheel Specifications Archer 1200 Barrier Specifications www.meridian-barrier.com ▪ Length- 18 in. ▪ Width- 12 in. ▪ Height- 53 in. ▪ Weight- 40 lbs. ▪ Material- Aluminum 6061-T6 Height ▪ Adjustable brakes ▪ 3,000 lb. capacity ▪ Solid core tire ▪ Durable powder coating Archer Hauler Dimensions Archer Hauler Features Archer Hauler Specifications Simple storage on Archer 1200 Barriers Lift 700 lbs. of steel with ease Scan for more information www.meridian-barrier.com Specifications ▪ Length- 48 in. ▪ Width- 16 in. ▪ Depth - 2 in. ▪ Weight- 20 lbs. ▪ Material- ASTM A36 steel Features ▪ Emergency access alternative ▪ Easy storage ▪ Durable powder coating Length Specifications Features Archer Tow Bar Specifications Unique storage on Archer 1200 Barriers Easily provide emergency access by moving one Archer 1200 Barrier www.meridian-barrier.com Arrestor Cable Specifications ▪ Length- 48 in. ▪ Width- 4 in. ▪ Depth - 2 in. ▪ Weight- 11 lbs. Wire Rope Cable Specifications ▪ Construction- 6x19 IWRC ▪ Nominal Diameter-0.625 in & 0.375 in. ▪ Finish- Galvanized ▪ Lay Direction- RHRL ▪ Specification- ASTM A 1023 or RR-W410G ▪ Grade of Steel Used- EIPS ▪ Min. Breaking Strength- 24,004 lbs. ▪ C: 0.69-.0.73% ▪ Si: 0.200.024% ▪ S: Max 0.025% ▪ P: Max 0.025% ▪ Mn: 0.54-0.64% G-100 Swivel Hook Specifications ▪ Weight- 2.6 lbs. ▪ Quenched and tempered alloy steel ▪ EN 1677-3 & ASME B30.26, PAS1061 ▪ Full swivel under load ▪ Federal Specification RR-C-271G Type IVA, Grade A, Class 2 G-100 Specifications Dimensions ▪ B- 1.42 in. ▪ C- 1.44 in. ▪ D- 0.51 in. ▪ P: Max 0.025% ▪ Mn: 0.54-0.64% ▪ T- 1.35 in. ▪ L- 7.35 in. ▪ E- 1.28 in. G-100 Swivel Hook Specifications G-100 Specifications Dimensions Arrestor Cable Specifications Wire Rope Cable Specifications Wire Rope Cable Chemical Composition Archer Arrestor Cable Specifications www.meridian-barrier.com The Archer Rapid Gate can easily be expanded to 10 ft., 12 ft., or 14 ft. 10 ft. Beam Connector 10 feet 12 feet 14 feet 12 ft. Beam Connector 14 ft. Beam Connector Archer Rapid Gate Kit Specifications 18 feet 20 feet 22 feet www.meridian-barrier.com The Archer Rapid Gate Kit includes the following. Left Beam Right Beam Connecting Beams 10 ft., 12 ft., & 14 ft. Pivot Plate Receiver Plate Transportation Cart Wayfinding Inserts 4x Wayfinding Frames Rapid Gate Net Box www.meridian-barrier.com Component Length Width Height Weight Beam L 57.5 in. 1.75 in. 5.0 in. 12.39 lbs. Beam R 57.5 in. 1.75 in. 5.0 in. 12.9 lbs. 10 ft. Connector 17.0 in. 2.0 in. 2.0 in. 3.81 lbs. 12 ft. Connector 41.7 in. 2.0 in. 5.0 in. 10.0 lbs. 14 ft. Connector 66.5 in. 2.0 in. 5.0 in. 16.2 lbs. Pivot Plate 36.30 in. 9.29 in. 14.86 in. 82.0 lbs. Receiver Plate 36.30 in. 7.37 in. 0.75 in. 46.78 lbs. Archer Rapid Gate Leg 35.90 in. 16.0 in. 7.66 in. 21.60 lbs. Wayfinding Frame 24.21 in. 22.29 in. 2.25 in. 7.61 lbs. Wayfinding Insert 21.40 in. 0.16 in. 18.0 in. 0.3 lbs. Installation Manual Component Length Width Height Weight Capacity Transportation Cart 58.0 in. 24.0 in. 38.0 in. 198 lbs. Wayfinding Box 23.45 in. 20.8 in. 38.0 in. 7.14 cubic feet Archer Rapid Gate Net Box 20.8 in. 7.0 in. 38.0 in. 38 marketing inserts Archer Rapid Gate Kit Total Weight – 498 lbs. Archer Rapid Gate Total Width at 10 ft. openings 18 feet Archer Rapid Gate Total Width at 12 ft. openings 20 feet Archer Rapid Gate Total Width at 14 ft. openings 22 feet Archer Rapid Gate Kit Specifications www.meridian-barrier.com ▪ Length- 24.25 in. ▪ Width- 22.25 in. ▪ Depth - 2 in. ▪ Weight- 9 lbs. ▪ Custom colors ▪ Length- 21.35 in. ▪ Width- 18.25 in. ▪ Depth - 0.16 in. ▪ 32 Wayfinding Signs 32 - Wayfinding Signs ▪ 8- Directional caution signs ▪ 8- Pedestrian traffic only signs 8 – Wayfinding Frames ▪ 8- Road closed signs ▪ 8- Stop signs Length Width Archer Wayfinding Frame Dimensions Wayfinding Sign Dimensions Archer Wayfinding Package Specifications www.meridian-barrier.com ADA 3- Channel Dimensions ▪ Length- 48.0 in. ▪ Width- 32.25 in. ▪ Height- 1.5 in. ▪ Weight- 20 lbs. ▪ 4.5-degree incline ADA 3- Channel Cable Protector ▪ Easily allows strollers and wheelchairs ▪ High visibility color ▪ Ideal for pedestrian traffic control ▪ Easy to use interconnects ▪ Lightweight design ADA 3- Channel Dimensions ADA 3- Channel Cable Protector ADA 3-Channel Cable Protector Specifications www.meridian-barrier.com ▪ Large deck-75-inch deck width ▪ Capacity 9,995 lbs. ▪ Deck length- 16 ft. ▪ Overall length- 21 ft. ▪ Height- 57 in. ▪ Wheel size- 16 in. ▪ Trailer weight empty-3,517 lbs. ▪ Tongue weight empty- 445 lbs. ▪ Trailer weight fully loaded-9844 lbs. ▪ Tongue weight fully loaded- 1,430 lbs. ▪ Hitch ball size- 2-5/16 in. ▪ Quadra spring suspension for smoother transport ▪ Low angle ramp for low clearance loading ▪ Lockable storage compartments-protects components ▪ Fender less- no protruding fenders ▪ Automatic deck latch-deck automatically locks ▪ Tailgate-full width swinging tailgate Archer Trailer 1000 Specifications Archer Trailer 1000 Features Length Height Width Meridian Archer Trailer Kit 1000 Specifications www.meridian-barrier.com ▪ 1-Archer Hauler 2.0 ▪ 2-ADA Cover Compartments Meridian Archer Trailer Kit 1000 ▪ 8- Archer 1200 Barriers ▪ Beam Gate Beam Cradles ▪ 1-Archer Hauler Mount ▪ 1- Archer Rapid Gate Kit ▪ 1- Archer Wayfinding Package ▪ 7- ADA 3-Channel Cable Covers www.meridian-barrier.com PRODUCT FEATURES Drop and Stop Vehicle Mitigation Solution PHYSICAL FEATURES • Fabricated of high strength steel made in the United States • Non-electronic, non-hydraulic design • No maintenance contracts • Modular design with flexible configuration for lane closures, lane mergers, long perimeter protection when connected to Arrestor Cables • Non-lethal vehicle control solution • Measurements of 2' (60 cm) wide, 4' (120 cm) long, 3’ (90 cm) high (per unit) • Jagged front and back edges with spikes on horizontal plate for gripping on or before impact • Wide rear kick plate 10” (25.4 cm) long to reinforce stopping of the vehicle on impact • Fixed in place ramp at 13 degrees with vertical plate positioned on the horizontal plate • Attachment points for either 3’ (90 cm) Arrestor Cables or 8’ (243 cm) Arrestor Cables • Reusable after impact • Tow bar is 5’4” (162 cm) long with a 20” (50 cm) square handle with a locking pin used in the receiving cradle combined with connecting the leverage chain onto the receiving mount at the base of the ramp • Unit weight of 700lbs (362 kilos) • Structural steel ASTM A500 plates • Bolts conform to the ASTM specifications for A325 or A490 high strength bolts • All welding is AWS certified • May be galvanized or painted • Way Finding frames for directional signage meeting national highway standards • Directional signs provide for events, safety and security TESTING • Ballistic rated for armor piercing NATO rounds up to .50 cal. ball rounds • Unanchored stopping power • Units may be bolted in a row of 4 to stop vehicles traveling at 40 MPH (64 KPH) within 7’ (213 cm of impact) • Un-bolted unites stop a vehicle traveling at 30 MPH (48 KPH) within 14’ (426 cm) DEPLOYMENT • Suitable for on aggregate roadways and hard surfaces • One person portable and rapidly deployable within minutes • Removable wheels for stationary position or locked in the up position once set in place • Fast installation pivots on wheels with the Archer Hauler or Tow Bar connectors • No heavy equipment needed to deploy • Easy transportation in sets of 4, 6, 8, 12 and 16 units where an Archer Hauler and Tow Bar can be transported by a standard pickup • truck where there is no need for special trucks to move the barriers to their location • Certification training by MERIDIAN safety specialists • Vehicle Safety Mitigation Plans designed for individual for events and deployments • After Action Reports provided after each event • Annual Community Safety Compliance programs to ensure certifications standards remain compliant CERTIFICATIONS • SAFETY Act “Designated” and “Certified” • PAS 68 • Factories ISO • ASTM • IWA-14 Updated as of 01/30/24 www.meridian-barrier.com PRODUCT PRICE LIST 2024– GSA MERIDIAN PRODUCTS GSA [AB1200] Archer 1200 Barrier $6,513.75 [AMHA003-2] Archer Manual Hauler 2.0 $1,925.18 [AFTB001] Archer Field Tow Bar $531.99 [ABG001-2] Archer Beam Gate 2.0 $48,245.18 [ADDT008] MERIDIAN 8-Barrier Drop Deck Trailer $34,247.85 [AAC4F001] Archer Arrestor Cable – 4 ft. $574.18 [ACP001ADA] 3-Channel ADA Cable Protector $574.18 [ATUPLK001] Archer Touch-Up Paint – 6 cans of spray paint $195.00 [ACPR001] Custom Paint and Rust Prevention $75.00 (per barrier) [MCTR001] Certified Training $3,855.18 [AMB1200WSI] Wayfinding Sign $574.18 [ABGB002] Replacement Beam Gate Beam Set $2,798.50 [ABGB001] Replacement Beam Gate Individual Beam $1,399.25 [AB1200W] Replacement Barrier Wheel $48.20 [AMHAH001] Replacement Hauler Hitch $241.25 [MRDG-RGATE] Archer Rapid Gate $38,595.18 [MRDG-RGATEKIT] Archer Rapid Gate Kit $12,540.18 [MRDG-BCRADLE] Beam Gate Beam Cradles $477.68 [MRDG-HMOUNT] Archer Hauler Mount $381.18 [AGP001] Graphics Package (Customer’s choice of customized logo) $56.94 (per barrier) PRODUCT BUNDLES [MRDG-TRLKIT1000] Meridian Archer Trailer Kit 1000 [AMB1200WSP] Wayfinding Package • 1 Meridian 8-Barrier Drop Deck Trailer • 8 Archer 1200 Barriers • 1 Archer Manual Hauler • 2 Archer Field Tow Bars • 7 Archer Arrestor Cables (4 ft.) • 7 3-Channel ADA Cable Protectors • 1 Wayfinding Package • 1 Rapid Gate Kit • 8 Marketing Frames • 8 STOP inserts • 8 ROAD CLOSED inserts • 8 CAUTION inserts • 8 PEDESTRIAN TRAFFIC ONLY inserts • Wayfinding Box to house the 32 inserts $115,795.18 $5,785.18 * Freight is calculated at the time of quote. * Sales Tax is calculated if applicable. Awards by the U.S. Department of Homeland Security: The SAFETY Act DESIGNATION as QUALIFIED ANTI-TERRORISM TECHNOLOGY (QATT) CERTIFICATION for APPROVED PRODUCTS LIST FOR U.S. DEPARTMENT OF HOMELAND SECURITY MERIDIAN® Rapid Defense Group has been awarded the highest official recognitions, accreditations and approvals by the U.S. Department of Homeland Security (DHS) pursuant to The SAFETY Act. The SAFETY Act creates a liability management system for providers of approved anti-terrorism technologies and products. The SAFETY Act protects MERIDIAN®, its customers, and users of its products from liabilities for claims arising out of an act of terrorism. In the almost twenty-year history of The SAFETY Act, only about 1000 companies have been granted these invaluable protections backed up the U.S. Government. The MERIDIAN® products and technology covered by these elite awards are the Archer® 1200 Barrier, Archer® Field Tow Bar, and Archer® Hauler. These products and technology form the core of MERIDIAN®’s anti-terrorist vehicle protections and solutions. Use of these Best-in-Industry MERIDIAN® products affords the customer or user the extraordinary SAFETY Act protections from liabilities resulting from acts of terrorism. The protections awarded to MERIDIAN® under The SAFETY Act extend to and flow down to all MERIDIAN® customers, suppliers, vendors, users and others in its supply chain from third party claims related to any act of terrorism as determined by DHS. These protections by the U.S. Federal Government are extended to both U.S. and international customers. They also cover acts of terrorism that occur or originate within or outside of the U.S. The protections are truly extraordinary in substance and process. Customers of MERIDIAN® are immune from liability for the use of MERIDIAN® DESIGNATED and CERTIFIED products and technology. MERIDIAN®’s liability is strictly limited to its approved insurance coverage. All claims arising from a terrorist act in any way allegedly involving or impacting MERIDIAN® and its products may only be brought in U.S. Federal Courts. All claims for punitive damages and noneconomic damages are barred. What this means is that MERIDIAN® will not be destroyed by either the amount of claims or the costs of defending against such claims. MERIDIAN® cannot be forced into faraway courts in another country. MERIDIAN® will be there to service and provide to its customers before and after any act of terrorism. And MERIDIAN®’s customers will also be protected from liability in U.S. Federal Courts with these protections backed up by the obligations of the U.S. Government as established in the formal laws of the U.S. under The SAFETY Act. MERIDIAN® has been specifically authorized by DHS on behalf of the U.S. Government to inform you—the customers, clients, subcontractors, vendors, and users of MERIDIAN®’s Qualified Anti-Terrorism Technology—that you are immune from liability and claims of liability arising from acts of terrorism. DHS has backed up this message by also specifically authorizing our display of the official marks for DESIGNATION and CERTIFICATIONS under The SAFETY Act as set forth above. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0689 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve the Interlocal Agreement between the City of Clearwater and Forward Pinellas for the Clearwater Beach South Transportation Action Plan (TAP); authorize a one-time city payment of $50,000 to Forward Pinellas; and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Beach frequently experiences significant congestion from the beach roundabout southward across the Sand Key Bridge. This area includes state facilities (SR 60/Gulf-to-Bay, SR 590/Drew, SR 699/Gulf Blvd) and local roads maintained by the City and Pinellas County, necessitating coordinated regional management. The congested traffic conditions pose both economic and safety challenges to the City and County, making it essential to collaborate in developing creative solutions and advancing feasible strategies. Florida’s Interlocal Cooperation Act (§ 163.01, F.S.) allows local governments to work together on regional services. The city's Public Works (Engineering) and Planning & Development Departments, along with Forward Pinellas staff, created a scope for the Clearwater Beach South Transportation Action Plan (TAP). Forward Pinellas, through staff and consultants Artemis Consulting Collective, GM2 Engineering Associates, and Transpology, Inc., will execute the services in Scope of Services (Exhibit A of the agreement) in compliance with applicable laws and regulations. The team will analyze South Beach's transportation network and propose data-driven recommendations to enhance multimodal mobility, access, safety, resiliency, and economic vitality for future city projects. The Scope of Work includes nine key tasks, including: ·Develop a technical methodology, communications plan, and stakeholder-engagement plan. ·Document existing conditions and the no-build (baseline) scenario. ·Identify and develop improvement alternatives for further study. ·Apply a three-tier screening process to the alternatives: 1.First level qualitative screening 2.Second level merits and tradeoffs screening 3.Third level detailed evaluation leading to recommendations ·Prepare Draft and Final TAP outlining short-, medium-, and long-term improvement scenarios. Stakeholders including Amplify Clearwater, marina operators, area homeowners’ associations, and the hospitality industry will be involved throughout the process. This effort will also take into account the planned Clearwater Beach Marina Parking Garage and other development initiatives, exploring options for travel lane reconfigurations and an overhead pedestrian walkway. The proposed Interlocal Agreement specifies that the city will provide a lump sum contribution of $50,000. Forward Pinellas will contribute up to $273,896.84 in federal planning funds, making the total project budget not exceed $323,869.84. Any unspent funds will be equally shared between both parties. The Agreement designates Forward Pinellas as the lead agency to conduct the TAP on behalf of the City. Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0689 The Forward Pinellas Board approved the project scope and fee at its meeting on July 9, 2025. APPROPRIATION CODE AND AMOUNT: Funding for this agreement is available in special program 181-M2101, Planning Studies Fund, funded with General Fund revenues. USE OF RESERVE FUNDS: STRATEGIC PRIORITY: This item advances four priority areas of the City’s Strategic Plan: High Performing Government - Leverages intergovernmental collaboration and maximizes external (federal MPO) funds to address a cross-jurisdictional transportation challenge. Economic & Housing Opportunity - Supports tourism-driven economic vitality by addressing congestion that affects visitor experience and workforce access. Environmental Stewardship - Incorporates resiliency and multimodal strategies that reduce vehicle emissions and improve coastal resource management. Community Well-Being - Improves safe, reliable access to and within Clearwater Beach for residents, workers, and visitors. Page 2 City of Clearwater Printed on 1/14/2026 1 INTERLOCAL AGREEMENT THIS INTERLOCAL AGREEMENT (this “Agreement”) is made and entered into on this ____ day of ____________, 2025 by and between the Pinellas Planning Council, a dependent special district of Pinellas County, Florida, d/b/a FORWARD PINELLAS, and CITY OF CLEARWATER, a Florida municipal corporation. WHEREAS, Section 163.01 of the Florida Statutes, known as the “Florida Interlocal Cooperation Act of 1969,” authorizes local government units to make the most efficient use of their powers by enabling them to cooperate with other localities and agencies on a basis of mutual advantage and to provide services and facilities in a manner and pursuant to forms of governmental organization that will accord best with geographic, economic, population and other factors influencing the needs and development of local communities; and WHEREAS, pursuant to Section 2(1), Chapter 2012-245, Laws of Florida, one of the purposes of FORWARD PINELLAS is to provide intergovernmental coordination for land use and transportation planning issues, and pursuant to Section 6(3) of said Chapter, FORWARD PINELLAS may enter into contracts with local governments and governmental agencies in Pinellas County to achieve this purpose; and WHEREAS, CITY OF CLEARWATER conducts planning and implements programs in land use, community redevelopment, transportation, and affordable housing; and WHEREAS, CITY OF CLEARWATER has agreed to designate FORWARD PINELLAS the responsible agency for conducting the Clearwater Beach South Transportation Action Plan; and WHEREAS, FORWARD PINELLAS and CITY OF CLEARWATER support this collaborative effort to evaluate solutions to congestion in the portion of Clearwater Beach south of the roundabout; and WHEREAS, FORWARD PINELLAS and CITY OF CLEARWATER will contribute to this project through a combination of funds and in-kind support; and WHEREAS, FORWARD PINELLAS has the experience and resources through its consultants and staff to administer this work in a cost-effective manner; and represents that they are qualified, willing, and able to provide the described services according to the terms of this Agreement. NOW, THEREFORE, the parties hereto agree as follows: 1. PURPOSE. The purpose of this Agreement is for FORWARD PINELLAS, through its staff and/or consultants, to provide to CITY OF CLEARWATER the services described in the “Scope of Services” attached hereto and fully incorporated herein as Exhibit “A” (the “Project”). 2 2. SCOPE OF THE AGREEMENT. The Project shall be performed by FORWARD PINELLAS in a professional manner and in compliance with all applicable federal, state, and local laws and regulations. FORWARD PINELLAS, with input from CITY OF CLEARWATER, reserves the right to make minor revisions to the Scope of Services, including but not limited to providing additional refinements to planning activity specifications, procedure, and refinements relative to line-item costs of actual work product. Such revisions may be made by FORWARD PINELLAS’ Executive Director. Changes to the Scope of Services, including the addition of new tasks, shall be made by FORWARD PINELLAS’ Executive Director with the concurrence of the City Manager of CITY OF CLEARWATER or her designee. FORWARD PINELLAS and CITY OF CLEARWATER are responsible for ensuring that the quality of work meets the requirements in the Scope of Services and that the end products are satisfactory. 3. TASK ORDERS. FORWARD PINELLAS will develop and have final approval authority of task orders, in consultation with CITY OF CLEARWATER and the affected municipal partner. 4. PROJECT COST. The contribution from CITY OF CLEARWATER is fifty thousand dollars and 00/100 cents ($50,000.00) (the “Contribution”), payable from the City’s general fund as further outlined herein. FORWARD PINELLAS will contribute two hundred seventy-three thousand eight hundred sixty-nine dollars and 84/100 cents ($273,869.84) from its planning funds for this effort. 5. PAYMENT TO FORWARD PINELLAS. The Contribution or a.k.a. total “Fee” for the Scope of Services shall be payable in one lump sum. FORWARD PINELLAS shall submit an invoice to CITY OF CLEARWATER and CITY OF CLEARWATER shall pay the invoice in accordance with the Local Government Prompt Payment Act. Should FORWARD PINELLAS and CITY OF CLEARWATER conclude that the Project is complete and funds are remaining and unspent, those funds will be distributed equally to each entity. 6. TERM. The term of this Agreement shall begin on the Effective Date and shall remain in effect until the completion of the Clearwater Beach South Transportation Action Plan or 18 months, whichever occurs later in time. 7. MODIFICATION. This Agreement, together with any attachments and schedules, may only be amended by a written instrument duly executed by all parties. 8. TERMINATION. Any party may terminate this Agreement with or without cause. a. Termination without cause. Any party may terminate its participation in this Agreement without cause at any time upon thirty (30) days written notice to the other party. In such an event, FORWARD PINELLAS shall 3 return any funds in its possession that are allocated toward work for the Project that has not and will not be performed due to such termination to CITY OF CLEARWATER within 120 days of the date the Agreement is terminated. b. Termination with Cause by CITY OF CLEARWATER. If CITY OF CLEARWATER terminates the Agreement with cause, FORWARD PINELLAS shall return any funds in its possession that are allocated toward work for the Project that has not and will not be performed due to such termination to CITY OF CLEARWATER within 120 days of the date the Agreement is terminated. c. Termination with Cause by FORWARD PINELLAS. If FORWARD PINELLAS terminates the Agreement with cause, FORWARD PINELLAS shall return any funds in its possession that are allocated toward work for the Project that has not and will not be performed due to such termination to CITY OF CLEARWATER within 120 days of the date the Agreement is terminated. 9. DEFAULT/DISPUTE RESOLUTION. All services to be performed by FORWARD PINELLAS or its consultants are to be done to the satisfaction of FORWARD PINELLAS’ Executive Director based on the requirements of Exhibit A. The Executive Director shall decide all questions and disputes, of any nature whatsoever, between or regarding its consultants that may arise in the execution and fulfillment of the Scope of Services. If a dispute shall arise between the parties hereto as a result of non-payment, improper payment, conformity to the terms of the Agreement, or other such default, a non-defaulting party must notify the defaulting party in writing within ten (10) days of said default. The party in default shall have ten (10) days to cure said default. Additional time shall be given to cure if the default is unable to be cured within 10 days with diligent effort. If the default is not cured within the applicable time period, the non-defaulting party responsible for notifying the defaulting party shall have a right to terminate this Agreement for cause. 10. LIABILITY. Nothing in this Agreement shall be construed to affect any party’s entitlement to sovereign immunity or limitation of liability as provided by §768.28, Florida Statutes, nor shall this Agreement be construed to create any indemnification by one party of another. Each party shall be responsible and liable for its actions, including the actions of its employees and agents. 11. REMEDIES. Each party shall be entitled to seek any and all remedies available in law and equity due to a breach or default of this Agreement. Default by CITY OF CLEARWATER hereunder may also, at FORWARD PINELLAS’ discretion, result in a loss of support for future planning activities, including but not limited to: grants, technical assistance, and courtesy reviews. 12. SEVERABILITY. Should any portion of this Agreement be deemed unlawful by a court of competent jurisdiction, all remaining provisions of this Agreement shall remain and continue in full force and effect. 4 13. NON-APPROPRIATION. In the event sufficient budgeted funds are not available for a new fiscal period of CITY OF CLEARWATER, CITY OF CLEARWATER shall notify FORWARD PINELLAS of such occurrence and the Agreement shall terminate as to the affected agency on the last day of the current fiscal year without penalty or expense of CITY OF CLEARWATER. If this provision is invoked, the remaining parties hereto shall decide how to proceed, decreasing the scope of services, or otherwise. 14. FISCAL NON-FUNDING. This Agreement is not a general obligation of Pinellas County (the “County”) or FORWARD PINELLAS. It is understood that neither this Agreement nor any representation by any County or FORWARD PINELLAS employee or officer creates any obligation to appropriate or make monies available for the purpose of the Agreement beyond the fiscal year in which this Agreement is executed. In the event that sufficient budgeted funds are not available for a new fiscal period, FORWARD PINELLAS shall notify CITY OF CLEARWATER of such occurrence and the Agreement shall terminate on the last day of the then current fiscal period without liability, penalty, or expense to the County or to FORWARD PINELLAS. 15. FILING OF AGREEMENT. This Agreement shall be filed with the Clerk as provided in Section 163.01(11) Florida Statutes. The EFFECTIVE DATE of this Agreement shall be the date of filing. FORWARD PINELLAS shall be responsible for said filing and shall notify CITY OF CLEARWATER of the filing date. 16. COUNTERPARTS. This Agreement may be executed in counterpart by the parties. 17. ASSIGNMENT. No party to this Agreement may assign rights to delegate other duties under this Agreement without prior written consent of the other party. 5 IN WITNESS WHEREOF, FORWARD PINELLAS and CITY OF CLEARWATER have caused these present to be executed by their duly authorized officers, and their official seals hereto affixed, the day and year first above written. FORWARD PINELLAS ____________________________________ Whit Blanton, FAICP Forward Pinellas Executive Director ____________________________________ Councilmember Gina Driscoll Forward Pinellas Chair Date: _______________________________ Date: _______________________________ WITNESS By: _________________________________ Date: _______________________________ 6 CITY OF CLEARWATER SIGNATURE PAGE Countersigned: 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 Assistant City Attorney City Clerk Date: ______________________ Date: ____________________________ 7 Exhibit “A” SCOPE OF SERVICES Exhibit A-1 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN JULY 2025 Project Introduc�on and Purpose Tourism significantly impacts the economy of both Pinellas County and the City of Clearwater. Therefore, maximizing safe and efficient transporta�on access along Clearwater Beach is a top priority for both the City and County. State roadways, such as SR 60/Gulf-to-Bay Boulevard, SR 590/Drew Street, and SR 699/Gulf Boulevard, connect local roadways maintained by the City of Clearwater and Pinellas County. This requires a great deal of coordina�on to manage regional transporta�on demand and traffic flow throughout the beach and along its connec�ng corridors. The City of Clearwater is experiencing recurring traffic conges�on on the transporta�on network from the beach roundabout south across the Sand Key Bridge. Congested traffic condi�ons present both economic and safety challenges to the City and County, and it’s essen�al to work in partnership to develop crea�ve solu�ons and advance feasible strategies. The City of Clearwater and Forward Pinellas, with input from Pinellas County, and PSTA, will undertake the Clearwater Beach South Transportation Action Plan, as described in the scope of services provided below. Considera�on will be given to the role of a new beach marina parking garage, development plans, waterborne and other mul�modal plans, and resiliency in developing project recommenda�ons to improve and sustain mobility, access, safety, and economic vitality. Task 1: Technical Methodology and Communica�ons and Engagement Plan Development Artemis Consul�ng Collec�ve, GM2 Engineering Associates, Inc., and Transpology, Inc. (CONSULTANT TEAM) will work with the City of Clearwater and Forward Pinellas (CLIENT) to refine the study area and develop the Vision, Goals, and Objec�ves of this Ac�on Plan. The ini�al study area includes the roundabout at Coronado Drive and Causeway Boulevard to the north, Clearwater Memorial Causeway to the east, and the Sand Key Bridge to the south. Once the Vision, Goals, and Objec�ves are clearly stated, the CONSULTANT TEAM will develop a Technical Methodology Memorandum and Communica�ons and Engagement Plan, outlining the specific methods and defined study area to meet the Ac�on Plan’s Goals and Objec�ves. The analysis outlined by this methodology will include both land use and mul�-modal transporta�on. Mee�ngs: •Coordina�on mee�ng with the CLIENT to review preliminary Methodology and Communica�on and Engagement Plan. Deliverables: •Technical Methodology Memorandum •Communica�ons and Engagement Plan Exhibit A-2 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 2: Analysis of Exis�ng and No-Build Condi�ons An analysis of exis�ng and future No-Build condi�ons will be conducted from 8 perspec�ves: (1) network supply, (2)travel demand, (3) traffic opera�ons, (4) land use, (5) safety, (6) environment and user needs, and (7) public perspec�ve. Task 2.1: Network Supply An inventory of the exis�ng roadway, sidewalk, trail, bicycle, and transit network will be conducted within the study area. This will include all physical configura�ons, such as but not limited to: •Number of lanes •Posted speed •Presence of sidewalks or side paths •Bus stops, service span and frequency, and ameni�es •Lane widths •Medians •Intersec�on geometry and control In addi�on to the inventory of the exis�ng network, the City of Clearwater will provide informa�on on any projects that have commited funding and are expected to “open” in the next five (5) years. Task 2.2: Travel Demand A travel demand data collec�on plan will be coordinated with the CLIENT to iden�fy traffic count needs. Any required traffic counts will be collected by Forward Pinellas. Exis�ng year (2025) traffic volumes will be developed using these collected traffic counts. Traffic forecas�ng for this project will be conducted u�lizing the most recently released version of the Tampa Bay Regional Planning Model (TBRPM). Addi�onal data collec�on efforts will include transit ridership and non-motorized travel. Transit ridership will be collected from PSTA. Non-motorized travel will be collected through tradi�onal person counters. Accurately capturing origin-des�na�on paterns through the study area will be crucial for developing a mesoscopic model of the study area, which will inform decision-making, par�cularly with regard to any poten�al shi�s in traffic through roadway modifica�ons. The PTV Visum pla�orm will be used to develop the mesoscopic model and will be used to develop origin-des�na�on paterns distributed throughout a typical weekday and a typical weekend day for the exis�ng year (2025). This mesoscopic model will be calibrated to the exis�ng year (2025) using the collected traffic counts. Horizon year (2050) demand will be forecasted from the exis�ng year (2025) origin-des�na�on matrices using the latest version of the Tampa Bay Regional Planning Model. This forecasted demand will be developed using the “No-Build” network. Transit forecas�ng will be based on the latest PSTA Connected Community Bus Plan. Exhibit A-3 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 2.3: Traffic Operations Analysis A PTV Vissim model will be constructed and calibrated in the study area. This model will analyze the exis�ng system opera�ng condi�ons and provide a more complete representa�on of these condi�ons in a congested loca�on where reconfigura�on of the roadway may be considered. The model will be calibrated based on guidance from the 2021 FDOT Traffic Analysis Handbook. Opera�onal metrics such as delay, travel �me, and queue lengths will be provided. The Methodology document developed in Task 1 will provide addi�onal details of this procedure. Task 2.4: Land Use Analysis A review of exis�ng and future land uses will be conducted to understand how changes in these land uses will affect the demand on the exis�ng roadway network. This will include a review of proposed developments likely to influence the study area network to ensure they are accounted for in the travel demand forecast. Task 2.5: Safety Analysis An analysis of exis�ng safety condi�ons will be conducted, using the most recent five years of data from Signal 4 Analy�cs, based on guidance in the Highway Safety Manual. Crashes on both roadway segments and at intersec�ons will be analyzed for crash rates, severity, type, and other factors. Past work, such as the Forward Pinellas Safe Streets Plan, will be reviewed to ensure consistency. Task 2.6: Environmental and User Need Analysis Environmental and equity issues will be screened in prepara�on for any poten�al NEPA review of proposed strategies in this ac�on plan. This informa�on will shape alterna�ves early to avoid, minimize, or mi�gate dispropor�onate impacts on EJ popula�ons and sensi�ve environmental features. This will include: •A preliminary environmental scan of the study area to iden�fy constraints and resources such as wetlands, protected species habitat, historic resources, coastal and flood zones, and recrea�onal facili�es. •A demographic analysis to iden�fy key popula�on groups - such as low-income individuals, communi�es of color, people with limited English proficiency, and persons with disability - while considering how income, age, vehicle access, trip length, parking availability, and walking distance affect their travel into study area. Task 2.7: Public Perception Based on the strategies developed and approved by the CLIENT as part of the Communica�ons and Engagement Plan, the CONSULTANT TEAM will provide materials for in-person public involvement mee�ngs to support broad, inclusive engagement with the public stakeholders. These mee�ngs or events will be lead by City of Clearwater staff. These efforts will include, but are not limited to: In-person mee�ngs: •Pop-up outreach events at key loca�ons (e.g., Clearwater Beach, Sand Key, Marina area) during weekends and peak tourist periods •Resident and stakeholder public mee�ngs, to include but not limited to Amplify Clearwater (Chamber of Commerce), the Clearwater Marina, and homeowner and condo associa�ons. Exhibit A-4 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 •Focus groups with underserved popula�ons, including workers who commute from the mainland, residents with limited mobility, and the Spanish-speaking community, in partnership with local organiza�ons and employers Digital mee�ngs and materials: •Digital and print surveys, available in English and Spanish, accessible via QR codes distributed through City mailings, online pla�orms, and in-person events. •An interac�ve website and social media integra�on, where stakeholders can view project updates, review poten�al alterna�ves, and submit feedback any�me. Mee�ngs: •Coordina�on mee�ng with the CLIENT to present the Needs and Deficiencies Report findings •Public Involvement mee�ngs as defined in the Communica�ons and Engagement Plan Deliverables: •Needs and Deficiencies Report •Public Involvement materials and deliverables (websites, surveys, social media, etc.) as defined in the Communica�on and Engagement Plan Exhibit A-5 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 3: Alterna�ves Development An inventory of poten�al improvement alterna�ves will be developed based on the analysis conducted in Task 2. This inventory will include es�mated present-year and es�mated build-year costs. This set of alterna�ves will include, but is not limited to: •Dedicated turn lane from NB Coronado to EB SR-60 •SR-60 flyover op�on (exit ramp from WB SR-60 to marina parking garage) for proposed Beach Marina Garage. •Elevated pedestrian walkways that would provide expansion of SR-60 EB inflows/ou�lows at the Roundabout, and provide safer pedestrian movements crossing SR-60, and Coronado Drive •The installa�on of traffic lights to control inflows into the Roundabout from SR 60, Mandalay Avenue, and Coronado Drive during peak traffic condi�ons and impact on LOS •Implementa�on of one-way traffic on Coronado Drive and S Gulfview Boulevard •Closure of S. Gulfview Boulevard with shi�ed traffic to Coronado Drive •Removal of the crosswalk at Eastshore Drive and SR-60 •Smart parking wayfinding to direct visitors to available lots •The incorpora�on of solu�ons to alleviate delivery truck impacts on through traffic Each alterna�ve will be documented with a conceptual-level descrip�on and graphic(s) where appropriate. The CONSULTANT TEAM will structure alterna�ves to enable compara�ve evalua�on through the screening process and allow refinement over �me. All alterna�ves will be directly �ed to the issues iden�fied in the Needs and Deficiencies Report and must demonstrate alignment with the approved Vision, Goals, and Objec�ves. The process will remain flexible to allow addi�onal or revised alterna�ves to be introduced later in the screening process should new insights or opportuni�es emerge. Mee�ngs: •Internal brainstorming sessions with the CLIENT to develop preliminary alterna�ves •Coordina�on mee�ngs with the CLIENT to review preliminary alterna�ves •Public Involvement mee�ng to present and discuss the preliminary alterna�ves (as iden�fied in the Communica�ons and Engagement Plan) Deliverables: •Preliminary list of Alterna�ves Summary with descrip�ons and conceptual graphics •Documenta�on of brainstorming sessions with the CLIENT Exhibit A-6 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 4: Screening Framework Setup The CONSULTANT TEAM will prepare for the screening and evalua�on of the alterna�ves iden�fied in Task 3 by organizing the full list of conceptual alterna�ves, confirming available data, and developing the tools and templates necessary to carry out the evalua�on. This will include developing a user-friendly evalua�on matrix and iden�fying which measures of effec�veness are applicable at each screening level, based on the approved methodology developed under Task 1. The CONSULTANT TEAM will document the assump�ons used for alterna�ve screening and ensure that each alterna�ve is consistently formated and described to facilitate side-by-side comparison. All scoring, ranking, or elimina�on criteria will align with the screening thresholds outlined in the approved methodology. Mee�ngs: •Coordina�on mee�ng with the CLIENT to review the screening matrix structure and confirm data requirements Deliverables: •Screening framework and evalua�on matrix template Exhibit A-7 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 5: First Level Screening The CONSULTANT TEAM will conduct a high-level, qualita�ve screening of the full alterna�ves developed in Task 3. This ini�al screening step will iden�fy which alterna�ves are fundamentally aligned with the Vision, Goals, and Objec�ves and should be advanced for further analysis, and which alterna�ves should be set aside based on clear and iden�fiable constraints. The evalua�on at this stage will focus on broad conceptual fit and planning-level feasibility. This includes considera�ons such as general consistency with corridor needs, technical plausibility, an�cipated scale of impact, and sensi�vity to land use or environmental context. No quan�ta�ve scoring or modeling will be conducted at this level. Alterna�ves will be grouped into three categories: •Advance to Level 2 Screening •Advance with Modifica�ons •Do Not Advance (Eliminated due to fatal flaw or misalignment with Vision, Goals, and Objec�ves) The CONSULTANT TEAM will document the ra�onale for each determina�on using professional judgment and planning exper�se, supported by input from the CLIENT. Flexibility will be maintained to revisit eliminated alterna�ves if new informa�on emerges during later phases. Mee�ngs: •Coordina�on mee�ng with the CLIENT to review qualita�ve screening results and confirm next steps Deliverables: •First Level Screening Report, including screening summary table, ra�onale for advancement or elimina�on, and notes on poten�al refinements Exhibit A-8 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 6: Second Level Screening The CONSULTANT TEAM will conduct a compara�ve analysis of the alterna�ves advanced from Task 5. The focus of this screening phase is to assess the rela�ve merits and trade-offs of each alterna�ve using consistent criteria, and to iden�fy those concepts that offer the greatest poten�al for benefit with the least adverse impact. Advanced Alterna�ves will be refined as needed to clarify assump�ons, align with the evalua�on methodology, and allow for side-by-side comparisons. The evalua�on will use both qualita�ve and semi-quan�ta�ve measures, such as es�mated mobility benefit, safety poten�al, constructability, community compa�bility, environmental sensi�vity, and cost magnitude. At this stage, screening will remain conceptual, but will rely on available data, planning-level assump�ons, and subject mater exper�se. The CONSULTANT TEAM will use a structured matrix to organize findings and help iden�fy: •Alterna�ves with strong performance across mul�ple criteria •Redundant alterna�ves (those offering similar benefits at higher cost or impact) •Alterna�ves with significant limita�ons that outweigh poten�al benefits Alterna�ves that show meaningful promise will be advanced for further refinement in the Third Level Screening. Those deemed redundant or less effec�ve will be documented and set aside with clear ra�onale. Mee�ngs: •Coordina�on mee�ng with the CLIENT to review Second Level screening results. Deliverables: •Second Level Screening Report, including comparison matrix, performance summaries, and recommenda�ons for advancement or dismissals. Exhibit A-9 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 7: Third Level Screening The CONSULTANT TEAM will conduct a detailed evalua�on of the highest-performing alterna�ves from Task 6 to determine a recommended range of improvements to carry forward into environmental review and project development. This third and final level of screening will refine each alterna�ve with sufficient detail to evaluate its rela�ve merits, understand its poten�al impacts, and support public-facing recommenda�ons. This will include opera�onal analysis using HCS, Synchro, and PTV Vissim for quan�ta�ve comparisons with a No-Build scenario developed in Task 2. Each alterna�ve will be enhanced with concept-level planning including illustra�ve layouts. These concepts will help iden�fy likely right-of-way (ROW) needs, poten�al environmental or community impacts, constructability concerns, and planning-level cost es�mates, which will be developed using standard unit rates and project type assump�ons. The evalua�on will be guided by both qualita�ve insights and data-informed measures, such as: •General mobility and travel �me benefits (based on sketch-level or simula�on modeling, where applicable) •Safety improvement poten�al (based on crash history and expected geometric changes) •ROW or property impacts (iden�fied through concept layouts and base mapping) •Environmental sensi�vity (based on GIS overlays and planning data) •Implementa�on feasibility and sequencing •Mul�modal connec�vity •Planning-level cost and benefit comparison Alterna�ves will be compared using a refined version of the evalua�on matrix, and a final set of recommenda�ons will be iden�fied based on how well each alterna�ve addresses the Vision, Goals, and Objec�ves, public and agency priori�es, and overall feasibility. The CONSULTANT TEAM will categorize how the project alterna�ves can be classified based on short-term, medium-term, and long-term needs. Mee�ngs: •Coordina�on mee�ng with the CLIENT to review final screening results and dra� recommenda�ons. •Public Informa�on Mee�ng to present recommended alterna�ves and collect community input (as iden�fied in the Communica�ons and Engagement Plan) Deliverables: •Alterna�ves Analysis Report, including refined concepts, evalua�on results, planning-level cost es�mates, and recommended improvements •Conceptual layouts and typical sec�ons to support impact and cost evalua�ons •Public mee�ng materials (displays, handouts, presenta�on) and summary of public comments Exhibit A-10 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 8: Clearwater Beach South Transporta�on Ac�on Plan Development Three (3) groups of projects (scenarios) will be tested for opera�onal analysis based on the project alterna�ve needs: 1.Short-Term Improvement: Includes projects of immediate need or lower cost projects for faster implementa�on 2.Medium-Term Improvement: Includes short-term needs and medium-term improvements 3.Long-Term Improvement: Includes short-term and medium-term improvements and the ul�mate improvements of the study area The opera�ons of each project group will be summarized to indicate the net benefit of each stage of improvement on the community. This will include planning-level documenta�on, including opera�onal benefits, environmental impacts, safety improvements, cost es�mates, and conceptual typical sec�ons and renderings. These results will be summarized and provided to the CLIENT for review and comment in the form of the Clearwater Beach South Transportation Action Plan. Mee�ngs: •Coordina�on mee�ng with the CLIENT to present the Clearwater Beach South Transporta�on Ac�on Plan •Public Informa�on Mee�ng to present the Clearwater Beach South Transporta�on Ac�on Plan and collect community input •Presenta�on to the City Council to present the Clearwater Beach South Transporta�on Ac�on Plan and collect their input Deliverables: •Clearwater Beach Transporta�on Ac�on Plan •Comment response matrix and documenta�on of changes between dra� and final versions •Public mee�ng materials and comment summary Exhibit A-11 CITY OF CLEARWATER CLEARWATER BEACH SOUTH TRANSPORTATION ACTION PLAN DRAFT: JULY 2025 Task 9: Project Management and Administra�on The CONSULTANT TEAM will provide comprehensive project management services throughout the proposed 12- month study period to ensure effec�ve coordina�on, quality assurance, schedule adherence, and clear communica�on with the CLIENT and partner agencies. The CONSULTANT TEAM Project Manager (Artemis Consul�ng Collec�ve) will maintain regular contact with the CLIENT’s project manager, coordinate internal team ac�vi�es, and provide oversight of subconsultants and technical deliverables. Responsibili�es under this task will also include budget tracking, progress repor�ng, administra�ve documenta�on, and logis�cal support for study mee�ngs. Project management ac�vi�es will include: •Maintaining a detailed project schedule and work plan •Preparing bi-weekly progress updates for coordina�on •Hos�ng internal coordina�on mee�ngs with subconsultants and technical staff •Preparing mee�ng agendas and documen�ng ac�on items •Providing status reports and invoice packages at agreed-upon intervals •Tracking deliverables and task comple�on across the full project team •Suppor�ng logis�cal planning for major mee�ngs (City Council, public, technical) The CONSULTANT TEAM Project Manager will work closely with the CLIENT to ensure alignment on expecta�ons and key milestones. The proposed 12-month schedule is intended as a planning es�mate and may be adjusted in consulta�on with CLIENT as the study progresses. If delays or scope changes arise, the CONSULTANT TEAM Project Manager will work with the CLIENT to update the schedule and revise priori�es to maintain progress and accountability. Mee�ngs: •Kick-off mee�ng with Forward Pinellas, City of Clearwater, PSTA, and Pinellas County •Kick-off mee�ng with Presenta�on to City Council •Bi-weekly progress mee�ngs with CLIENT to review schedule, deliverables, and coordina�on items •Internal team mee�ngs (monthly or as needed) for coordina�on across technical disciplines •Administra�ve check-ins or ad hoc coordina�on mee�ngs (e.g., invoice review, document submitals) as needed Deliverables: •Ini�al project schedule with updates as needed •Bi-weekly progress updates and ac�on items •Monthly invoices and budget tracking reports •Administra�ve documenta�on, including mee�ng agendas and summaries Cost EstimateSenior SpecialistProject Manager Senior Professional Professional Senior TechnicianProject ProfessionalTask Description 360.58$ 240.00$ 216.35$ 122.58$ 137.04$ 135.00$ Total1 Technical Methodology and Communications and Engagement Plan Development525070001005%25%0%70%0%0%100%1,802.88$6,000.00$-$8,580.60$-$-$16,383.48$ 2 Analysis of Existing and No-Build Conditions34700592006965%10%0%85%0%0%100%12,259.62$16,800.00$-$72,567.36$-$-$101,626.98$ 3 Alternatives Development324503801312825%35%0%30%0%10%100%11,538.46$10,800.00$-$4,658.04$-$1,755.00$28,751.50$ 4Screening Framework Setup1220904365%60%0%25%0%10%100%360.58$5,280.00$-$1,103.22$-$540.00$7,283.80$ 5 First Level Screening3705804725%10%0%80%0%5%100%1,081.73$1,680.00$-$7,109.64$-$540.00$10,411.37$ 6 Second Level Screening7130102061285%10%0%80%0%5%100%2,524.04$3,120.00$-$12,503.16$-$810.00$18,957.20$ 7 Third Level Screening163402690173365%10%0%80%0%5%100%5,769.23$8,160.00$-$32,974.02$-$2,295.00$49,198.25$ 8 Clearwater Beach South Transportation Action Plan Development 12 24 0 204 0 0 2405% 10% 0% 85% 0% 0% 100%4,326.92$5,760.00$-$25,006.32$-$-$35,093.24$ 9 PROJECT MEETINGS81801320181765%10%0%75%0%10%100%2,884.62$4,320.00$-$16,180.56$-$2,430.00$25,815.18$ 10 QA/QC316701201212225%55%0%10%0%10%100%11,177.88$16,080.00$-$1,470.96$-$1,620.00$30,348.84$ 14932501486074203453,725.96$ 78,000.00$ -$ 182,153.88$ -$ 9,990.00$ 323,869.84$ City of Clearwater - Clearwater Beach South Transportation Action PlanStaff Hour Estimate - 5/19/2025Total HoursFee Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0497 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Atlantic Pipe Services (APS) of Sanford, FL for stormwater conveyance pipe and structure cleaning, inspection, lining and repair services in the not-to-exceed amount of $1,000,000.00, for an initial one-year term with option for two additional one-year terms on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563.(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater maintains approximately 157 miles of underground stormwater piping which is routinely inspected and reported as part of the City’s MS4 permit filing. These inspections have identified a significant number of pipe segments in need of cleaning, lining and/or repair. Clogged or failing pipes cannot carry the volume of stormwater they were intended to carry, leading to localized flooding, surface depressions (sink holes), washouts and soil erosion, pond silting and loss of storage capacity. Pipe lining is the preferred method of storm pipe repair. The contractor determines the suitability of lining each segment by video- inspecting the inside of the pipe. Lining is typically more cost-effective than pipe replacement as there is no need for excavation and restoration costs. Pipelining extends the service-life of the pipe, minimizes impacts to the public, and is faster than traditional significant point repairs or pipe replacement. The City currently contracts with Inliner Solutions, LLC for pipelining and repair services. While Inliner continues to address segments in need of repair, Inliner is unable to meet the current volume of demand. To help reduce the backlog and accelerate repairs, the Stormwater Division intends to onboard additional contractor(s) via numerous piggyback contracts. Public Works Department seeks approval to hire Atlantic Pipe Services (APS) under three piggyback contracts utilizing various line items in their existing agreements with the Village Center Redevelopment District, The Villages, FL, the City of Gainesville, FL, and Volusia County, FL. A cost comparison shows APS’s pricing is comparable or lower than the current Inliner contract. Authorization is requested to utilize the following contracts with APS through a piggyback arrangement for an initial one-year term, with the option to renew for two additional one-year periods. Should the original agency choose not to extend the contract, no further services will be requested under the piggyback agreement. ·Village Center Community Development District, RFP#24P-007 for Storm Pipe Inspections, Cleaning & Repairs - for cleaning, inspecting, lining, hauling and disposal, root cutting, spin casting and injection grouting; valid through September 30, 2026, with option to renew for one (1) two-year period. ·City of Gainesville, Gainesville Regional Utilities, Contract #2024-083-A, Sanitary Sewer Line & Manhole Rehabilitation Services - for cleaning, inspecting, grouting, lining, hauling and disposal and root cutting; valid through October 1, 2027 with two (2) 1-year extensions. ·Volusia County, Master Agreement #780-12503-2, Coatings for Wet Well and Manholes - for structure Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0497 repairs, manhole and wetwell lining and injection grouting; valid through August 11, 2026. These are unit price contracts, not to exceed a combined total of $1,000,000.00 annually, with an anticipated start date of September 2025. This proposed addition of contractor support will enable the City to transition from a reactive maintenance model to a proactive annual maintenance program, completing regular cleaning, inspection, rehabilitation and repair of Clearwater’s stormwater infrastructure. Public Works will ensure the best option is selected for the requested services. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $1,000,000.00 Funding for this contract is available in Capital Improvement Project ENST180001, Storm System Improvements, to fund this purchase order of $1,000,000.00. The project is funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 1/14/2026 May 31st, 2025 RE: SANITARY SEWER CO-OPERATIVE PURCHASE AGREEMENT AUTHORIZATION LETTER FOR STORMWATER MAINTENANCE SERVICES. To whom it may concern, ATLANTIC PIPE SERVICES will allow The City of Clearwater to utilize the APS/Gainesville contract #2024-083-A for cleaning, inspection & repairs services for the City’s Stormwater Maintenance Division. Mobilization Line Items A-1 thru A-8, Mainline Cleaning and Inspection Line Items B-1 thru B-20, Wastewater Hauling Operations under Bypass Services Line Items K-13 thru K-15 & Maintenance of Traffic (MOT) Services Line Items L-1 & L-2 shall apply to Stormwater projects & pipes at the same Unit of Measurement and Unit Pricing per said contract. Any combination of these line items may be used for Barnacle removal & related services. Martin A. Whitt Corporate – Public Business Development Underground Infrastructure Rehab Specialist AMPP Certified Coatings Inspector Cert. No. N-30975 NASSCO Certified PACP/LACP & MACP User Cert. #-U-1015-07001228 Cell - 321.398.6600 mwhitt@atlanticpipe.us Bid Opening - 12/20/23 Section A: BID ITEMS - UNDERDRAIN UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization LS 1 -$ -$ 55,001.74$ 55,001.74$ 2 Maintenance of Traffic LS 1 -$ -$ 6,111.30$ 6,111.30$ 3 Sediment & Erosion Control LS 1 -$ -$ 6,111.30$ 6,111.30$ 4 Portable Project Sign EA 2 -$ -$ 1,222.26$ 2,444.52$ 5 Root Pruning LF 500 -$ -$ 14.67$ 7,335.00$ 6 Tree Barricades LF 500 -$ -$ 6.11$ 3,055.00$ 7 Unsuitable Material (Haul Offsite) CY 200 -$ -$ 26.89$ 5,378.00$ 8 Import Clean Fill CY 200 -$ -$ 42.78$ 8,556.00$ 9 Remove & Replace Ex 4” Concrete S/W SF 2470 -$ -$ 14.67$ 36,234.90$ 10 Remove & Replace ADA Ramp w/Mat EA 3 -$ -$ 1,833.40$ 5,500.20$ 11 Remove & Replace Ex 6” Conc. Driveway SF 2100 -$ -$ 18.33$ 38,493.00$ 12 R & R Ex 1-1/2” Asphalt Driveway SY 260 -$ -$ 67.22$ 17,477.20$ 13 10" Thick Crushed Concrete Road Base SY 280 -$ -$ 42.78$ 11,978.40$ 14 Core Existing Storm Inlet EA 24 -$ -$ 1,588.94$ 38,134.56$ 15 Pinellas County UD Insp. Box, Type 1 EA 2 -$ -$ 4,277.92$ 8,555.84$ 16 6" Underdrain (SDR35, Contech A2000) LF 4300 -$ -$ 91.66$ 394,138.00$ 17 6" Cleanout EA 24 -$ -$ 916.69$ 22,000.56$ 18 6” Cleanout (Inline Double Sweep) EA 2 -$ -$ 1,344.49$ 2,688.98$ 19 6" Solid UD Pipe LF 200 -$ -$ 40.33$ 8,066.00$ 20 Type I Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 21 Modified Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 22 Valley Gutter Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 23 Sod Replacement (Bahia) SF 12000 -$ -$ 1.83$ 21,960.00$ 24 Sod Replacement (St. Augustine) SF 12000 -$ -$ 2.44$ 29,280.00$ 25 Grout Fill Existing Pipe CY 20 -$ -$ 580.57$ 11,611.40$ City of Clearwater 2024 Annual Stormwater Maintenance (23-0036-EN) INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 Grand Total Section A -$ -$ 756,611.90$ Section B: BID ITEMS - Pipe Cleaning UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Project Sign LS 1 800.00$ 800.00$ -$ 1,833.40$ 1,833.40$ 2 Easement Set-up EA 10 1,500.00$ 15,000.00$ -$ 305.57$ 3,055.70$ 3 Root Cutting LF 500 14.00$ 7,000.00$ -$ 6.11$ 3,055.00$ 4 Cleaning Video Recording LF 20000 2.00$ 40,000.00$ -$ 1.22$ 24,400.00$ 5 Headwall/Upstream Structure Restoration (Grout/Seal) CY 5 2,208.00$ 11,040.00$ -$ 1,222.26$ 6,111.30$ 6 Outfall Concrete Restoration CY 50 2,208.00$ 110,400.00$ -$ 488.90$ 24,445.00$ 7 Clean and Paint Tideflex Valve EA 20 1,940.00$ 38,800.00$ -$ 886.14$ 17,722.80$ Light Cleaning (0-9% accumulated debris vs. pipe volume) 8 ≤12" Diameter Pipe LF 500 2.00$ 1,000.00$ -$ 2.44$ 1,220.00$ 9 15" Diameter Pipe LF 1000 2.00$ 2,000.00$ -$ 6.11$ 6,110.00$ 10 18" Diameter Pipe LF 1000 3.00$ 3,000.00$ -$ 7.33$ 7,330.00$ 11 24" Diameter Pipe LF 1000 3.00$ 3,000.00$ -$ 9.78$ 9,780.00$ 12 30" Diameter Pipe LF 1000 4.00$ 4,000.00$ -$ 12.22$ 12,220.00$ 13 36" Diameter Pipe LF 1000 5.00$ 5,000.00$ -$ 17.11$ 17,110.00$ 14 42" Diameter Pipe LF 1000 6.00$ 6,000.00$ -$ 18.33$ 18,330.00$ 15 48" Diameter Pipe LF 1000 9.00$ 9,000.00$ -$ 22.00$ 22,000.00$ 16 54" Diameter Pipe LF 1000 12.00$ 12,000.00$ -$ 26.89$ 26,890.00$ 17 60" Diameter Pipe LF 1000 18.00$ 18,000.00$ -$ 30.55$ 30,550.00$ Medium Cleaning (10-29% accumulated debris vs. pipe volume) 18 ≤12" Diameter Pipe LF 250 2.00$ 500.00$ -$ 4.89$ 1,222.50$ 19 15" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 7.33$ 3,665.00$ 20 18" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 8.56$ 4,280.00$ 21 24" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 11.00$ 5,500.00$ 22 30" Diameter Pipe LF 500 4.00$ 2,000.00$ -$ 14.67$ 7,335.00$ 23 36" Diameter Pipe LF 500 5.00$ 2,500.00$ -$ 19.55$ 9,775.00$ 24 42" Diameter Pipe LF 500 7.00$ 3,500.00$ -$ 20.78$ 10,390.00$ 25 48" Diameter Pipe LF 500 12.00$ 6,000.00$ -$ 26.89$ 13,445.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 26 54" Diameter Pipe LF 500 18.00$ 9,000.00$ -$ 31.78$ 15,890.00$ 27 60" Diameter Pipe LF 500 36.00$ 18,000.00$ -$ 39.11$ 19,555.00$ Heavy Cleaning (30% and greater accumulated debris vs. pipe volume) 28 ≤12" Diameter Pipe LF 200 3.00$ 600.00$ -$ 6.11$ 1,222.00$ 29 15" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 9.78$ 4,890.00$ 30 18" Diameter Pipe LF 500 4.00$ 2,000.00$ -$ 12.22$ 6,110.00$ 31 24" Diameter Pipe LF 750 4.00$ 3,000.00$ -$ 14.67$ 11,002.50$ 32 30" Diameter Pipe LF 500 5.00$ 2,500.00$ -$ 18.33$ 9,165.00$ 33 36" Diameter Pipe LF 750 5.00$ 3,750.00$ -$ 24.44$ 18,330.00$ 34 42" Diameter Pipe LF 500 9.00$ 4,500.00$ -$ 30.55$ 15,275.00$ 35 48" Diameter Pipe LF 750 18.00$ 13,500.00$ -$ 34.22$ 25,665.00$ 36 54" Diameter Pipe LF 500 36.00$ 18,000.00$ -$ 40.33$ 20,165.00$ 37 60" Diameter Pipe LF 500 72.00$ 36,000.00$ -$ 48.89$ 24,445.00$ Grand Total Section B 417,390.00$ -$ 459,490.20$ Section C: BID ITEMS - Pipe Lining UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Mobilization LS 1 1541 1,541.00$ -$ 81422.59 81,422.59$ 2 Maintenance of Traffic LS 1 1466 1,466.00$ -$ 84683.98 84,683.98$ 3 Sediment & Erosion Control LS 1 1569 1,569.00$ -$ 6111.3 6,111.30$ 4 Portable Project Sign EA 1 733 733.00$ -$ 1833.4 1,833.40$ Clean & Inspect 1 Light Cleaning – less than 15"LF 500 2.00$ 1,000.00$ -$ 4.89$ 2,445.00$ 2 Medium Cleaning - less than 15"LF 100 3.00$ 300.00$ -$ 5.50$ 550.00$ 3 Heavy Cleaning - less than 15"LF 100 3.00$ 300.00$ -$ 6.11$ 611.00$ 4 Light Cleaning - 15" thru 18"LF 1500 3.00$ 4,500.00$ -$ 7.33$ 10,995.00$ 5 Medium Cleaning - 15" thru 18"LF 100 3.00$ 300.00$ -$ 7.94$ 794.00$ 6 Heavy Cleaning - 15" thru18"LF 100 4.00$ 400.00$ -$ 9.78$ 978.00$ 7 Light Cleaning - 21" thru 42"LF 1500 5.00$ 7,500.00$ -$ 12.22$ 18,330.00$ 8 Medium Cleaning - 21" thru 42"LF 100 7.00$ 700.00$ -$ 18.33$ 1,833.00$ 9 Heavy Cleaning - 21" thru 42"LF 100 9.00$ 900.00$ -$ 24.44$ 2,444.00$ 10 Light Cleaning - 48" and larger LF 1200 12.00$ 14,400.00$ -$ 22.00$ 26,400.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 11 Medium Cleaning - 48" and larger LF 100 18.00$ 1,800.00$ -$ 30.55$ 3,055.00$ 12 Heavy Cleaning - 48" and larger LF 100 36.00$ 3,600.00$ -$ 42.78$ 4,278.00$ 13 Specialty Cleaning - Root Removal LF 100 14.00$ 1,400.00$ -$ 6.11$ 611.00$ 14 Specialty Cleaning - Barnacle Removal LF 100 72.00$ 7,200.00$ -$ 36.66$ 3,666.00$ 15 Video Cleaning LF 5000 2.00$ 10,000.00$ -$ 1.22$ 6,100.00$ 16 Video RICIPP Installation LF 5000 2.00$ 10,000.00$ -$ 1.22$ 6,100.00$ Furnish and Install RICIPP Lining 17 Furnish and Install 12" RICIPP Lining (less than 100 LF) (7.5mm) LF 75 98.00$ 7,350.00$ -$ 109.23$ 8,192.25$ 18 Furnish and Install 12" RICIPP Lining (100 LF to 400 LF) (7.5mm) LF 500 50.00$ 25,000.00$ -$ 88.87$ 44,435.00$ 19 12-inch RICIPP Thickness Variance 1.5 mm LF 100 2.00$ 200.00$ -$ 3.67$ 367.00$ 20 Furnish and Install 15" RICIPP Lining (less than 100 LF) (7.5mm) LF 75 106.00$ 7,950.00$ -$ 119.35$ 8,951.25$ 21 Furnish and Install 15" RICIPP Lining (100 LF to 400 LF) (7.5mm) LF 500 58.00$ 29,000.00$ -$ 98.07$ 49,035.00$ 22 15-inch RICIPP Thickness Variance 1.5 mm LF 100 3.00$ 300.00$ -$ 4.89$ 489.00$ 23 Furnish and Install 18" RICIPP Lining (less than 100 LF) (9mm) LF 75 123.00$ 9,225.00$ -$ 141.44$ 10,608.00$ 24 Furnish and Install 18" RICIPP Lining (100 LF to 400 LF) (9mm) LF 500 71.00$ 35,500.00$ -$ 118.06$ 59,030.00$ 25 18-inch RICIPP Thickness Variance 1.5 mm LF 100 4.00$ 400.00$ -$ 5.50$ 550.00$ 26 Furnish and Install 21" RICIPP Lining (less than 100 LF) (10.5mm) LF 75 147.00$ 11,025.00$ -$ 162.97$ 12,222.75$ 27 Furnish and Install 21" RICIPP Lining (100 LF to 400 LF) (10.5mm) LF 500 93.00$ 46,500.00$ -$ 138.63$ 69,315.00$ 28 21-inch RICIPP Thickness Variance 1.5 mm LF 100 5.00$ 500.00$ -$ 6.11$ 611.00$ 29 Furnish and Install 24" RICIPP Lining (less than 100 LF) (10.5mm) LF 75 154.00$ 11,550.00$ -$ 241.32$ 18,099.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 30 Furnish and Install 24" RICIPP Lining (100 LF to 400 LF) (10.5mm) LF 500 101.00$ 50,500.00$ -$ 199.44$ 99,720.00$ 31 24-inch RICIPP Thickness Variance 1.5 mm LF 100 6.00$ 600.00$ -$ 6.72$ 672.00$ 32 Furnish and Install 30" RICIPP Lining (less than 100 LF) (12mm) LF 75 185.00$ 13,875.00$ -$ 274.23$ 20,567.25$ 33 Furnish and Install 30" RICIPP Lining (100 LF to 400 LF) (12mm) LF 500 129.00$ 64,500.00$ -$ 231.00$ 115,500.00$ 34 30-inch RICIPP Thickness Variance 1.5 mm LF 100 6.00$ 600.00$ -$ 7.33$ 733.00$ 35 Furnish and Install 36" RICIPP Lining (less than 100 LF) (15mm) LF 75 235.00$ 17,625.00$ -$ 337.41$ 25,305.75$ 36 Furnish and Install 36" RICIPP Lining (100 LF to 400 LF) (15mm) LF 500 175.00$ 87,500.00$ -$ 289.60$ 144,800.00$ 37 36-inch RICIPP Thickness Variance 1.5 mm LF 100 7.00$ 700.00$ -$ 8.56$ 856.00$ 38 Furnish and Install 42" RICIPP Lining (less than 100 LF) (16.5mm) LF 75 286.00$ 21,450.00$ -$ 388.90$ 29,167.50$ 39 Furnish and Install 42" RICIPP Lining (100 LF to 400 LF) (16.5mm) LF 500 218.00$ 109,000.00$ -$ 338.55$ 169,275.00$ 40 42-inch RICIPP Thickness Variance 1.5 mm LF 100 10.00$ 1,000.00$ -$ 9.78$ 978.00$ 41 Furnish and Install 48" RICIPP Lining (less than 100 LF) (19.5mm) LF 75 361.00$ 27,075.00$ -$ 461.00$ 34,575.00$ 42 Furnish and Install 48" RICIPP Lining (100 LF to 400 LF) (19.5mm) LF 400 290.00$ 116,000.00$ -$ 407.65$ 163,060.00$ 43 Furnish and Install 48" RICIPP Lining (greater than 400 LF) (19.5mm) LF 500 268.00$ 134,000.00$ -$ 279.60$ 139,800.00$ 44 48-inch RICIPP Thickness Variance 1.5 mm LF 100 12.00$ 1,200.00$ -$ 12.22$ 1,222.00$ 45 Chemical Grout Crack/Leak Seal LF 100 400.00$ 40,000.00$ -$ 22.00$ 2,200.00$ 46 Furnish and Install 60" RICIPP Lining (less than 100 LF) (28.5mm) LF 100 554.00$ 55,400.00$ -$ 816.76$ 81,676.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 47 Furnish and Install 60" RICIPP Lining (100 LF to 400 LF) (28.5mm) LF 100 531.00$ 53,100.00$ -$ 630.69$ 63,069.00$ 48 60-inch RICIPP Thickness Variance 1.5 mm LF 100 16.00$ 1,600.00$ -$ 15.28$ 1,528.00$ 49 Setup Fee for Installing RICIPP in Easements EA 5 3,000.00$ 15,000.00$ -$ 4,277.92$ 21,389.60$ Grand Total Section C 1,064,834.00$ -$ 1,661,240.62$ Section D: BID ITEMS - Barnacle Removal UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Project Sign LS 1 733.00$ 733.00$ -$ -$ 2 Easement Set-up EA 10 1,500.00$ 15,000.00$ -$ -$ 3 Root Cutting LF 500 14.00$ 7,000.00$ -$ -$ 4 Cleaning Video Recording LF 5000 2.00$ 10,000.00$ -$ -$ 5 Headwall/Upstream Structure Restoration (Grout/Seal) CY 5 2,208.00$ 11,040.00$ -$ -$ 6 Outfall Concrete Restoration CY 50 2,208.00$ 110,400.00$ -$ -$ 7 Clean and Paint Tideflex Valve EA 20 1,940.00$ 38,800.00$ -$ -$ 8 Mobilization LS 1 900.00$ 900.00$ -$ -$ 9 Maintenance of Traffic LS 1 1,500.00$ 1,500.00$ -$ -$ Barnacle Removal 10 Barnacle Removal Pipe Diamemter 0"-24"LF 1000 101 101,000.00$ 150 150,000.00$ -$ 11 Barnacle Removal Pipe Diamemter 25"-36"LF 1000 112 112,000.00$ 175 175,000.00$ -$ 12 Barnacle Removal Pipe Diamemter 37"-48"LF 1000 126 126,000.00$ 200 200,000.00$ -$ 13 Barnacle Removal Pipe Diamemter 49"-60"LF 1000 144 144,000.00$ 225 225,000.00$ -$ Grand Total Section D 678,373.00$ 750,000.00$ -$ incomplete bid, did not complete items 1-9 Master Agreement NO.780 12439 - 4 TERM:2022-08-02 to 2025-08-02 Page 1 of 4 Date Issued: 03/12/2024 Vendor contact: Name:Ryan Clayton Phone:407-792-1360 Ext.: E-mail:info@atlanticpipe.us County contact: Name:ALAN FERGUSON Phone:386-822-6465 Ext.: E-mail:AFerguson@volusia.org Bill To: County of Volusia UTILITIES OPERATION 3151 E New York Ave., 2nd Floor DELAND, FL 32724 Vendor Name:Vendor No.VS8930 Atlantic Pipe Services LLC 3918 MOORES STATION RD SANFORD, FL 32773 Ship To: UTILITIES OPERATION ""PROJECT SITE"" VOLUSIA COUNTY, FL 32724 Solicitation Number:22-B-112LS Award Date:2022-08-02 Award Authorization:COUNCIL Purchasing Analyst: LISA SMITH Phone:386-822-5788 Ext:15788 E-mail:mlsmith@volusia.org Payment Terms:Net 45 Days, FOB Dest, Freight allowed Document Description: Sewer Main Jet/Vac Cleaning & Sewer Line Video Inspection Line Item Commodity Code Unit Description Unit Price or Contract Amount 1 91381 HOUR Cleaning of 6-12 inch sewer mains 300.000000 2 91381 HOUR Vacuum Clean 4'-12' diameter manholes/lift station wet wells 300.000000 3 91381 HOUR CCTV Inspection of 6-12 inch Sewer Mains 215.000000 4 91381 HOUR Pressure Grouting 325.000000 5 91381 GAL Grout Material 30.000000 6 91381 EA Sectional CIPP Liner **See price sheet for cost of sizes** 0.000000 7 91381 HOUR Cleaning and CCTV Inspection of 6-12 inch sewer mains 515.000000 8 91381 HOUR Additional Laborer -as needed with County approval 1.000000 A delivery order is required for the release of items / services from the referenced Master Agreement. If a solicitation number is referenced then the terms and conditions of said solicitation become part of the Master Agreement. Deviation from prices stated is not permitted without a signed corrected Change Order. If vendor terms and conditions conflict with County of Volusia Terms and Conditions, the County's Terms and Conditions prevail. See reverse side for terms and conditions. Purchase Order (PO) or Master Agreement (MA) Terms and Conditions Providing any good or service constitutes acceptance of this entire PO or MA without exception. In the event this document is issued based on a solicitation or quote, the terms and conditions of the solicitation or quote prevail. Acceptance. Products/Services purchased as result of this PO or MA may be tested for compliance with specifications. Items delivered not in conformance with the specifications may be rejected and returned at the Provider's expense. Those items and items not delivered by the delivery date specified in the accepted offer and/or PO or MA may be purchased on the open market. Cancellation of Order. A request by either party to the PO to cancel the order at no cost. Delivery. Title and risk of loss shall pass when items have been received, inspected, and accepted by County of Volusia ("County"). All associated shipping, insurance, and other related costs shall be borne by Provider. Discontinued. Provider shall give County 30 (thirty) days advance notice of a discontinued item(s) so that County can purchase additional quantities of discontinued item(s). County must give written approval of replacement(s) if they exceed previous price or fail to meet quality, form, fit, or function of the discontinued item. Time is of the essence regarding Performance of Services and this PO or MA can be terminated by the County for convenience, non-appropriation of funds, or non-performance. Disputes. If such dispute arises under this PO or MA and is not resolved informally by the parties within five (5) business days, the party bringing a claim ("Disputing Party") shall deliver to the first level representative of the other party a written statement ("Dispute Notice") describing the dispute. If the respective representatives cannot resolve the dispute within ten (10) days, the dispute shall be escalated through two higher levels of management. If the dispute has not been resolved within 25 (twenty- five) calendar days after delivery of the Disputing Party's notice, either party may give written notice to the other party declaring the resolution process terminated and pursue other legal recourse or initiate formal non-binding mediation before a single mediator, which shall be completed within 30 (thirty) days of initiation, in accordance with rules of practice and procedure adopted by the Supreme Court of Florida for court-ordered mediation, Rule 1.700, et seq., of the Florida Rules of Civil Procedure, and Chapter 44, Florida Statutes. If the dispute remains unresolved after conducting such mediation, then either party may proceed to finalize such termination remedies and commence litigation in a court of competent jurisdiction. E-Verify. By providing any good or service to the County or accepting payment for same, Provider warrants and certifies it has registered with and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees. Provider is subject to and agrees to abide by Sections 446.09 and 446.095, Fla. Stat. Provider shall not enter into a contract with a subcontractor without prior approval from the County; Provider will be required to comply with the provisions of Section 446.095, Fla. Stat. Compliance with FEMA 2 CFR 200.318-326 and Appendix II Contract Provisions. This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency and Contractors shall be prepared to comply with the requirements of the FEMA Super Circular CFR 200.318-326 and Appendix II Contract Provisions as amended. These documents can be found on the Internet at: https://www.gpo.gov/fdsys/granule/CFR-2014-title2-vol1/CFR-2014-title2-vol1-sec200-318 Governing Law/Jurisdiction/Venue. This PO or MA shall be governed by the laws of the State of Florida and venue for any litigation arising from this PO or MA shall be in the County of Volusia, Florida, and any trial shall be non-jury. Provider shall comply with all applicable laws and regulations. Insurance. For goods and services delivered or performed by Provider on County premises, Provider certifies it maintains comprehensive general liability insurance and auto insurance in the amounts identified in the solicitation and/or contract and any amendments thereto pertaining to this PO or MA, or from an A.M. Best "A -" or better rated insurance firm authorized by the State of Florida Insurance Commissioner. The County reserves the right to require the "County of Volusia" be named as additional insured for projects when deemed necessary. For services performed off County premises and goods delivered by third party carriers, the Provider shall use such carriers that maintain such insurance coverage as set forth above. Intellectual Property. Provider agrees to protect, defend, indemnify, and save the County, its agents, officials, including elected officials, and employees of the County harmless from and against any and all claims, demands, actions, and causes of action which may arise asserting that a copyright, trademark, trade secret, or patent ("Intellectual Property"), as provided under this PO or MA, infringes or misappropriates any third party's Intellectual Property. If Provider must pay a third party any license, royalty, or other such usage fee in order to deliver the item(s) under this PO or MA, such third party and usage fee must be specified in the Provider's offer to sell to the County. Indemnification. The Contractor shall indemnify, defend and hold harmless the County and its employees, officers, elected and appointed officials, agents, attorneys, representatives, volunteers, divisions, departments, districts, authorities, and associated entities from and against all claims, damages, losses, and expenses, including, but not limited to attorney's fees, arising out of or resulting from the performance of this Agreement to the extent that any such claim, damage, loss and expense is caused by any negligent act or omission of the Contractor, anyone directly or indirectly employed by Contractor. Modification & Assignment. County may unilaterally change, at no additional cost, the quantity and receiving point within the County for items not yet shipped. All other items must be mutually agreed upon in writing. County is not required to pay for defective items, back-orders, late deliveries, those quantities exceeding the PO or MA quantity, or items shipped at a higher price than stated on the PO or MA. Neither this PO or MA nor any interest herein shall be assigned, transferred, or encumbered by Provider except as authorized in writing by the County. Notices. All notices given by one party to the other party under this PO or MA shall be delivered to the receiving party's address set forth on this PO either by hand, qualified courier, or e-mail and shall be deemed received the day after it is transmitted. For the County, it shall be addressed to the Purchasing and Contracts Department, 123 West Indiana Avenue, 3rd Floor, DeLand, Florida, 32720 or purchasing@volusia.org. No Waiver. Except as expressly set forth herein, no failure or delay on the part of County in exercising any right, power, or remedy hereunder shall operate as or be deemed a waiver thereof, nor shall any single or partial exercise of any right, power, or remedy preclude any other or further exercise thereof, or the exercise of any other right, power, or remedy. Order of Precedence. In the event of conflict between this PO or a Master Agreement (MA), the originating Volusia County contract and amendments thereto shall be controlling. This control shall pertain to all specifications and scopes of work included in the originating Volusia County contract and any amendments thereto. Payment. Except for construction services, which shall be paid pursuant to the Florida Prompt Payment Act, County shall pay Provider within 45 (forty-five) days after receipt of an accurate and undisputed invoice, unless the County accepts a prompt payment discount from Provider and the goods or services are not defective. Invoice, packing slip, delivery receipt, order acknowledgement, and correspondence shall clearly indicate the PO or MA number. Any additional or different terms and conditions on Provider's documents shall be considered null and void. The County may deduct amounts it is due from Provider's payment or not pay disputed invoices until such dispute is resolved. Nothing in this PO or MA shall create any obligation on the part of the County to pay directly to any subcontractor of Provider any monies due to such subcontractor or claims of such subcontractor for amounts owed by Provider to subcontractor for goods or services provided under this PO or MA. Sovereign Immunity. The County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any section of the Agreement, Master Agreement, and/ or this Purchase Order to the contrary, nothing in any such documents shall be deemed as a waiver of immunity or the limitations of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Florida Legislature, and the cap on the amount and liability of the County for damages regardless of the number or nature of claims in tort, equity, or contract shall not exceed the dollar amount set by the legislature for tort. Nothing in the Agreement, Master Agreement, or this Purchase Order shall inure to the benefit of any third party for the purpose of allowing any claim against the County, which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. Taxes. County is exempt from Manufacturers' Federal Excise Tax (Exemption# 49-6000-885) and Florida sales tax (Exemption# 85-8012622393C-9). Certificates are available at www.volusia.org/purchasing. After accessing the foregoing website, select, "Doing Business with Volusia County" and "Consumer Certificate of Tax Exemption" from the available menu screens to see a copy of the certificates. Termination for Convenience. The County may cancel the PO or MA in whole or part when it is in the best interest of the County with thirty (30) days notice. UCC. In addition to any rights or remedies contained in this P.O., each party shall have rights, duties, and remedies available through the Uniform Commercial Code (UCC). Warranty. Provider warrants that all Work or Services performed under this PO or MA shall be performed in a good and competent workmanlike manner to the satisfaction of the County, and materials shall be of good quality (unless otherwise stated on PO or MA), and free from defects and pursuant to specifications and requirements of the contract related to this PO or MA. Volusia County Purchasing & Contracts Division (Rev 07-01-2023) Master Agreement NO.780 12439 - 4 TERM:2022-08-02 to 2025-08-02 Page 3 of 4 Date Issued: 03/12/2024 Line Item Commodity Code Unit Description Unit Price or Contract Amount 9 91381 HOUR VAC Truck Hourly Rate - Root Service only 4 hour minimum per callout * See price sheet attached* 300.000000 10 91381 EA Root Treatment: 1-10 lines (per callout) *Additional fee for VAC truck will apply* See price sheet attached* 700.000000 11 91381 EA Root Treatment: 10+ lines (per callout) *Additional fee for VAC truck will apply* See price sheet attached* 500.000000 Pam Wilsky, CPPO, CPPB Purchasing & Contracts Director County of Volusia Sales Tax Exemption Number 85-8012622393C-9 Remainder of page is blank A delivery order is required for the release of items / services from the referenced Master Agreement. If a solicitation number is referenced then the terms and conditions of said solicitation become part of the Master Agreement. Deviation from prices stated is not permitted without a signed corrected Change Order. If vendor terms and conditions conflict with County of Volusia Terms and Conditions, the County's Terms and Conditions prevail. See reverse side for terms and conditions. Purchase Order (PO) or Master Agreement (MA) Terms and Conditions Providing any good or service constitutes acceptance of this entire PO or MA without exception. In the event this document is issued based on a solicitation or quote, the terms and conditions of the solicitation or quote prevail. Acceptance. Products/Services purchased as result of this PO or MA may be tested for compliance with specifications. Items delivered not in conformance with the specifications may be rejected and returned at the Provider's expense. Those items and items not delivered by the delivery date specified in the accepted offer and/or PO or MA may be purchased on the open market. Cancellation of Order. A request by either party to the PO to cancel the order at no cost. Delivery. Title and risk of loss shall pass when items have been received, inspected, and accepted by County of Volusia ("County"). All associated shipping, insurance, and other related costs shall be borne by Provider. Discontinued. Provider shall give County 30 (thirty) days advance notice of a discontinued item(s) so that County can purchase additional quantities of discontinued item(s). County must give written approval of replacement(s) if they exceed previous price or fail to meet quality, form, fit, or function of the discontinued item. Time is of the essence regarding Performance of Services and this PO or MA can be terminated by the County for convenience, non-appropriation of funds, or non-performance. Disputes. If such dispute arises under this PO or MA and is not resolved informally by the parties within five (5) business days, the party bringing a claim ("Disputing Party") shall deliver to the first level representative of the other party a written statement ("Dispute Notice") describing the dispute. If the respective representatives cannot resolve the dispute within ten (10) days, the dispute shall be escalated through two higher levels of management. If the dispute has not been resolved within 25 (twenty- five) calendar days after delivery of the Disputing Party's notice, either party may give written notice to the other party declaring the resolution process terminated and pursue other legal recourse or initiate formal non-binding mediation before a single mediator, which shall be completed within 30 (thirty) days of initiation, in accordance with rules of practice and procedure adopted by the Supreme Court of Florida for court-ordered mediation, Rule 1.700, et seq., of the Florida Rules of Civil Procedure, and Chapter 44, Florida Statutes. If the dispute remains unresolved after conducting such mediation, then either party may proceed to finalize such termination remedies and commence litigation in a court of competent jurisdiction. E-Verify. By providing any good or service to the County or accepting payment for same, Provider warrants and certifies it has registered with and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees. Provider is subject to and agrees to abide by Sections 446.09 and 446.095, Fla. Stat. Provider shall not enter into a contract with a subcontractor without prior approval from the County; Provider will be required to comply with the provisions of Section 446.095, Fla. Stat. Compliance with FEMA 2 CFR 200.318-326 and Appendix II Contract Provisions. This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency and Contractors shall be prepared to comply with the requirements of the FEMA Super Circular CFR 200.318-326 and Appendix II Contract Provisions as amended. These documents can be found on the Internet at: https://www.gpo.gov/fdsys/granule/CFR-2014-title2-vol1/CFR-2014-title2-vol1-sec200-318 Governing Law/Jurisdiction/Venue. This PO or MA shall be governed by the laws of the State of Florida and venue for any litigation arising from this PO or MA shall be in the County of Volusia, Florida, and any trial shall be non-jury. Provider shall comply with all applicable laws and regulations. Insurance. For goods and services delivered or performed by Provider on County premises, Provider certifies it maintains comprehensive general liability insurance and auto insurance in the amounts identified in the solicitation and/or contract and any amendments thereto pertaining to this PO or MA, or from an A.M. Best "A -" or better rated insurance firm authorized by the State of Florida Insurance Commissioner. The County reserves the right to require the "County of Volusia" be named as additional insured for projects when deemed necessary. For services performed off County premises and goods delivered by third party carriers, the Provider shall use such carriers that maintain such insurance coverage as set forth above. Intellectual Property. Provider agrees to protect, defend, indemnify, and save the County, its agents, officials, including elected officials, and employees of the County harmless from and against any and all claims, demands, actions, and causes of action which may arise asserting that a copyright, trademark, trade secret, or patent ("Intellectual Property"), as provided under this PO or MA, infringes or misappropriates any third party's Intellectual Property. If Provider must pay a third party any license, royalty, or other such usage fee in order to deliver the item(s) under this PO or MA, such third party and usage fee must be specified in the Provider's offer to sell to the County. Indemnification. The Contractor shall indemnify, defend and hold harmless the County and its employees, officers, elected and appointed officials, agents, attorneys, representatives, volunteers, divisions, departments, districts, authorities, and associated entities from and against all claims, damages, losses, and expenses, including, but not limited to attorney's fees, arising out of or resulting from the performance of this Agreement to the extent that any such claim, damage, loss and expense is caused by any negligent act or omission of the Contractor, anyone directly or indirectly employed by Contractor. Modification & Assignment. County may unilaterally change, at no additional cost, the quantity and receiving point within the County for items not yet shipped. All other items must be mutually agreed upon in writing. County is not required to pay for defective items, back-orders, late deliveries, those quantities exceeding the PO or MA quantity, or items shipped at a higher price than stated on the PO or MA. Neither this PO or MA nor any interest herein shall be assigned, transferred, or encumbered by Provider except as authorized in writing by the County. Notices. All notices given by one party to the other party under this PO or MA shall be delivered to the receiving party's address set forth on this PO either by hand, qualified courier, or e-mail and shall be deemed received the day after it is transmitted. For the County, it shall be addressed to the Purchasing and Contracts Department, 123 West Indiana Avenue, 3rd Floor, DeLand, Florida, 32720 or purchasing@volusia.org. No Waiver. Except as expressly set forth herein, no failure or delay on the part of County in exercising any right, power, or remedy hereunder shall operate as or be deemed a waiver thereof, nor shall any single or partial exercise of any right, power, or remedy preclude any other or further exercise thereof, or the exercise of any other right, power, or remedy. Order of Precedence. In the event of conflict between this PO or a Master Agreement (MA), the originating Volusia County contract and amendments thereto shall be controlling. This control shall pertain to all specifications and scopes of work included in the originating Volusia County contract and any amendments thereto. Payment. Except for construction services, which shall be paid pursuant to the Florida Prompt Payment Act, County shall pay Provider within 45 (forty-five) days after receipt of an accurate and undisputed invoice, unless the County accepts a prompt payment discount from Provider and the goods or services are not defective. Invoice, packing slip, delivery receipt, order acknowledgement, and correspondence shall clearly indicate the PO or MA number. Any additional or different terms and conditions on Provider's documents shall be considered null and void. The County may deduct amounts it is due from Provider's payment or not pay disputed invoices until such dispute is resolved. Nothing in this PO or MA shall create any obligation on the part of the County to pay directly to any subcontractor of Provider any monies due to such subcontractor or claims of such subcontractor for amounts owed by Provider to subcontractor for goods or services provided under this PO or MA. Sovereign Immunity. The County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any section of the Agreement, Master Agreement, and/ or this Purchase Order to the contrary, nothing in any such documents shall be deemed as a waiver of immunity or the limitations of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Florida Legislature, and the cap on the amount and liability of the County for damages regardless of the number or nature of claims in tort, equity, or contract shall not exceed the dollar amount set by the legislature for tort. Nothing in the Agreement, Master Agreement, or this Purchase Order shall inure to the benefit of any third party for the purpose of allowing any claim against the County, which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. Taxes. County is exempt from Manufacturers' Federal Excise Tax (Exemption# 49-6000-885) and Florida sales tax (Exemption# 85-8012622393C-9). Certificates are available at www.volusia.org/purchasing. After accessing the foregoing website, select, "Doing Business with Volusia County" and "Consumer Certificate of Tax Exemption" from the available menu screens to see a copy of the certificates. Termination for Convenience. The County may cancel the PO or MA in whole or part when it is in the best interest of the County with thirty (30) days notice. UCC. In addition to any rights or remedies contained in this P.O., each party shall have rights, duties, and remedies available through the Uniform Commercial Code (UCC). Warranty. Provider warrants that all Work or Services performed under this PO or MA shall be performed in a good and competent workmanlike manner to the satisfaction of the County, and materials shall be of good quality (unless otherwise stated on PO or MA), and free from defects and pursuant to specifications and requirements of the contract related to this PO or MA. Volusia County Purchasing & Contracts Division (Rev 07-01-2023) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0643 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve a purchase order to American Grinding Company, of Grand Rapids, MI, for sidewalk grinding and maintenance on a unit price basis in the amount of $850,000.00 through July 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback and authorize the appropriate officials to execute same. (consent) SUMMARY: The Streets and Sidewalks Division is responsible for maintaining approximately 386 miles of sidewalks throughout the City of Clearwater. To address sidewalk panels lifted by tree roots and other causes, American Grinding will grind or repair an estimated 15,000 locations. Where panel thickness allows, uneven sidewalks will be ground down to provide a smooth, level surface. Panels that cannot be safely ground will be replaced in kind under this contract. This scope of work supports the ongoing maintenance of public infrastructure, enhances pedestrian safety and accessibility, ensures compliance with the Americans with Disabilities Act (ADA), and helps preserve the City’s urban forestry. City staff will identify and assign areas for the contractor to address and will confirm satisfactory completion of the work. Priority locations will be identified based on past maintenance efforts and the density of sidewalk-related issues within neighborhoods. Authorization to piggyback the City of Orlando, Contract IFB23-0119 valid through July 30, 2026, is requested for these services. APPROPRIATION CODE AND AMOUNT: ENRD180004-CONS-MATRLS $850,000.00 Funds are available in capital improvement project ENRD180004, Streets and Sidewalks, to fund the purchase order. This Project is funded with Road Millage (Ad Valorem Taxes) Revenues. 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. 4.3 Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Page 1 City of Clearwater Printed on 1/14/2026 Procurement and Contracts Division Page: 1 Mayor Chief Procurement Officer Buddy Dyer David Billingsley, CPSM, C.P.M. CITY OF ORLANDO INVITATION FOR BID (IFB) DATE OF ISSUE: JANUARY 30, 2023 IFB DUE DATE: MARCH 2, 2023 IFB DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL BID DELIVERY LOCATION: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Bid opening held at same location. IFB TITLE: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB NO: IFB23-0119 (IFB NUMBER MUST BE PLACED ON FRONT OF ENVELOPE) THIS IS NOT AN ORDER DIRECT ALL INQUIRIES TO: SILVIA COSTE, CPP, SENIOR PURCHASING AGENT Phone: (407) 246-2216 Email: silvia.coste@orlando.gov BUSINESS NAME & ADDRESS CONTACT INFORMATION Business Name Name of Contact Individual Address Contact Address City, State, Zip Contact City, State, Zip Telephone Number Contact Telephone Number Business Email Address Contact Email Address American Grinding Company, LLC d/b/a American Sidewalk Management 1425 Coit Ave NE, Suite #200 Grand Rapids, MI 49505 (888) 556-7344 info@sidewalkmgmt.com Joel Van Veen 1425 Coit Ave NE, Suite #200 Grand Rapids, MI 49505 (888) 556-7344 joel@sidewalkmgmt.com SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 2 TABLE OF CONTENTS: PAGE INVITATION TO BID ................................................................................................................... 3 INSTRUCTION FOR SUBMITTING BID .................................................................................... 4 SUBMITTAL REQUIREMENT CHECK LIST ............................................................................ 7 INVITATON FOR BIDS AWARD INFORMATION ................................................................... 8 NON-MANDATORY PRE-BID CONFERENCE ......................................................................... 9 NON-MANDATORY PRE-BID CONFERENCE ATTENDANCE NOTIFICATION .............. 10 SPECIFICATIONS ....................................................................................................................... 11 SPECIAL CONDITION CLAUSES ............................................................................................ 20 GENERAL CONDITIONS ........................................................................................................... 23 STANDARD TERMS AND CONDITIONS ............................................................................ 24 FORMS AND SUBMITTAL DOCUMENTS: SOLICITATION COVER PAGE ................................................................................................... 1 BID PRICE FORM(S) .................................................................................................................. 48 BIDDER’S CERTIFICATION ..................................................................................................... 49 CONFLICT OF INTEREST DISCLOSURE FORM ................................................................... 50 CERTIFICATION REGARDING PHOHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES ......................................................................................... 51 CONTRACT AND ACCEPTANCE FORM ................................................................................ 52 BIDDERS QUESTIONAIRE ....................................................................................................... 53 WITEN QUESTION (S) FORM…………………………… ....................................................... 55 ADDENDUM ACKNOWLEDGMENT FORM .......................................................................... 56 NO-BID RESPONSE FORM ....................................................................................................... 57 BIDDER’S EQUIPMENT LIST FORM ...................................................................................... 58 ATTACHMMENT “A” SUPPLEMENTARY CONDITIONS ........................................................................................... 59 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 3 INVITATION FOR BIDS The City of Orlando, Florida, will electronically receive sealed bids through the Procurement and Contracts Division, for IFB23-0119, Sidewalk Inspection, Griding, Removal & Repairs until 2:00 p.m., local time, on March 2, 2023, at which time bids will be opened and publicly virtually read. This work is a service contract for the Sidewalk Trip Hazard Remediation and Condition Survey for the City of Orlando (City). Plans, Specifications & Contract Documents will be open to public inspection after 2:00 p.m. on January 30, 2023. If you have any questions you may contact the Procurement & Contracts Division, City Hall (phone #407-246-2291). Plans, Specifications & Contract Documents may be obtained from the City’s VendorLink website at the following web link: https://vendorlink.cityoforlando.net/common/default.aspx. Bids must be accompanied by a bid bond, certified check or cashier's check made out to the City of Orlando, or other security as provided by law, in an amount not less than 10% of the total base bid. A Non-Mandatory Pre-Bid (MS Teams) Teleconference will be held, February 13, 2023 at 10:00 a.m., the conference line number is 1-321-247-568 , ID:734607311#. You must press the # key immediately after entering the id number. Refer to the solicitation for more information on the bidding process. All questions about this solicitation must be submitted in writing and received by the Procurement and Contracts Division before 5:00 p.m., local time, on February 17, 2023. Answers will be issued in the form of an Addendum to the solicitation. Living Wage CONTRACTOR is required to pay its workers, as well as its subcontractors providing services pursuant to a contract with the CITY, a living wage for the time spent providing services to the CITY. (This provision does not include general administrative personnel unless they are assigned to a CITY project.) “Living wage” means compensation for employment of not less than $15.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. This provision shall apply to all bid and proposal awards for services which involve CITY expenditures that exceed $100,000.00 per year. Performance and Payment Bond A performance and payment bond is not required for the total contract amount of this Bid. A performance and payment bond will be required if any specific job is estimated to cost more than Two Hundred Thousand Dollars ($200,000.00), in accordance with Florida Statues Section 255.05. The City reserves the right to waive the bond requirement at any time for any specific job of $200,000.00 or less. However, at the City’s discretion, there may be times that a bond will be required for jobs of $200,000.00 or less. When a Payment and Performance Bond is required for a specific job, such bond shall be acquired and delivered to the City within fifteen (15) days of notice from the City that a bond is required. Upon notice from the City that a bond is required no further work under the contract shall be undertaken until such time as a bond in conformance with this Section has been delivered to the City. If required, all bonds shall be in accordance with statutory bond provisions in Florida Statutes and all other applicable laws. All bonds shall be executed by such sureties as are licensed to conduct business in the state of Florida and, except as otherwise provided by applicable laws and regulations, are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of its authority to act. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 4 INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATON FOR BIDS FOR THE IFB23-0119, SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS A.ELECTRONIC SUBMITTAL: This solicitation must be submitted electronically. Paper responses will be deemed non- responsive. Instructions for submitting a bid: 1.Once you have logged into your VendorLink account, go to the solicitation on which you want to bid, then click on “Create a Quote/Bid.” 2.Upload the bid to VendorLink. 3.Verify that your uploaded document is complete.4.To submit the final Quote/Bid, click on the “Submit” button at the bottom of thepage, and then click “OK” at the top of the page. 5.If successfully submitted, a confirmation pop-up will appear at the bottom of the page. 6.A Draft Status means your bid has been saved but not yet submitted. The quote/bid response will not be considered as a submitted response in the system for this bid solicitation. Bidders are solely responsible for ensuring that their submittals are complete, uploaded and submitted in the VendorLink system by the due date and time. The City shall not be responsible for any submission delays or failures caused by any occurrence. Notwithstanding any provision of this Addendum or the Solicitation to the contrary, persons with disabilities needing a special accommodation to submit a bid response or participate in this solicitation should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801, telephone number (407) 246- 2291, not later than four (4) days prior to the submittal date for accommodations related to the submittal, or four (4) days prior to the date on which any other accommodation is needed. B.PRE-BID MEETING MS TEAMS PLATFORM: The Prebid meeting will be held via MS Teams, the call-in number is 1-321-247-7568, Conference ID:734607311# you must press the # key right after the id number. https://teams.microsoft.com/l/meetup- join/19%3ameeting_NTM5MjhiOGYtN2QzYy00NTA1LWEyYmYtYjAwYWYwNjg2Zjlh%4 0thread.v2/0?context=%7b%22Tid%22%3a%227594da9b-294b-4acf-913b-d159ae921564%22%2c%22Oid%22%3a%223dc3147e-b3e2-452b-bf4d-416f9a614cc0%22%7d C.VIRTUAL SOLICITATION OPENING: Given the current situation with COVID-19 and the need for social distancing, thesolicitation opening meeting information is as follow: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 5 Instructions to join the solicitation opening virtual meeting: 1.Sign up for a free Zoom account Go to zoom.us/signup and enter your email address to create a free accountwith Zoom web conferencing. You’ll receive an email from Zoom where youwill click on a link to activate your account. If you already have a Zoom account, skip to step #3 below. 2.Choose your device and download Zoom You can use a smart phone, tablet, laptop, or desktop computer. After signing up, visit zoom.us/download and download the “Zoom Client for Meetings” onto your computer. On mobile devices, search your app store for the free Zoom app anddownload it. Make sure to allow some extra time for the install before joiningyour first meeting. If you do not have one of the devices just mentioned, you can also call in to the meeting. If you cannot download Zoom and need to connect via web browser, you can use the Zoom web client (more info on browser compatibility visit bit.ly/zoomwebinfo). 3.Join the virtual meeting a.This is the public link: https://orlando-gov.zoom.us/j/84693841218 b.Call in number: +1 305 224 1968 Webinar ID:84693841218 c.Provide live public comment Use the “Raise Hand” feature to request to speak. If you have called in you can raise your hand by pressing *9. If you do this you will be called on to speak using the last four digits of your phone number. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 6 D.PREPARATION OF BIDS: 1.Bidders are expected to examine this bid form, attached drawings, specifications, if any, andall instructions. Failure to do so will be at the bidder's risk. 2.All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by the personsigning the bid. All bids must be signed by the bidder and by a responsible officer or employee.Obligations assumed by such signature must be fulfilled. 3.Each bidder shall furnish the information required on the bid form and each accompanying sheet thereof on which he/she makes an entry. 4.Unit prices for each unit bid shall be shown. A total shall be entered in the amount column for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 5.Although the City generally awards bids based on a "lump sum" basis to the responsive andresponsible bidder submitting the lowest total bid, the City may choose to award on a "per group" or "per item" basis. Therefore, bidders must submit with their bids, all pricing pages on the forms provided clearly indicating which items are bid and which are not. Failure to submit these pages will render such bid non-responsive. Note: For purposes of this bid, IFB23-0119, Sidewalk Inspection, Grinding, Removal & Repairs, Bidders shall enter a unit price for all line items listed in the Electronic Bid Form. To be considered for a contract award, the Bidder must submit a value greater than zero for all items. Contract award(s), if made, shall be based on the total bid price of all items. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 7 SUBMITTAL CHECK LIST: Bidders should use the following bid check list of standard forms which are to be completed and returned as part of your bid submittal. Failure to complete and return required forms may result in your bid being non-responsive and not considered for award. Additional forms/items may be required to be submitted under the terms of this Invitation for Bids which are not listed below; therefore, it is the bidder’s responsibility to read and understand the provisions of this Invitation for Bids. Solicitation Cover Page. W9. Bid Form. __________ Bidders CertificationForm. __________ Conflict of Interest Disclosure Form. __________ Certification Regarding Prohibition Against Contracting with Scrutunized Companies. Contract and Acceptance Form. Bidder’s Questionnaire. Letter(s) of Intent, find in the Supplementary Conditions. __________ Veteran Business Enterprise Participation Form, find in the Supplementary Conditions. Addendum Acknowledgment Form: It is the bidder’s responsibility to contact the City’s Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. If you have downloaded this bid from the Internet, please ensure that you also download all such addenda. (If applicable) Special Items: 1. Bid Security (10%) ______ 2.Bidders Equipment List ______ 3.FDOT Qualification in Intermediate Maintenace of Traffic Control NOTE: Certificate of Insurance: Within seven (7) days of a notification of intended award, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. Written Question(s) Form: Written questions must be received by 5:00 P.M. Local time before, February 17, 2023. X X X X X X X X X X X X X X See Attachment A See Attachment A See Attachment A See Attachment A See Attachment A & B SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 8 INVITATON FOR BIDS AWARD INFORMATION: The City’s Procurement and Contracts Division is the official source to obtain information relating to City of Orlando solicitations. It is incumbent on the Bidder to obtain current bid and award information prior to and after the scheduled opening date of a solicitation. Information is updated daily as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled opening date of a solicitation. You may obtain award and other solicitation information in a variety of ways: 1. Bid documents are available for download from the eSupplier website: You may access solicitation information by visiting the City’s eSupplier website by copying the following link in your web browser:https://vendorlink.cityoforlando.net 2.You may also call the Procurement and Contracts Division at (407) 246-2291, during normal business hours, to request a solicitation and other related information. Please remember, email notification is provided as a courtesy to our vendors, but it is the vendor’s responsibility to check with the City of Orlando’s website at: https://vendorlink.cityoforlando.net for current bid, and other information. We appreciate your interest in doing business with the City Beautiful and wish you much success with your business ventures. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 9 NON- MANDATORY PRE-BID CONFERENCE: All prospective bidders are invited to attend a Non-Mandatory Pre-Bid Conference Via Microsoft Teams: February 13, 2023 at 10:00 A.M. Local Time, City of Orlando, FL Teams Call in Number 1-321-247-7568, ID:734607311# The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope, purpose, nature and extent of the work, and any local conditions, which may affect the work and its performance. Submission of a bid shall constitute an acknowledgment by the bidder that it has thoroughly examined and is familiar with the INVITATON FOR BIDS. The failure or neglect of a bidder to examine the INVITATON FOR BIDS, shall in no way relieve the bidder of any obligations with respect to either its bid or the INVITATON FOR BIDS. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the INVITATON FOR BIDS. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 10 NON-MANDATORY PRE-BID CONFERENCE ATTENDANCE NOTIFICATION: February 13, 2023 at 10:00 A.M. Local Time, City of Orlando, FL., Microsoft Teams Platform Conference Call in Number 1-321-247-7568 ID:734607311# You must press the # key right after the id number. Please return this form by: Thursday, February 9, 2023. City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Telephone: (407) 246-2291 Fax: (407) 246-2869 PLEASE CHECK: We plan to attend Name of Representatives who will attend 1. 2. 3. A list of questions or statements for discussion at the Pre-Bid Conference is attached. (Please use “WRITTEN QUESTION(S) FORM” as indicated in the Table of Contents). We do not plan to attend, but will be submitting a response. We do not plan to attend and will not be submitting a response because: Signature Title Name of Company Date X Joel Van Veen X President American Grinding Company, LLC d/b/a American Sidewalk Management February 8, 2023 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 11 SPECIFICATIONS FOR IFB23-0119, SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS I.GENERAL A. This work is a service contract for the Sidewalk Trip Hazard Remediation and Condition Survey for the City of Orlando (City). The initial Contract time will be for a period of one year (12 months) with up to four (4) additional twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months. The Work includes surveying all sidewalks in the City, documenting trip hazards, damaged sidewalks, and grinding raised joints and uneven cracks.Replacing damaged sidewalk panels is not part of the Work. Staff in the Streets and Stormwater Division will designate initial Work Areas for the Contractor to begin work, but the Contractor will be responsible for surveying and reporting repair needs for the City sidewalks as determined by the City of Orlando Streets and Stormwater Division. The minimum grinding rate is to be no less than 500 linear feet per day and have an average range of 250 to 350 linear feet per day. B. The estimated annual expenditure is $800,000.00. C.These specifications cover the Contractor’s requirements for sidewalk grinding and reporting of trip hazards ¼ inch and greater. A trip hazard may include: cracks, separations, and or raised edges in the sidewalk surface that have a minimum of ¼ inch difference in elevation across the crack or edge. The reports will become part of the City’s sidewalk hazard inventory. D. The Work described in each item includes the Contractor furnishing of all materials, equipment, supplies, and tools, along with the performance of all labor and services, and all incidentals necessary to complete the repairs and reports associated with sidewalk trip hazards within the City. E. The Contractor shall have a minimum of three (3) years experience in sidewalk grinding.References shall include projects in the State of Florida during the last three (3) years that involve sidewalk griding and trip hazard remediation. F. The Contractor shall have a minimum of two (2) people on-site at all times while work is performed. The use of two people on site ensures the safety of all poedestrians who may be present in the work area. G. The Contractor shall have an active General Contractor’s license valid in the State of Florida and a valid certification for the Florida Department of Transortaiton intermediate Maintenance of Traffic Control. II.EQUIPMENT A. Equipment must be able to grind any size trip hazard from 1/4 inch and greater. Grindingequipment must include a self contained dust collection system, which is used 100% of the time. To ensure effectiveness and minimize machinery footprint, the system must consist of an engine- driven vacuum suction fand and dust collection tanks both mounted on the grinding apparatus. Electric vacuums, hoses, hand power tools extension cords and generators will not be permitted as they are not powerul enough to effectively contain OSHA recognized hazardous airborne silca SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 12 dust genterated by concrete grinding. Additionally, they cause electric shock as well as pedestrian trip hazards. B. Grinding will be done dry without the use of water. C. Equipment noise must be minimal so it does not disturb the public and the public will not need to wear hearing protection if located 10 ft. or further from the operation of the equipment. Per OSHA, hearing protection is required for individuals exposed to noise over 85 dB, as such the City requires that the equipment to perform the Work must not exceed the 85 dB at 10 ft. D. Contractor shall own or lease commercial equipment that the City considers sufficient to provide services as specified. Commercial concrete grinding equipment is required. E. Equipment shall be kept in good working order at all times. Proposed equipment shall be documented in the Equipment List Form, attached in Forms and Submittal Documents. Bidder shall submit additional pages as necessary to document the equipment. Bidder will submit applicable descriptive literature and technical data to fully detail all features, designs, construction, finishes of the equipment proposed for grinding on this project. F. The failure of the Contractor to obtain and maintain sufficient equipment to provide the services as specified in this solicitation may be cause for termination of Contract. G. Inspection and acceptance of proposed equipment to be used on this project shall be performed by a representative from the City’s Streets and Stormwater Division, or such other specifically designated City Representative. III. SCOPE OF WORK- SIDEWALK GRINDING A. Work Areas: Staff in the Streets and Stormwater Division will provide maps to the Contractor with Work Areas and street names as Work Orders. The Contractor will be responsible for surveying all sidewalks in the Work Areas, performing repairs, and identify other repair needs. B. Trip Hazard Locations: Contractor will identify and remove all trip hazards in the Work Area that are between ¼” to 2” in height (as long as 2” of concrete thickness remains after grinding), and where the cross slope of the sidewalk does not exceed 2%. The surface area after grinding must be textured to meet ADA standards for pedestrian safety; which includes a slip resistant surface that does not become slippery when wet. Panels that are not repairable, or fractured, or broken will be documented in a weekly report. C. Trip Hazard Location Documentation: The Contractor shall collect date using a GNSS (Global Navigation Satellite System) mapping grade device capable of sub-meter accuracy in varying site conditions. Workers should be properly trained to reach those accuracy capabilities whenever the condition are possible, for every grind site as well as each site that could not be grinded. The collection devices must be capable of collection multiple fields of attribute data for each point including but not limited to: street name, address, machine used, project phase, linear feet of the grind site, date and time collected, and damage points that could not be grinded. The coordinate projection of the data must be the same projection used by the City of Orlando. The device should be capable of delivering this data via an ESRI Geodatabase and will be delivered monthly via email or potentially through an automatic connection to an asset management system. After the Contractor submits the monthly report, City staff will verify and document the reported work. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 13 D. Advance Notification of Work: The Contractor shall coordinate with the Streets and Stormwater Division two weeks in advance of initiating work in the identified Work Areas in a manner agreed upon by the Contractor and City prior to contract execution. E. Mobilization: There are no additional costs for mobilization. If the Contractor completes work in one Work Area in less than a full day and needs to move to another Work Area in the same day, the Contractor may not charge a fee for mobilization between Work Areas. The work will be continuous throughout the year. Mobilization is included in the Contract linear price. F. Damage to Grass/Vegetation Areas: Grass or landscaped areas damaged by the Contractor shall be restored at the Contractor's expense to conditions that are equal to or better than the existing conditions prior to commencement of work. Restoration shall be at the direction of Streets and Stormwater staff. G. Utility Conflicts and Coordination: If the Contractor damages any utilities, they shall immediately notify the Utility Company and Streets and Stormwater Division within 30 minutes of the damage. Any damage to existing utilities shall be repaired at the Contractor’s expense. H. Damage to Existing Irrigation System: If the Contractor damages any portion of an existing irrigation system they shall immediately notify the Property Owner either through personal contact or leaving their contact information to the extent practicable. The Contractor shall also notify the Streets and Stormwater Division within one hour of the damage. Any damage to existing irrigation systems shall be repaired at the Contractor's expense. I. Clean up: Should the integral vacuum system fail to collect all debris, the Contractor shall sweep the sidewalks thoroughly after the grinding operation. All debris collected shall be removed and disposed to a recycling location or to a location approved by the Streets and Stormwater Division. J. Permits and Traffic Control: The Contractor shall furnish and install all construction signs, pavement markings, barricades, and all other safety controls for the duration of each work-area. The Contractor must notify the City where they are working by e-mail or telephone. The Traffic Control Manager will determine if permits are required. The Contractor is responsible for compliance with any permits determined necessary by the Traffic Control Manager. The Contractor shall have a certified Florida Department of Transportation Intermediate Maintenance of Traffic (M.O.T.) Control person. K. Measurements: Measurement is based on a liner foot of grinding regardless what the thickness is of the sidewalk. IV. PART TWO - CONCRETE REPAIR & CONSTRUCTION A. General 1. Scope of Work The Contractor shall furnish all labor, material, and equipment necessary to perform all operations for the various types of repairs and clean ups that is necessary during the course of making repairs and constructing various concrete. The location of the work is Citywide and the work will be assigned geographically whenever possible. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 14 In general, the Scope of Work and the types of repairs involved will be as follows: a. Concrete: Remove and construct sidewalks, where assigned. b. Sod/Grass/Plant/Landscape: Replacement of Sod to the original state and possible landscaping. 2. Quality Assurance Concrete work shall conform to all regulations of local, state and federal authorities, including safety, health and pollution related. The latest edition of the City’s Engineering Standards Manual (ESM) and the latest edition of the ADA Standards for Accessible Design shall apply. B. Products 1. Concrete: The materials shall meet the requirements of the latest edition of the City’s Engineering Standards Manual (ESM). 2. Graded Aggregate: The materials shall meet the requirements of the latest edition of the City’s Engineering Standards Manual (ESM). 3. Irrigation Pipes: If repair of these is needed, any of the most commercially available PVC and metal pipes are acceptable. 4. Equipment: A ready-mix concrete delivery truck will be necessary for pours. C. Execution 1. Concrete Repair/Construction (driveways, sidewalks, curbs, etc.) a. Most concrete sidewalk repair jobs will involve about 2 to 3 sections of sidewalk to be removed, formed and re-poured. b. All concrete used shall be at least the same quality used in the original case and re-poured using 3,000-psi concrete. All concrete must be plant batch mixed and no on-site bag mixed concrete will be allowed. c. Where jobsites and plans call for steel reinforcement to be placed in the sidewalk, retaining walls, etc., such reinforcement shall conform to the requirements of the latest edition of the City’s Engineering Standards Manual (ESM) and the latest edition of the ADA Standards for Accessible Design. A WWF or a welded wire fiber mesh and tie may be required to be laid in place during the pouring of concrete. d. Forms used for this work shall be made of either wood, or metal, and shall have a depth equal to the depth of the concrete being deposited. Forms shall be straight, clean, free from warp or bends and of sufficient strength. e. Foundation: If the work area under the concrete has been cut, it shall be filled to the correct depth first and shall be compacted to a minimum of 95% density. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 15 f. Expansion Joints: If expansion joints were part of the original set up, (say between the sidewalk and the curb or driveway or at fixed objects), then these shall be formed with a pre-formed joint filler and shall be ½ inch joints. g. Contraction Joints: If part of the original set up, shall be replaced to the original type – that is either the “open type” or “sawed”. Joints shall be at least 1-1/2 inch deep. h. Placement: Place concrete using methods, which prevent segregation of mix. Concentrate along the face of forms. Use only square-faced shovels for hand spreading and consolidation. Deposit and spread concrete in a continuous operation between joints, as far as possible. Give options to set the Forms. The latest edition of the City’s Engineering Standards Manual (ESM) and the latest edition of the ADA Standards for Accessible Design for mixing and placing concrete. i. Finishing: Smooth the surface by spreading and floating. Use hand methods only. Test surface for trueness. Re-distribute concrete if required, to remove surface irregularities and to provide a smooth, continuous surface. Work all edges of walks and slabs with a 1/8" edging tool. Fiber broom finish perpendicular to the edge of the walk. Do not remove forms for 24 hours after the concrete has been placed. After removal, clean ends of joints, remove and replace areas of major defects. Backfill all exposed sides of finished work with soil. j. Curing: Protect and cure finished concrete paving, complying with applicable requirements of the City of Orlando. Commence placement of curing compound as soon as the concrete has hardened sufficiently to permit application of curing material without marring the surface. Replace immediately any curing material removed or damaged during the curing process. k. Tree root pruning and grubbing is required with a majority of the concrete repairs. ALL TREE ROOTS MUST BE CLEANLY CUT (no ax cuts) while accomplishing this task. The raw use of a skid loader or backhoe to grub tree roots will not be allowed. Close coordination between the City and Contractor must take place with tree root pruning. 2. Soil Replacement Contractor is responsible to restore the work area with clean backfill and all areas are to be leveled and graded. 3. Re-Sodding On most occasions, re-sodding will become necessary as part of repair and construction work. The contractor is required to replace the same type and quality of sod that existed before. Occasionally, some landscaping work may be required. Landscaping must be restored to original or better conditions and to the satisfaction of private property owners. New sod shall match existing undisturbed sod (Bahia or St. Augustine). SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 16 4. Pipe Repair Contactor will be responsible for all irrigation and water line repairs damaged during the course of work. If repairs are made, the contractor must turn on the irrigation system to ensure it is working properly. This may require coordination with the property owner. 5. Clean-up Without exception, Contractor MUST police and remove all construction material, excess wet concrete, concrete pieces and slabs, trash and debris from job site daily and legally dispose of them off the property. 6. Safety and Protection The Contractor shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the work site and other persons including, but not limited to, the general public who may be affected thereby. The Contractor will check for any existing utilities in the work area through underground locator service and will be responsible for the damage to such utilities, including sprinkler systems. V. POLLUTION AND NOISE CONTROLS A. Noise Control: Noise Control shall be in accordance with Federal, State, and City regulations. The Contractor shall comply with all City Ordinances and Regulations dealing with noise abatement. B. Vibration Control: Vibration Control shall be in accordance with Federal, State, and City regulations. It is the Contractor's sole responsibility to prevent damage from vibration to adjacent structures and property. C. Air Pollution Controls: Air Pollution Control shall be in accordance with Federal, State, and City regulations. 1. Fugitive Dust a. Do not cause or allow the emissions from any transport, handling, construction or storage activity to remain visible in the atmosphere beyond the property line of the emission source. b. Take precautions to minimize dust emissions from operations involving demolition, excavation, grading, clearing of land and disposal of solid waste. c. Do not cause or allow particulate matter to exceed 100 mg/m3 when determined as the difference between upwind and downwind samples collected on high volume samples at the property line for a minimum of five hours. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 17 d. Take precautions to prevent visible particulate matter from being deposited upon public roadways as a direct result of construction or hauling operations. Precautions shall include the removal of particulate matter from equipment before movement to paved streets, or the prompt removal of material from paved streets onto which such material has been deposited. 2. Solid and Hazardous Waste a. Solid and Hazardous Waste Control shall be in accordance with Federal, State, and City regulations. b. The Contractor is solely responsible for the disposal of any hazardous waste that is generated by the Contractor's operation. c. Execution: In order to implement these regulations, Contractor shall use the following procedures and techniques: 3. Air Pollution a. Dust 1. Cover loads of materials, debris and soil transported from construction sites. 2. Daily water down and sweep streets, which have heavy volumes of construction vehicles carrying debris and excavated materials. 3. Establish regular cycles and locations for washing trucks, which haul soil from the site. 4. Water down construction sites as needed to suppress dust, during handling of excavation soil or debris or during demolition. b. Burning of wastes on site is prohibited. Remove scrap and waste material and dispose of in accordance with laws, codes, regulations, ordinances and permits. c. Use construction equipment, which has been designed and equipped to prevent or control air pollution in conformance with the regulations of the EPA, state and local authorities. Contractor shall have available evidence of such design and equipment shall be maintained and made available for inspection by Construction Manager. d. Establish and maintain records of the routine maintenance program for internal combustion engine powered vehicles and equipment used on the project. These records shall be held available for inspection by Construction Manager. 4. Solid and Hazardous Waste a. Solid wastes may be disposed of in a number of ways, including reuse on the project, sale for fuel, through controlled incineration, donation to other public private dump sites, either free or for a fee. The method of disposal is restricted according to the classification of the waste material by the CFR 40 - 190 to 399, and by local requirements. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 18 b. Hazardous material shall be disposed of in Class I or Class II-1 waste disposal facilities. c. Haul routes for transporting solid or hazardous wastes are subject to the approval of Construction Manager. VI. INSPECTIONS AND OBSERVATIONS A. The City Representative or designee will make periodic reviews of the entire site to evaluate the Contractor's performance. The Contractor will, on sole judgment of the City Representative or his designee, make necessary repairs and adjustments required to fulfill the obligations and conditions of the Contract. B. Contractor personnel are expected to conduct themselves in a courteous manner, performing their functions with the appropriate professionalism. VII. MEASUREMENT AND PAYMENT A. Payment for all work done in compliance with the Contract Documents, inclusive of furnishing all manpower, equipment, materials, and performance of all operations relative to construction of this project, will be made under Pay Items. Work for which there is not a pay item will be considered incidental to the Contract and no additional compensation will be allowed. B. The City reserves the right to modify work as may be necessary, and increase or decrease quantities of Work to be performed, including deduction or cancellation of any one or more of the Pay Items. Changes in the Work shall not be considered as a waiver of any conditions of the Contract nor invalidate any provisions thereof. When changes result in changes in the quantities of the Work to be performed, the Contractor will accept payment according to Contract Unit Prices that appear in the original contract. C. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price cost for completing the work in its entirety. Should the Contractor feel that the cost of any item of the work has not been established by the Bid Form, Contractor shall include the cost for the work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety. D. The quantities for payment under this Contract shall be determined by actual measurement and payment of the completed items, in place, ready for service and accepted by the City, in accordance with the applicable method of measurement therefore contained herein. A representative of the Contractor shall witness all field measurements. E. Work performed by the Contractor outside the limits of construction shall be at the Contractor's expense. F. Invoice Processing 1. Contractor will invoice the City per location. The Contractor shall list the linear feet of work completed per location in the spread sheet provided by the Contractor. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 19 2. Contractor shall submit to the City Representative an invoice for completed work only after a field inspection of work has been jointly verified with representatives of the Contractor and City. The City Representative shall issue a Work Order Acceptance Certificate to the Contractor upon successful verification of the completed work. All Invoices shall be presented to Streets & Stormwater Division 1010 Woods Ave. Orlando, FL 32805, for processing. G. Payment of Subcontractors. Final and complete payment will be made on the basis of completion and acceptance by the City of the work performed under the contract and receipt of satisfactory evidence that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made in compliance with §218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or charges for labor, materials or other supplies used directly by the Contractor or any subcontractor under the contract, shall constitute cause for the City to withhold final payment until said bills or charges are paid. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 20 SPECIAL CONDITION CLAUSES Price Adjustment Applicable to Approved upon Renewal Contract Terms Only: Automated Order Entry System: Bidders should furnish with their bid submittal details of any automated order entry system available for use by the City. Bid Security: Bid Security shall be made payable to City, in an amount equal to ten percent of the bidder’s Total Base Bid in the form of a certified check, cashier’s check, or a Bid Bond issued by a Surety that is licensed to conduct business in the State of Florida and has at least an “A-“ rating in accordance with the most current A.M. Best Company financial strength rating. The Bid Security of the low bidder shall be retained until such time as the City has executed and provided the awarded bidder with the Contract and Acceptance Form, and the bidder has furnished the required contract security, any insurance certificates and endorsements, whereupon it will be returned. If the low bidder fails to comply with the solicitation requirements, or to furnish any required contract security or required insurance certificates and endorsements, within seven (7) days of the notification of intended award, the City may cancel the intended award and the Bid Security of that bidder may be forfeited up to the difference between the total bid of the forfeited bidder and the next lowest bidder. The Bid Security of all other bidders may be retained until the earlier of thirty (30) days after execution of the Contract and Acceptance Form or ninety (90) days after bid opening, whichever occurs first. Bid Specifications: Specifications referenced throughout this solicitation refer to the products listed on the Bid Price Form, page 48. See Standard Terms and Conditions, Specifications, Item 8, page 26, regarding the approval process for equivalent equipment or materials. Payment of Subcontractors Final and complete payment will be made on the basis of completion and acceptance by the City of the work performed under the contract and receipt of satisfactory evidence that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made in compliance with §218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or charges for labor, materials or other supplies used directly by the Contractor or any subcontractor under the contract, shall constitute cause for the City to withhold final payment until said bills or charges are paid. Periodic and Final Cleaning The Contractor shall: A. Schedule periodic cleaning to keep the worksite and adjacent properties free from accumulations of waste materials, rubbish, and windblown debris resulting from construction operations; B. Provide on-site container for the collection of waste materials, debris, and rubbish; C. Dispose of waste materials, debris, and rubbish from the Owner's property; SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 21 D. Upon completion of work in each area, provide final cleaning and otherwise return space to a condition suitable for use by the City; A. Conduct cleaning and disposal operations to comply with City codes, ordinances, regulations, and environmental laws. Performance Bond and Payment Bond In accordance with Florida Section 255.05(1)(a), Florida Statutes, a Performance and Payment Bond is required of anyone entering into a formal contract with the City for the construction or repair of a building or public works project. The City reserves the right to waive the requirement at any time for any contract of $200,000.00 or less. Accordingly, if the amount bid by the awarded bidder exceeds $200,000.00, a Payment and Performance Bond will be required in the amount of the awarded bidder’s bid or in such other amount as may be directed by the City in writing within fifteen (15) days of the award of any contract resulting from this solicitation. No work shall be done prior to the delivery of a Payment and Performance Bond meeting the requirements of this Section to the City. In the event that the awarded bid amount is less than $200,000.00, a Payment and Performance Bond will be required thereafter in such amount as determined by the City if at any time, for any reason, including but not be limited to increased quantities or usage or extension or renewal, the value of the contract exceeds (or may reasonably be expected to exceed) $200,000.00 as determined by the City. Such bond shall be acquired and delivered to the City within fifteen (15) days of notice from the City that a bond is required. Upon notice from the City that a bond is required no further work under the contract shall be undertaken until such time as a bond in conformance with this Section has been delivered to the City. The Contractor shall include the cost of any bonds required hereunder in their bid. If bonds are required hereunder and the term of the contract between the City and the Contractor is extended or renewed, Contractor shall provide a new or amended bond to reflect the new or extended period and increased value of the contract within fifteen (15) days of extension or renewal. The failure by Contractor to submit any conforming bond when required by this Section shall constitute grounds for termination of the contract by the City. All Payment and Performance Bonds shall be recorded by the City with the Clerk of the Circuit Court of the county where the work is located. These bonds shall remain in effect at least until one (1) year after the date of substantial completion of the entire work assigned to Contractor under the contract, except as otherwise provided by applicable laws or regulations. All bonds shall be in accordance with statutory bond provisions in Florida Statutes and all other applicable laws. All bonds shall be executed by such sureties as are licensed to conduct business in the state of Florida and, except as otherwise provided by applicable laws and regulations, are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of its authority to act. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its license to do business in the state of Florida is terminated or it ceases to meet the requirements of this Section, Contractor shall within five (5) days thereafter substitute another bond and surety, both of which shall be in accordance with these requirements and acceptable to City. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 22 In addition to the other bonding requirements, the surety (ies) named on the Performance Bond and Payment Bond submitted by Contractor shall be subject to the approval of City. If City has a reasonable objection to the proposed Surety, City may require Contractor to submit an acceptable substitute. Quantities The quantities for the items listed in this solicitation are estimated annual quantities for bid evaluation purposes only and should not be construed as representing actual quantities to be purchased. Moreover, it is understood by all bidders that the City is not obligated to purchase any minimum or maximum amount during the life of a contract resulting from this solicitation. Favored Customer Clause: Should the awarded bidder (also referred to hereinafter as “Contractor”), of a contract resulting from this solicitation sell the same or substantially the same products or services as listed in this solicitation to another Governmental Agency, within the State of Florida, at a lower price than the price listed in this solicitation, the awarded vendor agrees to extend that same discounted price to the City of Orlando. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 23 GENERAL CONDITIONS Bidder should read and follow the following instructions. 1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bidder’s Certification Form. 2. SEALED BIDS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached sheets, specifications, standard terms and conditions and special conditions. 3. NO BID FORM: In the event you elect not to bid this requirement, respond by returning this form, marking it "NO BID" and the reason therefor. NOTE: To qualify as a respondent, bidder must submit a "BID" or "NO BID" and it must be received no later than the stated bid opening date and time. 4. BID OPENING: Shall be public, on the date and at the time specified on the bid form, with the total bid amount being read aloud. It is the bidders responsibility to assure that their bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be returned but will be retained in the "BID FILE" unopened. Telephone or telegraphic bids cannot be accepted. 5. PRICES, TERMS, and PAYMENT: All prices must be firm for the delivery schedule quoted herein. Bids stipulating "Price in effect at time of shipment" or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B. delivered to any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment. It is the policy of the City of Orlando to make payments of invoices in time to earn any offered cash discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Accounts Payable Office, whichever is later. a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 85-8015427957C-9 and is also stipulated on all our Purchase Orders. b) POLITICAL SUBDIVISIONS: Under Florida Law, prices contained in State Contracts shall be available to the City of Orlando, who might wish to purchase under a State Purchase Contract. The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase Contract if in the best interest of the City. c) MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices, and all instructions pertaining to supplies and services. Failure to do so will be a bidder's risk. d) CONDITION and PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. f) MARKING: Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the name of the vendor and must also clearly indicate the City of Orlando Purchase Order Number. g) INVOICING and PAYMENT: The supplier shall be paid in accordance with Florida Statutes, upon submission of invoices to: The Accounts Payable Section, City of Orlando, 400 South Orange Avenue, Orlando, Florida 32801. Invoices are to be billed at the prices stipulated on the purchase order and as outlined in this bid. All invoices must show the City of Orlando Purchase Order Number. 6. CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Orlando. Further, all bidders must disclose the name of any City of Orlando employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the bidders firm or any of its branches. 7. AWARDS: As the best interest of the City of Orlando may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers; to reject any all bids or waive any informality or technicality in bids received. 8. INSPECTION, ACCEPTANCE, and TITLE: Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the shipper (vendor) until accepted by the using department of the City of Orlando, unless loss of damage results from negligence by the City of Orlando or its Departments. 9. DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished hereunder, the decision of the City of Orlando’s Chief Procurement Officer shall be final and binding on both parties. All disputes between the parties shall be resolved in accordance with the City Procurement Code, (Chapter 7 of the City Code). 10. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the item(s) covered herein apply. Lack of knowledge by the bidder will in no way be cause for relief from responsibility. 11. LIABILITY: The vendor shall hold and save the City of Orlando, its officers, agents and employees harmless from liability of any kind in the performance of or fulfilling the requirements of the purchase order or contract which may result from this bid. NOTE: ANY AND ALL STANDARD OR SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 24 STANDARD TERMS AND CONDITIONS 1. RECEIPT OF BIDS: a. Bids shall be submitted electronically via Vendorlink to the Procurement and Contracts Division prior to the date and time specified herein. Bids will not be accepted after the designated time and date. It is solely the responsibility of the bidder to ensure timely delivery of their bid submittal. b. Each bid shall be submitted electronically and marked with the bid number, title of the bid, and bid opening date and time. City of Orlando Procurement and Contracts Division Attention: David Billingsley, CPSM, C.P.M. Chief Procurement Officer C/O Purchasing Agent: Silvia Coste, CPP, Senior Purchasing Agent 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 2. COMMUNICATIONS; QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To protect the integrity of the solicitation process and ensure fair consideration of all respondents, a prohibited communication period is hereby established commencing as of the time of the issuance of this solicitation and terminating upon execution of a contract (or, if the solicitation is cancelled, upon cancellation of the solicitation). Except for communication with the City’s designated point of contact set forth in this solicitation or as otherwise authorized by the City’s Chief Procurement Officer, during the prohibited communication period, the City prohibits communication regarding the solicitation by a respondent or potential respondent (or on a respondent or potential respondent’s behalf) to or with any officer, elected official (including the Mayor and City Council), department, division, office, or employee of the City, or any other person or entity providing advice to the City related to this solicitation. During the prohibited communication period, all contacts and communications regarding the solicitation by a respondent, or potential respondent, including their agents, representatives and others on their behalf, shall be directed to the City’s Procurement and Contract Services Division in the manner provided below in this solicitation, unless otherwise authorized by the City’s Chief Procurement Officer. Prohibited contact or communications during the prohibited communication period may result in disqualification from the solicitation process, rejection of the solicitation, or termination of any resulting contract as determined by the Chief Procurement Officer. In addition, prohibited contact or communications may also be grounds for suspension and debarment of a respondent or potential respondent under the City’s Procurement Code. b. Any questions by a bidder relative to the interpretation of specifications or the bid process shall be addressed in writing as indicated below. In order to be answered prior to the submittal deadline, questions must be received by the Procurement and Contracts Division ten SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 25 (10) days prior to the date set for the receipt of bids. Please see the “Written Question(s) Form” under Forms and Submittals Section of this solicitation. Any interpretation made to prospective bidders with respect to questions submitted prior to the cut-off date for questions to be answered prior to the submittal deadline will be expressed in the form of an Addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. c. It will be the responsibility of the bidder to contact the Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. All communication and contact regarding this solicitation shall be directed to the Purchasing Agent referenced on the cover page of this Invitation for Bids: Silvia Coste, CPP, Senior Purchasing Agent silvia.coste@orlando.gov City of Orlando Procurement and Contracts Division City Hall at One City Commons 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 (407) 246-2291 Fax (407) 246-2869 Website: http://www.cityoforlando.net/procurement/ 3. TERM OF THE CONTRACT: The term of the contract resulting from the solicitation, shall be for an initial twelve (12) month period. The contract may, by mutual assent of the parties, be extended for four (4) additional twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months. 4. BIDDER'S CERTIFICATION FORM: Each bidder shall complete the "Bidder's Certification Form” included with this Invitation for Bids. The form must be acknowledged before a Notary Public with notary seal affixed on the document. The failure of a bidder to include this document with their bid submittal will be cause for rejection of the bid. 5. SUBMITTAL OF BIDS: Bids shall be submitted electronically via vendorlink the bid form(s) provided herein. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount provided by a bidder for any item are not in agreement, the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected to conform thereto. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 26 6. BID INFORMATION: It is incumbent on the bidder to check the City of Orlando’s website at https://vendorlink.cityoforlando.net or contact the Procurement and Contracts Division for current bid and award information, prior to and after the scheduled opening date of a solicitation, in accordance with the instructions provided herein, in section entitled, “Invitation for Bids Award Information”. 7. EXCEPTIONS TO TERMS AND CONDITIONS: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the City’s bid document(s). Inclusion of additional terms and conditions, such as those which may be on your company’s standard forms, may result in your bid being declared non-responsive. 8. SPECIFICATIONS: a. The Specifications shown in the Invitation for Bids are intended to represent items of a quality level known to meet City’s requirements. While the City endeavors to promulgate written Specifications that are accurate and nonrestrictive for bidding purposes, they may also reference an item by manufacturer’s name and model number. Bidders are cautioned that in the event of a discrepancy therein, such difference must be timely questioned in writing. Any written question must be received by the Procurement and Contracts Division by the time set on this solicitation. b. If any proprietary, trade, brand, or manufacturers' name or part number is used herein in describing the required equipment or materials, it shall be understood to indicate the minimum standard of composition and quality desired, and shall not be construed to exclude equipment or goods that equals or exceeds the functional capability and quality of the named equipment. The City, in its sole discretion, shall determine whether equipment or goods are equivalent in capability and quality. Bidders are strongly encouraged to submit equivalent equipment or materials for consideration during the question and answer period. If equivalent equipment or materials is proposed, indicate the manufacturer's name and model number for the equipment and include any literature or other explanation of the equipment's quality or performance with your bid. c. The equipment bid herein shall be new and shall be of the current production model. If applicable, detailed equipment specifications for make and model offered shall be provided with bid. d. Bidders may be required, at no expense or liability to the City, to make available for test/demonstration, equipment equal in all aspects to the equipment bid, and/or equal equipment that may be seen under operating conditions in the Central Florida area. 9. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 27 meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement. 10. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. 11. ALTERATIONS/CHANGES TO BID PRICE FORM(S): Bidder shall not change or otherwise alter the quantity or unit designations on the Bid Price Form(s). The unit price bid and total extensions must correspond to these designations. Each line item will be extended as indicated (quantity x unit price). The unit price shall prevail. 12. ADDENDA: It is the bidder’s responsibility to contact the Procurement and Contracts Division prior to submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda, and return executed Addenda with the Bid. If you have downloaded this Bid from the Internet, please ensure that you also download all such Addenda. The failure of a bidder to submit acknowledgment of any Addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the Bid. 13. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement, please complete and return the "No Bid" form included in this solicitation. 14. OPENING OF BIDS: Electronic bids will be received in the Procurement and Contracts Division until the due date and time as specified in this Invitation for Bids. Bids will be opened and the total bid amount shall be publicly read aloud immediately following the published due date and time. No responsibility will attach to the City for the premature opening of a bid not properly addressed and identified. Bidders or their authorized agents are invited to be present at the bid opening. 15. BIDDER QUALIFICATION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perform prompt service. The City reserves the right to request information or conduct an inspection of the bidder's facility and equipment prior to the award of the contract. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded a contract under the terms and conditions herein stated. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 28 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 practice in the industry and as determined by the City. Failure to comply with the established deadline for submittal of required documents may be grounds for disqualification. 16. INSPECTION OF PUBLIC RECORDS: Bidders may request copies of the solicitation records in person or by written request to the City Records and Archive Management Services located at 400 South Orange Avenue, 2nd Floor, Orlando, Florida, 32801 or by calling (407) 246- 2148. You may also email your request to records@orlando.gov . Pursuant to Florida State Statute Chapter 119.07, sealed bids are exempt from public inspection until such time as the City provides Notice of Intended Action or until thirty (30) days after bid opening, whichever is earlier. 17. IRREGULAR BIDS: Bids made on other than the documents furnished by the Procurement and Contracts Division may not be considered. Changes in phraseology, additions, or limiting provisions made on the Invitation for Bids may render the bid irregular and may cause rejection. The City’s Chief Procurement Officer, however shall have the authority to waive minor irregularities. 18. UNBALANCED BIDS: At determined by the City's Chief Procurement Officer in the CPO’s discretion, the City may consider a solicitation response irregular and reject it if any of the prices are excessively unbalanced (either above or below the amount of a reasonable response) to the potential detriment of the City. The City further reserves the right to require backup documentation from the respondent if, in the Chief Procurement Officer's opinion, the prices are, or appear to be, excessively unbalanced. 19. WITHDRAWAL OF BIDS: After bid opening, no changes in bid prices or other provisions shall be permitted. Bidders may withdraw or correct a bid prior to the stipulated date and time for the opening of bids upon a written request to the City’s Chief Procurement Officer. 20. EVALUATION OF BID AWARD: The City reserves the right to award the bid to the responsive and responsible bidder who submits the lowest bid meeting specifications. For purposes of this solicitation, the determination of the responsive and responsible bidder submitting the lowest bid shall be made after the application of all applicable programs and preferences established by the City, including but not limited to the City’s MBE/WBE program and VBE preference. In determining whether a bidder is responsible, the City reserves the right to consider matters such as, but not be limited to, quality offered, delivery terms, and service reputation of the bidder. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 29 21. AWARD OR REJECTION OF BIDS: The City’s Chief Procurement Officer reserves the right to accept any, all or part of any bids, to waive minor irregularities, or to reject any, all or part of any bids, and to advertise for new bids, as the interest of the City may require. The City’s Chief Procurement Officer also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications, in addition to price, may be considered by the City’s Chief Procurement Officer: a. The ability, capacity and skill of the bidder to perform the service required. b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts or services. e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. i. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the bidder's taxes or assessments are delinquent. j. Such other information as may be relevent or secured. 22. SELECTION/REJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options which are bid, based on price and other considerations as deemed to be in the best interests of the City. 23. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, to award the work described herein to more than one responsive and responsible bidder. In such cases where an award is made to more than one responsive and responsible bidder, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of such provider’s designation as primary, secondary or alternate. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 30 24. CONTINGENT FEES: The bidder warrants that no City official or employee was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein. 25. IRREVOCABLE OFFER: The submission of a bid shall constitute an irrevocable offer to the City by the bidder for a period of ninety (90) days from the date of bid opening to provide the goods and services set forth in this solicitation upon the terms, conditions, and provisions of this solicitation, at the pricing set forth in the bid. 26. PRICING AND ORDERING: The City will issue purchase orders directly to the awarded bidder for the purchase of supplies and materials. The awarded bidder shall honor these orders in accordance with the terms and conditions of the solicitation and their pricing and discounts terms as listed in their bid submittal. Unless otherwise specified, the awarded bidder shall stock sufficient quantities of supplies to meet the requirements of the City on an "as-needed" basis within seventy-two (72) hours after being notified of such requirements by the City. 27. RETURN OF MERCHANDISE: All items delivered must meet the Specifications herein. Items delivered not as specified will be returned at no expense by the City of Orlando. The City may return, for full credit, any unused items received which fail to meet the city’s performance standards. Replacement items meeting Specifications must be submitted within a reasonable time after rejection of the non-conforming items. The supplier is to accept for full credit, any merchandise returned by the City within ninety (90) days from the delivery or pick up date. All merchandise to be acceptable for full credit is to be returned in a condition to allow for resale by the vendor and include reference to an applicable Vendor Invoice or Packing List. Full credit is to include all costs paid by the City related to the subject merchandise as determined by the appropriate Vendor Invoice or Packing List. 28. CONTRACT SALES REPORT The Contractor shall report sales and usage data to the City on an annual basis in Excel spreadsheet format. The following data at a minimum must be reported for each item included on the Price Form that is procured during the reporting period: • Contract name and number • Contractor name • Reporting period • Department/Division/Location name • Order date • Item description • Manufacturer name • Manufacturer part number • Unit of measure • Quantity • Contractor’s list price SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 31 • Unit price • Extended price • Total purchase amount for the quarter Submission of Contract Sales Reports is the responsibility of the Contractor, without prompting or notification by the City. The Contractor will submit by email the completed Contract Sales Reports to the Purchasing Agent identified in the Contract. The City shall work with the Contractor to develop the approved electronic format and content of the Contract Sales Reports to be used by the Contractor. Failure to provide Contract Sales Reports, including no sales status, may be grounds for default and /or cancellation of the Contract. 29. FAMILIARITY WITH SITE WORK AND CONDITIONS: The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that it is familiar with all such conditions. The failure or neglect of a bidder to familiarize itself with the site of the proposed work, shall in no way relieve it from any obligations with respect to its bid. 30. RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of a Contractor or any subcontractor to the extent that such books and records relate to the performance of the contract or any subcontract. The Contractor and its subcontractors shall retain and maintain financial records and other records relating to the contract for a period of five (5) years from the date of final payment under the contract and by the subcontractor for a period of five (5) years from the date of final payment under the subcontract unless a shorter period is otherwise authorized in writing by the City. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 5-year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 5-year period, whichever is later. 31. ASSIGNMENT: The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under the contract or under any purchase order issued pursuant to the contract, without the prior written consent of the City. The Contractor shall give full attention to the contract, to the faithful execution of the contract, and shall keep the same under its control. 32. FISCAL YEAR FUNDING APPROPRIATION: a. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City provided funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 32 b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not amortized in the price of the supplies or services delivered under the contract or otherwise recoverable. 33. APPLICABLE LAW AND APPEALS: This solicitation is issued in accordance with and shall be governed by the provisions and procedures of Chapter 7 of the City of Orlando’s Code which can be accessed online at: https://www.municode.com/library/fl/orlando/codes/code_of_ordinances?nodeId=TITIICICO_CH 7PRCO or by contacting the Procurement and Contracts Division. Any appeal of matters relating to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code. 34. WARRANTY: Bidder warrants that all equipment, materials and workmanship, whether furnished by bidder or its subcontractor(s), will comply with the City's specifications, drawings and other requirements. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. 35. CONTRACT AND ACCEPTANCE FORM: In order to expedite the contracting process after bid opening and preclude delays occasioned by subsequent contract execution, bidders are requested to sign the Contract and Acceptance Form included with this solicitation and return the form with their bid. In the event that a successful bidder fails to properly execute the Contract and Acceptance Form or return said form (or, if necessary, a letter of authorization) with their bid, the City shall notify the bidder of the City’s intent to make an award and the bidder shall submit such form properly executed (together with a letter of authorization, if necessary, as set forth below) within fifteen (15) calendar days of receipt of notice from the City. Unless such time is extended by the City, the failure of a bidder to submit a properly executed form (and, where necessary, a letter of authorization) within said time period shall be cause for cancellation of the intended award by the City in its sole discretion. In the event that an intended award is cancelled, the award may then be made to the next lowest responsive and responsible bidder or the City’s Chief Procurement Officer may decline to make an award. Successful bidders who default in properly executing the Contract and Acceptance Form after notification of the City’s intent to make an award shall forfeit any bid security to the City and are subject to suspension and/or debarment by the City. Unless otherwise agreed by the City in its sole discretion, the Contract and Acceptance form shall be executed and notarized as follows: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 33 a. If the bidder is a corporation, the Contract and Acceptance Form shall be signed by an authorized corporate officer (i.e., President, Vice President, C.E.O, or C.O.O.). b. If bidder is a Partnership, the Contract and Acceptance Form shall be signed by a general or managing partner. c. If the bidder is a limited liability company, the Contract and Acceptance Form shall be signed by a Manager or Managing Member having authority to bind the company. d. If bidder is a sole proprietorship, the owner shall sign the Contract and Acceptance Form. If an aforementioned signatory is not available and a different authorized signatory executes the form, a letter of authorization reflecting the signatory’s authority shall be submitted on the bidder’s stationery stating that the person who signed the form is duly authorized to enter into such contract on behalf of the bidder. Such letter of authorization shall be signed by one of the designated signatories above or such other representative as may be acceptable to the City. If you have any questions regarding the execution of the Contract and Acceptance Form, please contact the Procurement and Contracts Division at (407) 246-2291 for further clarification. If a bid is accepted by the City of Orlando, the Contract and Acceptance Form will be executed by the City with respect to the items awarded and returned to the bidder evidencing the City’s acceptance of the bid. No award shall be final, and no bidder shall have any entitlement to a contract or award, until such time as the City has executed the Contract and Acceptance Form. Upon execution by both parties, the Contract and Acceptance Form will constitute the formal written contract between the City of Orlando and the bidder. Any such resulting contract shall be non-exclusive, and the City may procure the goods and services listed in said contract from other sources. Within one (1) week of receipt of the fully executed Contract and Acceptance Form, an awarded bidder shall provide to the City with any required bonds, indemnities, and insurance certificate(s). 36. ACCEPTANCE OF MATERIALS/SERVICES: The City will be deemed to have accepted the Work after the City’s Chief Procurement Officer is notified by the using Department of its satisfaction that the Work is completed, in accordance with solicitation specifications. The Work under this Agreement shall remain the property of the Contractor until the City accepts such work. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor. 37. CONTRACT ALTERATIONS: No waiver, alterations, consent or modification of any of the provisions of the contract shall be binding unless in writing and signed by the City’s Chief Procurement Officer or the CPO’s designee. 38. INDEMNIFICATION: The awarded bidder agrees to indemnify and hold harmless the City, its elected officials, officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 34 attorneys’ fees for trial and on appeal, and for the preparation of same arising out of the Contractor’s, its officers’, agents’, and employees’ acts, or omissions associated with the contract. 39. INSURANCE: a. General Insurance Requirements. Within seven (7) days of receipt of a notification of intended award from the City, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. The Certificate(s) of Insurance shall demonstrate that the awarded bidder has coverage in accordance with the requirements set forth herein. Insurance coverage must be in force throughout the contract term. Should a Contractor fail to maintain insurance as required or to provide acceptable evidence of insurance within seven (7) days prior to the expiration date of an insurance policy, the City shall have the absolute right to terminate the contract without any further obligation to the Contractor. In such event the Contractor shall be liable for the entire additional cost of procuring performance plus the cost of performing the incomplete portion of the contract at the time of termination. b. Subcontractors. Unless expressly specified otherwise in this solicitation, a Contractor and its subcontractors of any tier will be required at their own expense to maintain in effect at all times during the performance of the work insurance coverages with limits not less than those set forth below with insurers and under forms of policies satisfactory to the City. It shall be the responsibility of the Contractor to maintain the required insurance coverages and to assure that subcontractors maintain required insurance coverages at all times. Failure of a Contractor to maintain adequate coverage shall not relieve it of any contractual responsibility or obligation. The requirements specified herein as to types, limits, and City’s approval of insurance coverage to be maintained by a Contractor and its subcontractors are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor and its subcontractors under a contract. Any insurance carried by the City that may be applicable shall be deemed to be excess insurance and the Contractor’s insurance primary for all purposes despite any conflicting provision in the Contractor’s policies to the contrary. c. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition precedent to the Contractor’s and his subcontractors’ initiation of performance, the Contractor and its subcontractors shall furnish the City with certificates of insurance as evidence that policies providing the required coverage and limits of insurance are in full force and effect. The certificates shall provide that any company issuing an insurance policy for the work under a contract shall provide not less than 30 days advance notice in writing to the City prior to cancellation, termination, or material change of any policy of insurance (except for notice of non-payment of premium for which not less than 10 days advance notice in writing shall be required). In addition, the Contractor shall immediately provide written notice to the City upon receipt of notice of cancellation of an insurance policy or a decision to terminate an insurance policy. All certificates of insurance shall clearly state that all applicable requirements have been satisfied, including certification that the policies are of the “occurrence” type. Certificates of insurance for a Contractor and subcontractor-furnished insurance and notices of any cancellations, terminations, or alterations of such policies shall be mailed to the Procurement and Contracts Division at the address set forth for delivery of the bid. d. Additional Insureds. All insurance coverages furnished under a contract except Workers’ Compensation and Employers’ Liability shall include the City and its officers, elected officials, and employees as additional insureds with respect to the activities of the Contractor and its SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 35 subcontractors. The City shall not by reason of their inclusion under these policies incur liabililty to the insurance carrier for payment of premium for these policies. e. Waiver of Subrogation. The Contractor and its subcontractors shall require their insurance carriers, with respect to all insurance policies, to waive all rights of subrogation against the City, its officers, elected officials, agents and employees and against other Contractors and subcontractors. f. Types of Coverage to be Provided. The awarded Contractor (and its subcontractors to the same extent and on the same terms as set forth below for Contractor) shall maintain the following coverages and furnish the certificate(s) of insurance on the policies and renewals thereof which indicate that insurance coverage has been obtained meeting the requirements of the contract. (i) Workers’ Compensation and Employer’s Liability. This insurance shall protect the Contractor against all claims under applicable state workmen’s compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees that, for any reason, may not fall within the provisions of a workmen’s compensation law. This policy shall include an “all states” or “other states” endorsement. Exemption certificates shall be accepted if valid during the term of the contract, but only for those eligible corporate officers pursuant to Chapter 440 of the Florida Statutes. Proof of workers’ compensation coverage must still be provided for all employees, sub-contractors not eligible for exemption. The liability limits shall not be less than: Workers’ compensation Statutory Employer’s Liability $100,000 each occurrence (ii) Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor and the additional insureds against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicle, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability limits shall not be less than: Bodily injury and $1,000,000 combined single Property damage limit each occurrence (iii) Commercial General Liability. This insurance shall be an “occurrence” type policy (excluding automobile liability) written in comprehensive form and shall protect the Contractor and the additional insureds against all claims arising from bodily injury, sickness, disease, or death of any person or damage to property of the City or others arising out of any act or omission of the Contractor or its agents, employees, or subcontractors. This policy shall also include protection against claims insured by usual bodily injury liability coverage, a “contractual liability” endorsement to insure the contractual liability assumed by the Contractor under its contract with the City, and “completed Operations and Products Liability” coverage (to remain in force for 2 years after final payment and subsequent to project completion). If the Contractor’s work, or work under its direction, requires blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of structures, or damage to underground property. The liability limits shall not be less than: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 36 Bodily injury and $1,000,000 combined single Property damage limit each occurrence 40. LICENSES: Unless otherwise extended by the City, the awarded bidder will be required within fifteen (15) calendar days of award date, to provide any and all local, state, and federal licenses, approvals, permits, authorizations and/or certifications which would be applicable for all services to be rendered during the term of the contract. 41. AUTHORITY: The City’s Chief Procurement Officer or the CPO’s written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder. 42. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid to provide any goods or services to a public entity, may not submit a bid with a public entity for the construction or repair of a public building or a public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.017 of the Florida Statutes for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 43. PROMPT PAYMENT ACT: Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act. 1. Proper Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a Contractor, vendor or other invoicing party shall consist of at least all of the following: a. a description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); b. the amount due, applicable discount(s), and the terms thereof; c. the full name of the vendor, Contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; d. the Purchase Order or contract number as supplied by the City; and e. an identification by Division, Office or Department of the party(ies) to whom the goods were delivered or services provided. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 37 All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Business and Financial Services Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida, 32802-4990. Finally, in addition to all of the above, in order to be considered a proper invoice, it must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the vendor, Contractor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's terms and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements that those requirements have been complied with. 2. Dispute Resolution In the event a dispute occurs between a Contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Procurement and Contracts Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the City’s Chief Procurement Officer shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. 44. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor, the submission of any bid in response to this Invitation for Bid constitutes a bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties and cities. Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue of this bid. 45. EQUIPMENT: The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. 46. TERMINATION FOR CONVENIENCE: The City’s Chief Procurement Officer may terminate any contract resulting from this solicitation for convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all work properly performed or materials provided prior to the effective date of termination and for all portions of materials, supplies, SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 38 services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination. 47. DRUG-FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation for Bids, you are certifying that your company is a drug-free workplace in accordance with Florida Statute §287.087. 48. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801 telephone (407) 246-2291, not later than seven (7) days prior to the date on which the accommodation is requested. 49. PURCHASING CARD PROGRAM: The City of Orlando uses the VISA Purchasing Card Program to streamline our procurement process. In order to expedite payments to suppliers, The Bank of America VISA Purchasing Card and ePayable solution has been implemented to more effectively control our procurement activities and to achieve a significant cost savings over the traditional paper, purchasing and payment system. As one of the City of Orlando’s valued suppliers, your business may also achieve cost savings results by accepting the ePayables solution. Identified supplier benefits of this Program may include: • Reduction of payment time • Direct electronic deposit to your primary banking account • Increase in working capital • Elimination of invoicing • Reduced collection efforts • Enhanced corporate relationships • Reduced billing costs • Enhanced reporting • Increased sales as a “Preferred Supplier” Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards, therefore, The City encourages all vendors to accept the VISA ePayable solution. 50. RECIPROCAL LOCAL PREFERENCE: In the event the lowest responsive and responsible response to any Invitation for Bids or Request for Proposal is by a vendor whose principal place of business is in a city, county, or state which grants a preference for the procurement of such goods or services to a vendor whose principal place of business is in such area, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the area in which the lowest responsive and responsible vendor has its principal place of business. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 39 51. EMERGENCY SUPPORT: It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the citizens of the City are protected from any emergency situation which threatens public health and safety, as determined by the City. Contractor agrees to provide, rent, sell, or lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services acquired before, during and after a disaster, emergency or hurricane. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. 52. SUBCONTRACTORS: The Contractor shall perform all of its obligations and functions under the contract by means of its own employees, or by a duly qualified subcontractor, which is approved in advance by the City. In the event a subcontractor is employed, the Contractor shall continuously monitor the subcontractor’s performance, shall remain fully responsible to insure that the subcontractor performs as required and itself perform or remedy any obligations or functions, which the subcontractor fails to perform properly. 53. BID PRICES: Unless otherwise specified, Bid Prices must include all costs (labor, overhead, materials) and profit to perform the work specified in this Invitation for Bids. Bid prices shall remain firm for the entire contract period unless otherwise specified or changed by an Amendment. At each renewal period, price increases or decreases may be considered, provided they are reasonable and acceptable to the City. Any Amendment must be in writing and signed by both parties. 54. GOVERNING LAW / VENUE: Any contract entered into as a result of this solicitation shall be deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. Any litigation arising out of this contract shall be commenced in the State and Federal Courts of Orange County, Florida. Contractor shall comply with all applicable federal, state, and local laws in the performance of work under the contract. To the extent applicable, Contractor shall comply with Florida public records laws, including Sections 119.0701(2) (b) 1 through 4 of the Florida Statutes. 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 THE PUBLIC RECORDS AT C/O DEPUTY CITY CLERK, RECORDS@CITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246-3538, 400 S. ORANGE AVE., ORLANDO, FL 32801. 55. RECYCLED CONTENT: In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 40 etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City is requesting that bidders provide detailed information regarding any known or potential recycled material content in the product that may be extracted and recycled after the product has served its intended purpose, on the Bidder’s Questionnaire as provided in this solicitation. 56. LIVING WAGE POLICY: As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at 407.246.2291). Covered Service Contractors, as well as their subcontractors (first tier only), shall pay to all of their employees providing Covered Services pursuant to a contract with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project). “Living wage” means compensation for employment of not less than $15.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision or the service Contractor shall allow the City to audit (at service Contractor’s place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future City contracts at the sole option of the City. This provision shall apply to all bid and Proposal awards for Covered Services, which involve City expenditures that exceed $100,000.00 per year. More particularly, this provision shall apply to single and multiple award agreements for Covered Services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one contract year. As for multiple award contracts (contract award which will be divided among several Contractors), at the point when the City has expended $100,000.00 on that contract in any one-contract year, regardless of whether such expenditure was to one Contractor or several Contractors, then the living wage provision shall apply to all Contractors who are a party to that award. For those contracts whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the contract term, this provision will be applicable to that contract in the next quarter. To further clarify, the Living Wage policy does not apply to part time employees, or the part time employees of all subcontractors. Furthermore, the workers of temporary employment agencies are not covered by the City’s Living Wage Policy. A hard copy of the City's Living Wage Policy is also available at the Procurement and Contracts Division. 57. PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES: In accordance with Section 287.135(2) of the Florida Statutes, “[a] company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing a contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, or submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 41 2. Is engaged in business operations in Cuba or Syria.” Section 215.473 of the Florida Statutes defines a company to include “all wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit.” By submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law above are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, by submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. Any respondent awarded a Contract as a result of this solicitation shall be required to recertify the aforementioned certifications at each renewal of the Contract. The City may terminate any contract resulting from this solicitation if respondent or any of those related entities of respondent as defined above by Florida law are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Notwithstanding the preceding, the City reserves the right and may, in its sole discretion, on a case by case basis, permit a company on such lists or engaged in business operations in Cuba or Syria to be eligible for, bid on, submit a proposal for, or enter into or renew a contract for goods or services of one million dollars or more, or may permit a company on the Scrutinized Companies that Boycott Israel List to be eligible for, bid on, submit a proposal for, or enter into or renew a contract for goods or services of any amount, should the City determine that the conditions set forth in Section 287.135(4) of the Florida Statutes are met. Accordingly, firms responding to this solicitation shall execute and return with their response an executed copy of Attachment “D”, Certification Regarding Prohibition Against Contracting With Scrutinized Companies. A contract shall not be awarded to a Respondent who does not submit the certification form at the time of submittal or within seven (7) days of the date the City requests the certification form be submitted, if a Respondent fails to return the form with its response. 58. ORDER OF PRECEDENCE: This solicitation shall be included and incorporated in the purchase order or contract resulting from this solicitation. The purchase order or contract, including any exhibits attached thereto, contains all the terms and conditions agreed upon by the parties. No other contract, oral or otherwise, regarding the subject matter of the contract, shall be deemed to exist or to bind either party hereto. Unless otherwise expressly provided in the purchase order or contract, in the event of any conflict between the terms of the contract or purchase order, the City's solicitation, and the vendor's response, the order of precedence shall be the contract or purchase order, followed by the solicitation, and then the response to the solicitation. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 42 59. PATENTS AND COPYRIGHTS: The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under the contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. 60. TERMINATION FOR DEFAULT: The performance of Work under the contract may be terminated by the City’s Chief Procurement Officer, in whole or in part, in writing, whenever the Chief Procurement Officer shall determine that the Contractor has failed to meet the performance requirements of the contract. The Chief Procurement Officer has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the contract, or if the Contractor fails to perform any other provisions of the contract. Notwithstanding the preceding, nothing herein shall be deemed to preclude the Chief Procurement Officer in the CPO’s sole discretion on a case by case basis from providing the Contractor with written notice and a reasonable opportunity to cure the default prior to termination. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Chief Procurement Officer or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Chief Procurement Officer, shall constitute authority for the Chief Procurement Officer to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, or not completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Chief Procurement Officer, for any expense incurred in excess of the contract prices. Such purchases shall be deducted from contract quantities or work. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Chief Procurement Officer. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Chief Procurement Officer that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Nothing herein shall be deemed to preclude the City’s exercise of any other rights or the City's pursuit of any other remedies that it may have herein or under law or in equity, including but not limited to any right of the City to terminate the contract for convenience. 61. TIME OF COMPLETION: The parties understand and agree that time is of the essence in the performance of the contract. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 43 not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City’s Chief Procurement Officer may at the CPO’s discretion, cancel the contract for the convenience of the City. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. 62. CORRECTION OF WORK: The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to the contract whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work. 63. INFORMATION: All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to the contract, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents as necessary to perform the Work. 64. SAFETY MEASURES: The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. 65. EXTRA WORK: The City, without invalidating the contract, may order changes in the Work within the general scope of the contract consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written amendment to the contract, and shall be executed under the applicable conditions of the contract. If the Contractor plans to make a claim for an increase in the contract price or an extension in the contract schedule/term, it shall first give the City written notice within ten (10) calendar days after the occurrence of the event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the City’s Chief Procurement Officer, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. 66. FAMILIARITY WITH THE WORK: The Contractor acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 44 alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of the contract by the Contractor serves as his stated commitment to fulfill all the conditions referred to in the contract. 67.TITLE AND RISK OF LOSS: The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. 68.TRADE NAMES: In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does notpropose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein bythe bidder. The reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered provided each bidder clearly states in his bid or proposal exactly what he proposes to furnish and forwards with his bid a cut illustration or other descriptive matter whichwill clearly indicate the character of the article covered by his bid. The City hereby reserves theright to approve as an equal, or to reject as not being equal, any article the bidder proposes to furnish which contains major or minor variations from the specification requirements but may comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful contractor after award and beforemanufacturer or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with. 69.FEDERAL, STATE, AND LOCAL RULES / APPROVALS: The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the properexecution and completion of the Work under this Agreement. 70.EMPLOYMENT ELIGIBILITY; E-VERIFY SYSTEM Pursuant to Section 448.095 of the Florida Statutes, prior to Contract execution and at all times during the term of the Contract, Contractor shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. If Contractor enters into a contract with a subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the Contract and, if longer, for any additional audit period provided to the City in the Contract. Pursuant to Section 448.095(2)(c) of the Florida Statutes, the City, Contractor, or a subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. If the City has a good faith belief that a subcontractor knowingly violated this subsection, but the Contractor otherwise complied with this subsection, the City shall SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 45 promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. Pursuant to Florida Statute, a contract terminated pursuant to subparagraph 1. or subparagraph 2. of Section 448.095(2)(c) of the Florida Statutes is not a breach of contract and may not be considered as such, and the City shall have no liability to Contractor, a subcontractor, or any entity or person arising from or related to such a termination. If the Contract with Contractor is terminated by the City pursuant to Section 488.095(2)(c), the Contractor may not be awarded a public contract for at least one (1) year after the date on which the Contract was terminated and Contractor shall be liable to the City for any additional costs incurred as a result of the termination of the Contract. 71. CLEAN WORK AREA: The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. 72. MISCELLANEOUS PROVISIONS: By submitting a bid, the bidder shall be deemed to have certified that the contract is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the work covered by the contract and is in all respects fair and without collusion or fraud. Bidder further warrants and certifies that they are authorized to enter into the contract and to execute same on behalf of the Contractor as the act of the said Contractor. The contract, including any Exhibits thereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of the contract shall be deemed to exist or to bind either party thereto. If any section, sentence, clause, phrase, provision, or other portion of the contract is, for any reason, held invalid or unconstitutional by a court or other body of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision and such holding shall not affect the validity of the remaining portions of the contract. The contract is solely for the benefit of the parties to the contract and no causes of action shall accrue upon or by reason thereof to or for the benefit of any third parties. The City’s Chief Procurement Officer or written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder. 73. NONDISCRIMINATION POLICY: The following provisions shall be included in all City (and Community Redevelopment Agency and Downtown Development Board) bids, RFP’s, and other solicitations for goods and services, and incorporated into all contracts resulting from such solicitations: Contractor shall: 1. Implement an employment nondiscrimination policy prohibiting discrimination in the performance of the contract in the hiring, discharging, promoting or demoting, matters of compensation, or any other employment-related decision or benefit on account of actual or perceived race, ethnicity, color, religion, national origin, gender, disability, SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 46 age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. 2. Not discriminate in the performance of the contract on account of actual or perceived race, ethnicity, color, religion, national origin, gender, disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. 3. Incorporate the foregoing requirements in all subcontracts related to its contract with the City. 74.AFFILIATED AGENCIES This solicitation is issued by the City of Orlando on behalf of itself and its affiliated agencies, including but not limited to the Community Redevelopment Agency of the City of Orlando ("CRA"), the Downtown Development Board ("DDB"), and the Downtown South Neighborhood Improvement District ("DSNID") (each an "Affiliated Agency"). Upon the written agreement of the Contractor and an Affiliated Agency (or upon the issuance of a Purchase Order by an Affiliated Entity in circumstances where the City places orders by Purchase Order), Contractor shall provide such goods and/or services as set forth in this solicitation to an Affiliated Agency upon the same pricing, terms, and conditions set forth in the Contract between the City and Contractor, unless otherwise greed in writing by the Contractor and the Affiliated Agency. Except as may otherwise be expressly provided in the agreement or Purchase Order authorizing the acquisition of the goods or services, (i) the procuring Affiliated Agency shall be solely responsible for all obligations and duties, and shall have all rights of the City, with respect to the goods or services procured by the Affiliated Agency; and (ii) Contractor shall look solely to the procuring Affiliated Agency for payment and the performance of any and all other obligations for goods or services contracted for by a procuring Affiliated Agency. With respect to work performed for an Affiliated Agency, actions may be taken on behalf an Affiliated Agency by the Chief Procurement Officer of the City of Orlando, or his designee(s). 75.PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: Final and complete payment will be made on the basis of completion and acceptance by the City of the work performed under the contract and receipt of satisfactory evidence that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made in compliance with 218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or charges for labor, materials or other supplies used directly by the Contractor or any subcontractor under the contract, shall constitute cause for the City to withhold final payment until said bills or charges are paid. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 47 FORMS AND SUBMITTAL DOCUMENTS SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 48 BID PRICE FORM Bidder’s Name: You are invited to Bid on the following: IFB23-0119, Sidewalk Inspection, Grinding, Removal & Repairs The bidder, having carefully examined the specifications and Terms and Conditions herein, proposes to furnish all labor, materials, equipment and other items without exception for the proper execution and completion of the work, and if awarded the contract, to complete the said work within time limits as specified for the following bid prices. BID PRICE FORM Item No. Estimated Quantity Unit Description Unit Price Total 1. 2. 3. 40,000 1,000 10,000 LF LF SF 0.25”-2.00” Trip Hazard >2” TripHazard Removal & Replacement Sidewalk $____________ $____________ $____________ $_____________ $_____________ $_____________ TOTAL BASED BID: $_______________ BIDDER INITIALS:________________ 1. FOB Point Destination 2. Discount Payment Terms (if any): _______%, if paid within ______days after receipt of invoice. 3. Is your company willing to accept the VISA ePayable solution for payment of all invoices? ____ Yes ____ No 4. Is your company willing to serve as a secondary supplier in the event your company is not selected for primary award?____ Yes ____ No Recheck your quotations prior to submission. Bids may not be changed after being opened. American Grinding Company, LLC d/b/a American Sidewalk Management JPV 0 30 X X 8.95 8.95 25.00 358,000.00 8,950.00 250,000.00 616,950.00 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 50 CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Respondents must disclose within their Bid the name of any officer, director, employee or agent (or their spouse or child) who is also an employee or officer of the City of Orlando. Furthermore, all Respondents must disclose the name of any City employee or officer (or their spouse or child) who owns, directly or indirectly, an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries. By submission of this Bid, the undersigned certifies, under penalty of perjury, that to the best of their knowledge and belief, except as disclosed pursuant to the instructions above, that no officer or employee of the City (or their spouse or child), directly or indirectly, owns an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries; nor does the Respondent know of any City officer or employee having any financial interest in assisting the Respondent to obtain, or in any other way effecting, the award of the contract to this Respondent. Comments: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ Acknowledged by: __________________________________________ Firm Name: __________________________________________ Signature of Authorized Representative: __________________________________________ Name and Title (Print or Type): __________________________________________ Date: __________________________________________ American Grinding Company, LLC d/b/a American Sidewalk Management Joel Van Veen / President February 15, 2023 Joel Van Veen Not applicable as there are no conflicts of interest. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 51 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Name of Respondent:____________________________________ By:__________________________________________________ (Authorized Signature) Title:_________________________________________________ Date:_________________________________________________ Joel Van Veen / American Grinding Company, LLC d/b/a American Sidewalk Management President February 15, 2023 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 53 BIDDER’S QUESTIONNAIRE: The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a question is not applicable, so indicate by writing “N/A”. 1.COMPANY NAME: Address of Principal Place of Business: City/State/Zip: Phone: Fax: Name of primary Contact : Email: 2.TYPE OF ORGANIZATION: ______ Sole Proprietorship ______ Partnership ______ Non-Profit ______ Joint Venture ______ Corporation ______ Other: __________________ State of Formation: _______________ Federal ID # DUNS # (The City only requires a Federal Tax ID Number, not a Social Security number. 3.EMERGENCY CONTACT PERSON: Phone: Fax: Cell: 4. INSURANCE COMPANY NAME: Agent Contact:Phone: 5.EXPERIENCE: A. Years in business: B. Years in business under this name: C. Years performing this type of work: 6.SUBCONTRACTORS - for informational purposes only: If bidder intends to use subcontractors, please provide the information below. All subcontractors listed remain subject to approval by the City. Name of subcontractors to be utilized and type of work: Name Type of Work M/WBE VBE Certified? City Certified? (Y or N) (Y or N) __________________________ ___________________ _______ ________________ __________________________ ___________________ _______ ________________ __________________________ ___________________ _______ ________________ American Grinding Company, LLC d/b/a American Sidewalk Management 1425 Coit Ave NE Suite #200 Grand Rapids, MI 49505 (888) 556-7344 (888) 556-7344 Joel Van Veen joel@sidewalkmgmt.com X LLC FL 45-5068772 04-848-1239 Paul Slotsema / Director of Operations (888) 556-7344 (888) 556-7344 Coldbrook Insurance Craig Renke (616) 301-6757 11 years 11 years - d/b/a added in 2021 11 years (888) 556-7344 N/A - No subcontractors will be required to complete work detailed in this bid. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 54 7.LOCAL SERVICE FACILITY, IF APPLICABLE: A. Name of local service center: B. Address of local service center: C.County local service center is located in: D. Contact: ___________________________________Telephone number: 8.RECYCLED CONTENT: A.Percentage of recycled material contained in the product: _____% B.Is your product packaged/shipped in material containing recycled content? Yes _____ No _____ C.Is your product recyclable after it has reached its intended end use? Yes _____ No _____ 9.REFERENCES: Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references that shows vendor has 3-years experience in Grinding. Reference #1: Name: Address: Telephone No.:: Fax No.: Contact: E-mail: Reference #2: Name: Address: Telephone No.:: Fax No.: Contact: E-mail: Reference #3: Name: Address: Telephone No.:: Fax No.: Contact: E-mail: Reference #4: Name: Address: Telephone No.:: Fax No.: Contact: E-mail: City of Tampa, Florida (813) 274-8901 Keith Gorman keith.gorman@tampagov.net City of St Cloud, Florida (407) 957-7347 Scott Adams sladams@stcloud.org City of Lakeland, Florida (863) 834-6000 Michael Slaton michael.slaton@lakelandgov.net 3804 E 26th Ave, Tampa, FL 33605 1300 9th St, St Cloud, FL 34769 407 Fairway Ave, Lakeland, FL 33801 City of Orlando, Florida Howard Elkin howard.elkin@cityoforlando.net (407) 246-2370 1030 Woods Ave, Orlando, FL 32805 (407) 246-3613 Not applicable. X X 100 * * Note that this references the fact that all concrete waste removed as a part of the grinding and R&R process is recycled. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 55 WRITTEN QUESTION(S) FORM: Any questions relative to interpretation of specifications or the solicitation process must be addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (10) days prior to the solicitation due date. Written questions received within ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as identified in this Invitation for Bids. This form is provided for your convenience, however, emails to the Purchasing Agent are acceptable. Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding. Oral answers will not be authoritative. SOLICITATION NUMBER: IFB23-0119 DATE SUBMITTED: _____________ SOLICITATION TITLE: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS. COMPANY NAME: American Grinding Company, LLC d/b/a American Sidewalk Management ADDRESS: 1425 Coit Ave NE, Suite #200 CITY: Grand Rapids _____________________________________STATE: MI_____________ ZIP: 49505_________________ CONTACT NAME: __Joel Van Veen___________________________________PHONE: (888) 556-7344 ______________________ 1. 2. 3. 4. 5. 2/9/23 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 56 ADDENDUM ACKNOWLEDGMENT FORM: The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No.Dated Addendum No.Dated Addendum No.Dated Addendum No.Dated Addendum No.Dated Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid. Company Signature Title 1 American Grinding Company, LLC d/b/a American Sidewalk Management President 2 2/23/23 1/31/23 SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 57 "NO BID" RESPONSE TO INVITATON FOR BIDS Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 If your firm is unable to submit a bid at this time, would you please provide the information requested in the space provided below and return to: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 We have received Invitation for Bids No. IFB23-0119, Sidewalk Inspection, Griding, Removal & Repairs- opening at 2:00 p.m., Local Time, City of Orlando, FL, on, March 2 2023. Reason for not bidding: BY: Signature Name & Title, Typed or Printed Company Name SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 58 BIDDERS EQUIPMENT LIST Page 11, Section II Item E Lease/Own Make Model Year VIN Description of Vehicles Function Note: See Attachments A & B for all applicable equipment information. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 Procurement and Contracts Division Page: 59 ATTACHMENT “A” SUPPLEMENTARY CONDITIONS SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 SUPPLEMENTARY CONDITIONS 1.CITY OF ORLANDO CONSTRUCTION CONTRACT BID SPECIFICATIONS MINORITY ANDWOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION Notice of Minority Business Enterprise Requirement Each Contractor must comply with the requirements, terms and conditions of Chapter 57, Article II and III, ofthe Code of the City of Orlando, Minority and Women-Owned Business enterprises (MBE/WBE), including the goals for minority and women-owned business participation and the goals for minority and female employment during the performance of this contract. The Contractor commits itself to the goals for minority and women-owned business participation and the goals for minority and female employment contained herein and all other requirements, terms and conditions of these bid conditions and Chapter 57 by submitting a properly signed bid and by executing an affidavit indicating both present and continued compliance with all minority and female requirements for this Contract. This notice is to assist you, however, there may be areas of concern to you which are not covered or which are only partially detailed herein. You, therefore, are encouraged to review Chapter 57 Articles II and III in their entirety. The Contractor will appoint a company executive to assume responsibility for the implementation of such requirements, terms and conditions; and will provide the name and contact information for the said executive to the Compliance Official. All Contractors are advised that the CITY specifically reserves the right that if during any fiscal year, bids are being sought by the CITY for a contract to provide supplies, services or construction and that the CITY has not achieved the goals established in accordance with the City Code, the contract may be awarded to the lowest responsible and responsive bidding minority or women-owned business enterprise, as applicable, meeting contract specifications unless it appears that the minority or women-owned business enterprise's bid is unreasonably priced, or if in the judgment of the CITY, the minority or women-owned business enterprise's bid is neither in the best interest of the CITY nor the lowest and best bid. For the purpose of this subsection, an "unreasonable price" is a price above competitive levels which cannot be attributed to the minority or women-owned business enterprise's attempt to cover costs inflated by the present effect of disadvantage or discrimination. Part I: Goals for Minority Business Enterprise Program A.It is the policy of the City of Orlando that Minority and Women-Owned Businesses shall have the maximum feasible opportunity to participate in the performance of CITY contracts. B.The Contractor agrees to use its best efforts to carry out this Minority Business Enterprise Policythrough award of subcontracts to Minority and Women-Owned Business Enterprises to the fullest extent consistent with the efficient performance of this Contract. As used in this contract, the term "minority business" is defined as a business firm which is at least 51% owned and controlled by minority group members and which has been officially certified by the CITY as an MBE. The minority ownership must exercise actual day-to-day management and independent control. For the purpose of this definition, minority group members are Black, Hispanic, American Indians, Alaskan Natives, Asian , and Pacific Islanders. As used in this Contract, the term "women-owned business" means a business firm which is at least 51% owned and controlled by women and which has been officially certified by the CITY as a WBE. The women ownership must exercise actual day-to-day management and independent control. C.Only those companies which are certified, or companies which are certified by programs which havebeen granted reciprocity by the CITY, may be utilized to meet the goals established by Chapter 57. The Minority Business Enterprise Division Office can supply the Contractor with a list which names all those companies certified by the City. Should a Contractor wish to use a company granted certification through the City's reciprocity program, the Contractor should verify the status of that company with the Compliance Official prior to bid opening. Companies SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 qualified through the use of reciprocity may only be used when they have been previously approved by the Compliance Official and only if the Contractor has been unable to find a certified company to perform the subcontracted portion of the Contract using the criteria and requirements listed in the Good Faith requirements. D.The Contractor agrees that at least 18% of the total dollar value of the contract on which the Contractoris bidding shall be subcontracted to Minority Business Enterprises; at least 6% of the total dollar value of the Contract on which the Contractor is bidding shall be subcontracted to Women-Owned Business Enterprises, unless these goals have been adjusted downward by the Compliance Official pursuant to Section 57.16. Such adjustments, if applicable, will be documented to you in the form of an addendum, otherwise the goals are as herein stated. At least 18% of the Contractor's work force shall be minorities; and at least 6% of the Contractor's work force shall be female or, if such levels are not achieved, the Contractor agrees to provide firm evidence of a good faith effort to meet the percentages, as more fully set forth in Part III below. E.For the purpose of this program, the term "subcontract" includes all construction, modification,equipment rental, materialmen, and service work, contracted for by the Contractor in the execution of the work under this Contract. Notwithstanding the fact that a Contractor may have the capability to complete the total project with its own work force and without the use of Subcontractors, each Contractor will still be required to take positive efforts to subcontract to minority and women-owned firms a share of the work consistent with the goals or obtain a waiver of such requirement from the CITY Compliance Official. F.The Contractor should only use those minority or women-owned companies listed by or confirmed in writing through the Minority Business Enterprise Division in order to receive full credit. G.The successful Contractor shall maintain records showing (a) awards to minority and women-ownedbusinesses: (b) specific efforts to identify and award subcontracts to minority and women-owned businesses, (c) minority and female employment, (d) specific efforts to identify and employ qualified minorities and females, and (e) awards to non-minority and non-women owned businesses. H.Monthly MBE and WBE utilization status reports shall be submitted to the MBE Division on the CITY’s designated B2G Now electronic payment reporting system. The CONTRACTOR will also need to submit the B2G Now Monthly Audit Summary Report and any other affidavits and related documents required to establish compliance with the Minority and Women Business Enterprise program goals for the project with the CONTRACTOR’s Application for Payment. I.The MBE Division shall have the right to review and audit records, receipts and documents maintained by the Contractor, upon reasonable notice. Part II. Specific Good Faith Efforts for Minority Business Enterprise (“MBE”) and Women Business Enterprise (“WBE”) Subcontractor Participation The Contractor will be deemed in compliance with the City of Orlando Minority and Women-Owned Business Enterprise Chapter 57 Ordinance if it meets or exceeds the goals stated in Part I in its subcontracts, agreements and employment levels. Contractors who fail to achieve their commitments to the goals for minority and women-owned subcontracting participation should demonstrate their good faith efforts by documentation which includes, but is not limited to, the following: (1)Whether the Contractor, in the case of subcontract goals, at least ten (10) business days prior to the bidopening, provided written notice by electronic mail (“email”), facsimile, certified mail (return receipt request), or hand delivery, to all certified MBE's and WBE's which perform the type of work which the Contractor intends to subcontract, advising the MBE's and WBE's: SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 (a)of specific work the Contractor intends to subcontract; (b)that their interest in the Contract is being solicited; and (c)how to obtain information about review and inspect the Contract plans and specifications. (2)Whether the Contractor selected economically feasible portions of the work to be performed by MBE'sor WBE's including where appropriate, breaking down Contracts or combining elements of work into economically feasible units. The ability of a Contractor to perform the work with its own work force will not in itself excuse a Contractor's failure to meet Contract goals. (3)Whether the Contractor provided interested MBE's or WBE's assistance in reviewing the Contract plans and specifications. (4)Whether the Contractor submits all quotations received from MBE's and WBE's, and for thosequotations not accepted, an explanation of why the MBE or WBE will not be used during the course of the Contract. Receipt of a lower quotation from a non-MBE/WBE prior to or at the time of bid opening will not in itself excuse a Contractor's failure to meet Contract goals; provided, however, a Contractor's good faith efforts obligation does not require a Contractor to accept a quotation from a MBE/WBE which is an unreasonable price. For the purpose of this subsection an "unreasonable" price is a price above competitive levels which cannot be attributed to the MBE/WBE's attempt to cover costs inflated by the present effect of disadvantage or discrimination. (5)Whether the Contractor elected to subcontract types of work that match the capabilities of solicitedMBE/WBE's. (6)Whether the Contractor's efforts were merely pro-forma and given all relevant circumstances, could not reasonably be expected to produce sufficient MBE/WBE participation to meet the goals. (7)Whether the Contractor has provided a list of all MBE/WBE's with whom they negotiated. (8)Whether the Contractor included at the time of bid opening a list of the Contractor's proposedSubcontractors, on the Letter of Intent form, provided as set forth in Attachment 1; or submitted on company letterhead in substantially the same manner, signed by the Contractor and containing the number of Contract dollars to be awarded to each proposed MBE/WBE subcontractor. A final executed copy of the Letter of Intent, with the MBE/WBE's signature(s), must be provided to the Compliance Official no later than two (2) business days after the bid opening. In determining the sufficiency of a Good Faith effort, the City may also review (1) whether the MBE or WBE goal was met by other bidders; and (2) whether the Contractor has on other contracts within the past six (6) months utilized MBE/WBE's. If a Contractor fails to meet the goals as established in this document, the Contractor must provide the previously listed "good faith" information (including the Letter of Intent) at the time that the bids are opened; if the Contractor meets the goals as listed, he must submit a Letter of Intent, signed by an authorized agent of the Contractor, at the time of the bid opening (see paragraph 8 of Part II for further information). If a Contractor fails to meet the goals as listed herein but has provided good faith documentation as contained in Part II above, the Compliance Official may provide an extension of no more than five (5) business days. At the end of that period the Compliance Official shall once again review the Contractor's efforts to subcontract with MBEs and WBEs to ensure that the Contractor has made a good faith effort to comply. While no Contractor shall be found to be in non-compliance solely on account of failure to meet the MBE/WBE goals, Contractors which fail to achieve the goals and fail to make good faith efforts to achieve the goals may have their bids rejected as non-responsive, have bid award rescinded or may have other penalties imposed pursuant to Chapter 57. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 The Compliance Official will review the documentation presented by the Contractor for compliance with this document and Chapter 57. Minority Business Enterprise and Women Business Enterprise Subcontractors listed by the Contractor in the Letter of Intent cannot be changed by the Contractor without the prior written approval of the Compliance Official. Part III. Specific Good Faith Efforts for Minority and Female Employment Contractors who fail to achieve their commitments to the goals for minority and female employment must demonstrate their good faith efforts by documentation which includes at least the following: 1)Whether the Contractor has attempted to recruit minority or female employees through the use of the media, local hiring pools or other recruitment methods; 2)Whether the Contractor has initiated training programs to encourage the use of minority or femaleemployees; 3)Whether the Contractor has made use of any local agencies (i.e., Blueprint Employment Office) which promote the placement of minority or female employees; 4)Whether the Contractor recruited for positions for which there are qualified minority or femaleapplicants; 5)Whether the Contractor offered salaries which are comparable with standard local industry practices. If the Contractor is unable to meet the employment goals, has properly documented good faith effort, and the Compliance Official determines that the deficiencies are correctable, the Compliance Official shall inform the Contractor as to what actions must be taken to correct the deficiency. The Compliance Official will review the documentation presented by the Contractor for compliance with this document and Chapter 57. If there is any deviation from the MBE Utilization proposal as noted in the Contractor's submission, such deviation must be justified to the City. All deviations, whether before or after contract award and/or whether before or after commencement of work on the project, shall be reported to and approved by the Compliance Official. Failure to report deviations must be considered an inaccuracy or falsification and may result in a finding that the Contractor is non- responsive and the bid may be rejected or the Contract terminated for that reason. Contractors are required to execute and submit to the Compliance Official, copies of all ordinance-related sub-agreements within seven (7) days after Contract award, and from time to time, advise the Compliance Official of the status of its compliance with appropriate requirements. If it is determined by the Compliance Official that a Contractor with the CITY for construction services at any time during the said term of Contract failed to maintain the minority and female employment levels and minority and women-owned business enterprise percentages established pursuant to City Code and set forth herein and also failed to show a good faith effort to maintain said levels and percentages, the Compliance Official shall document the non-compliance and shall attempt to resolve the discrepancy with the Contractor's assistance. If the Contractor fails to correct the violation, the City may then impose appropriate penalties. The Compliance Official shall designate a Contract Compliance Investigator or the MBE Project Manager to investigate whether a contractor with the City for construction services has at any time during the term of said contract failed to maintain the minority employment levels and minority business enterprise percentages established pursuant to Section 57.16 of City code and also failed to show a good faith effort to maintain said levels and percentages, the Contract Compliance Investigator or the MBE Project Manager shall document the non-compliance and report it to the Compliance Official. If the contractor fails to come into compliance or fails to show a good faith effort to come into compliance within fifteen (15) days in the case of minority employment levels, and within fifteen (15) days in the case of minority business enterprises, the Compliance Official may then SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 impose appropriate penalties upon the contractor, to include but not be limited to (a) forfeiture of a portion of the retainage withheld pursuant to the contract, commensurate with the extent of the violation, (b) withhold MBE approval memorandum for failure to comply, and (c) M/WBE de-certification. The Compliance Official may in his discretion refer the contractor to the Chief Procurement Officer for debarment from submitting future bids to the City for a period of one (1) year. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM In order to foster economic development and business opportunities, promote the growth and development of local businesses, and rectify the economic disadvantages of service-disabled veterans and wartime veterans who have made extraordinary sacrifices on behalf of the nation, the City of Orlando has adopted a Veteran Business Enterprise (“VBE”) Preference. For further information regarding this program, please refer to Chapter 7 of the Code of the City of Orlando. In order for a bidder to receive credit for VBE certification for this solicitation, the bidder must have its principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, Seminole or Osceola Counties) and be a certified veteran business enterprise by the State of Florida Department of Management Services as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids. If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit a copy of the certificate received from the State of Florida Department of Management Services stating that your company is certified as a veteran business enterprise: Business Name: Certification Number: Expiration Date: There shall be no third party beneficiaries of the Veteran Business Enterprise Preference provisions of this solicitation or resulting contract. The City of Orlando shall have the exclusive means of enforcement of the Veteran Business Enterprise Preference Ordinance and any contract terms. No right of action for non-signatories of the contract is intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 of the Code of the City of Orlando. Note: Not applicable as American Grinding Company, LLC will self-perform all work. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 2.26.20 2.RESPONSIBLE CONTRACTOR’S POLICIES/DAVIS-BACON PAY RATE ANDCLASSIFICATION The wage rates set forth in the applicable Wage Determination General Decision for Orange County, Florida, identified in the Invitation for Bid, shall be the minimum hourly wage for the stated job classification to be paid to workers on this Project. However, no CONTRACTOR or Subcontractor’s worker shall be paid at a rate less than the Living Wage of $15.00 per hour. The CONTRACTOR shall post a copy of the CITY’S Living Wage and Responsible Contractor’s Policies set forth in the Supplementary Conditions as Attachment 2 at CITY designated locations on the Project site. 3.SOCIAL SECURITY NUMBER COLLECTION Pursuant to Section 119.071(5) of Florida law, the City is required to provide notification in writing of thepurposes for which an individual’s social security number is collected. The City collects social security numbers for the following purposes: identification and verification; tracking, employment verification and auditing. Social security numbers are also used as a unique numeric identifier and may be used for search purposes. 4.E-VERIFY The Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract. In addition, Contractor shall require any subcontractors performing work or providing services pursuant to the Contract to verify the employment eligibility of all new employees hired by the subcontractor during the term of the Contract. SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 10/21/19 LETTER OF INTENT [*Instructions* Contractor shall place the following, in substantially the same form as provided below on their letterhead. In the event a Contractor fails to meet the MBE/WBE percentage goals and minority and female workforce as required by the attached documents, the Contractor shall complete and submit this Letter of Intent AT BID OPENING and shall provide evidence of a good faith effort as required by the "City of Orlando Construction Contract Bid Specifications Minority and Women-Owned Enterprise Participation, and Minority and Female Workforce percentages". Once the bids are opened, the Letter of Intent must be signed by the MBE/WBEs and returned to the Minority Business Enterprise Division no later than two days after bid opening.] Dear Compliance Official: I__________________________________________ have entered into an agreement(s) with the following Minority (Name of Contractor) and/or Women-Owned Business Enterprise(s) to do the following work for the listed, total contract amounts. 1) ______________________________________________________________________________(MBE/WBE) ______________________________________________________________________________(Scope of Work) ______________________________________________________________________________(Subcontract Price) (NOTE: Extend list for additional MBE/WBE(s) as needed) The total percentage of the Contract being performed by MBEs ___________% The total percentage of the Contract being performed by WBEs___________% The total dollar amount of contracts being performed by MBEs $___________ The total dollar amount of contracts being performed by WBEs $___________ The total percentage of the workforce or employment being performed by minorities _________% The total percentage of the workforce or employment being performed by females ___________% I understand that I shall not be allowed to substitute or change MBE/WBE Subcontractors nor their scope of work nor the percentage of work performed by them, without the express prior approval of the Compliance Official. [ ] I was unable to meet the MBE and/or WBE goals on the project. My "good faith" effort documentation is attached to this letter. _________________________________________________ ____________________ Authorized Agent of Contractor (must be signed) Date _________________________________________________ ____________________ Authorized Agent of MBE/WBE Date (must be signed within two (2) days after bid opening Note: See Attachment A SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS IFB23-0119 SUPPLEMENTARY CONDITIONS 10/21/19 LIVING WAGE AND RESPONSIBLE CONTRACTOR’S POLICIES The following City policies are applicable to this construction Project: (1)CONTRACTOR, as well as its Subcontractors at all tiers, shall pay to all of their employees providing services pursuant to a contract with the CITY, a living wage for the time spent providing services to the CITY. (Thisprovision does not include general administrative personnel unless they are assigned to a CITY project.) “Living wage” means compensation for employment of not less than $15.00 per hour for straight time, exclusiveof FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision and the CONTRACTOR shall allowthe CITY to audit (at CONTRACTOR’s place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusionfrom future CITY contracts at the sole option of the CITY. (2)The CONTRACTOR, when paying its workers on this Project, shall pay such workers an hourly wage, based on classification for the Orlando region established by the Davis-Bacon Act (40 U.S.C. 276a-7) assupplemented by the Department of Labor regulations (29 CFR part 5) (hereinafter “hourly wage”). (3)The CONTRACTOR shall post a copy of the CITY’S Living Wage and Responsible Contractor’s Policies at designated locations on the Project site as required by the Contract Documents. PROCUREMENT AND CONTRACTS DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. BOX 4990 • ORLANDO, FLORIDA 32802-4990 PHONE 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • https://vendorlink.cityoforlando.net DATE: 1/31/2023 TO: All Bidders FROM: Silvia Coste, CPP, Senior Purchasing Agent Procurement and Contracts Division SUBJECT: Sidewalk Inspection, Grinding, Removal & Repairs. Transmittal of Addendum Number One (1) IFB23-0119 Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby changed accordingly. A. WRITTEN QUESTION RECEIVED AND ANSWER: Question No. One (1): Regarding the project out for bid IFB23-0119; SIDEWALK INSPECTION, GRINDING, REMOVAL & REPAIRS, page 7 (Submittal Check List) shows a requirement of “FDOT Qualification in Intermediate Maintenance [sic] of Traffic Control.” However, according to the FDOT Prequalification Work Classes (please see attached) Intermediate Maintenance of Traffic Control is not one of them. Answer No. One (1): As stated on page 11 G. and page page 13 J., the Contractor shall have a certified Florida Department of Transportation Intermediate Maintenance of Traffic (M.O.T.) Control person. FINAL COMMENT: Only written questions answered in writing by formal Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received after the cut-off date for questions by respondents as specified on Section 00030-1 of the Invitation to Bid will not be given any consideration. Firms are reminded to review the original solicitation and all subsequent Addenda issued. THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL. In other respects, except as specifically stated above, all other terms and conditions of the solicitation remain unchanged. Sidewalk Inspection, Grinding, Removal & Repairs IFB23-0119 Addendum One (1) January 31, 2023 Page 2 of 2 SIGNATURE PAGE Bidders are asked to acknowledge receipt of this Addendum Number One (1), by completing the information requested below and submitting this information with their Bid. Failure to do so may subject the Bidder to disqualification. ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED. RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED NAME OF BUSINESS BY: SIGNATURE/DATE NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS CITIES, STATE, ZIP CODE ( ) AREA CODE WITH TELEPHONE and FAX NUMBERS American Grinding Company, LLC d/b/a American Sidewalk Management February 15, 2023 Joel Van Veen / President 1425 Coit Ave NE, Suite #200 Grand Rapids, MI 49505 888 556-7344 / (888) 556-7344 PROCUREMENT AND CONTRACTS DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. BOX 4990 • ORLANDO, FLORIDA 32802-4990 PHONE 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • https://vendorlink.cityoforlando.net DATE: February 23, 2023 TO: All Bidders FROM: Silvia Coste, CPP, Senior Purchasing Agent Procurement and Contracts Division SUBJECT: Sidewalk Inspection, Grinding, Removal & Repairs. Transmittal of Addendum Number Two (2) IFB23-0119 Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby changed accordingly. A. BID BOND FORM: For your convenience a Bid Bond Form is being provided. However, your surety company should be able to provide their own standard form. See ATTACHMENT “A” BID BOND FORM from this addendum. B. WRITTEN QUESTION RECEIVED AND ANSWER: Question No. One (1): Is a Performance & Payment Bond Required? VendorLink states that a Performance & Payment Bond is not require that only a Bid Bond is required. Answer No. One (1): No, a Performance and Payment bond is not required for your total base bid at bid time. A Performance and Payment Bond will only be required if an individual job is $200,000.00 or over. Yes, a 10% Bid Bond is required at Bid Opening of your total Base bid. Question No. Two (2): On page 11 under Item I - General, A, the specifications state that the minimum grinding rate is to be no less than 500 linear feet per day and have an average of 250 to 350 linear feet per day. Is the required average also supposed to be 500+ linear feet per day to match the minimum grinding rate? Answer No. Two (2): The minimum grinding rate is 500 linear feet per day." delete the statement "average 250 to 350 linear feet per day. Question No. Three (3): If a certified check is used to meet the bid bond requirement, how should that be submitted to the City? This is a question due to the requirement to submit bid responses electronically. If a Sidewalk Inspection, Grinding, Removal & Repairs IFB23-0119 Addendum Two (2) February 23, 2023 Page 2 of 4 certified check needs to be mailed, please provide instructions on how it should be sent, where it should be sent to, and any further information necessary for submission. Answer No. Three (3): If a certified check is being used to satisfy the 10% Bid Bond, please submit a copy of the check with your bid response. The original check can be delivered by hand or mail. The delivery location is: City Hall/ Procurement and Contracts Division 4th Floor, ATT: Silvia Coste, 400 South Orange Ave., Orlando, F 32801. Pease reference the project name and number. Question No. Four (4): For use of proprietary equipment that is exempt from disclosure does the City of Orlando have a form that should be used or should it simply be identified as such in the bid submission? Answer No. Four (4): Please identify this equipment separately marked proprietary and confidential, also include the law language that exempt this from becoming public records. Question No. Five (5): If a non-MBE/WBE company plans to self-perform all work (and no subcontractors are expected to be used), how should the Letter of Intent in the ‘Supplementary Conditions’ be completed? Answer No. Five (5): Please refer to your bid documents under the Supplementary Conditions: Specific Good Faith Efforts for MBE & WBE Part II (2): Whether the Contractor selected economically feasible portions of the work to be performed by MBE's or WBE's including where appropriate, breaking down Contracts or combining elements of work into economically feasible units. The ability of a Contractor to perform the work with its own work force will not in itself excuse a Contractor's failure to meet Contract goals. All bidders should make an effort to achieve the MBE & WBE program goals by selecting MBE & WBE firms for subcontracting opportunities. Please refer the bid documents page 28: #20--Evaluation of Bid Award. FINAL COMMENT: Only written questions answered in writing by formal Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received after the cut-off date for questions by respondents as specified on Section 00030-1 of the Invitation to Bid will not be given any consideration. Firms are reminded to review the original solicitation and all subsequent Addenda issued. THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL. In other respects, except as specifically stated above, all other terms and conditions of the solicitation remain unchanged. Sidewalk Inspection, Grinding, Removal & Repairs IFB23-0119 Addendum Two (2) February 23, 2023 Page 3 of 4 SIGNATURE PAGE Bidders are asked to acknowledge receipt of this Addendum Number Two (2), by completing the information requested below and submitting this information with their Bid. Failure to do so may subject the Bidder to disqualification. ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED. RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED NAME OF BUSINESS BY: SIGNATURE/DATE NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS CITIES, STATE, ZIP CODE ( ) AREA CODE WITH TELEPHONE and FAX NUMBERS American Grinding Company, LLC d/b/a American Sidewalk Management February 27, 2023 Joel Van Veen, President 1425 Coit Ave NE, Suite #200 Grand Rapids, MI 49505 888 556-7344 / (888) 556-7344 WORK ESTIMATE ESTIMATE #: 1048 DATE: Jul 2, 2025 info@sidewalkmgmt.com ID Unit Rate Sidewalk Trip Hazard Removal via Grinding Linear Feet 9.00$ Sidewalk Removal & Replacement Square Feet 25.88$ d/b/a American Sidewalk Management City of Clearwater SERVICE PROVIDER CUSTOMER Public Works - AdminAmerican Grinding Company, LLC If you have any questions concerning this estimate, please contact American Sidewalk Management at (888) 556-7344. 1408 Hall St SE 100 S Myrtle Ave Grand Rapids, MI 49506 Clearwater, FL 33756 Phone: (888) 556-7344 Phone: (727) 562-4747 PROJECT DESCRIPTION: Unit prices for removal of sidewalk trip hazards via grinding and sidewalk removal & replacement services. DESCRIPTION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0626 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Authorize purchase order(s) to multiple vendors as listed, for the maintenance, repairs, and related purchases, in the cumulative annual amount of $1,250,000.00, for term August 8, 2025 through August 7, 2026, with two, one-year renewal options pursuant to City Code of Ordinances Sections 2.563(1)(a), Single Source, and 2.563(1)(d), Standardization, and authorize the appropriate officials to execute same. (consent) SUMMARY: Pumps are essential to the daily operations and maintenance of the City’s water and wastewater systems. They facilitate the movement of water, wastewater, and treatment chemicals throughout various stages of processing and distribution. Each pump serves a specific function critical to the operation of the City’s Public Utilities facilities. To ensure transparency and uninterrupted procurement, authorization is requested to purchase pumps from the sole source vendors listed below: ·Carl Eric Johnson is the sole source vendor for Grundfos and Moyno pumps. Grundfos metering pumps provide precise and consistent chemical dosing. Moyno pumps are used at wastewater facilities to handle thick, high-solids fluids such as sludge. ·Trippensee Shaw Inc. is the sole source vendor for Sulzer-Johnston pumps, which are used at the Northeast Water Reclamation Facility (WRF) to pump reclaimed water into ground storage tanks. ·RC Beach and Associates is the sole source vendor for Patterson, Lutz-Jesco, and Trillium (Floway) pumps. Patterson pumps are used for finished water and ozone booster pumping at water treatment plants. Lutz-Jesco pumps deliver precise chemical doses at all three water plants. Floway pumps move treated effluent into the reclaimed water system at the Marshall WRF. ·Guardian Equipment is the sole source vendor for TKM metering pumps, which are used for accurate chemical dosing, such as chlorine and bisulfite, at wastewater treatment plants. ·PSI Technologies is the sole source vendor for Vogelsang cutter and rotary lobe pumps. These pumps are used in the digester process to manage thickened sludge with solids and debris. ·Tencarva (Hudson Pump) is the sole source vendor for Flygt AC pumps, which are used in pump houses at wastewater treatment facilities for Return Activated Sludge (RAS) pumping. Tencarva is also the Sole Source provider of Allis-Chalmers pumps used to transfer effluent water from the Sand Filters to the contact chamber at the Northeast WRF, and Goulds pumps used at the Marshall WRF for transferring reclaim water to the storage tank. ·Barney’s Pumps is the sole source vendor for Pentair/Aurora and Homa pumps. These pumps are used at water plants for RO skid high-pressure feed, blend transfers, high-service distribution, Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0626 backwashing, and concentrate handling. ·Carter & VerPlanck is the sole source vendor for FlowServe pumps, used at the RO1 facility to move concentrate water, which is then reused as feed water at the RO2 plant. All pumps included in this procurement are specifically engineered for their designated applications and precisely fit the infrastructure at each facility. While other pumps may serve similar functions, variations in design and footprint often require costly engineering and construction modifications. Standardizing the existing models avoids the need for structural, electrical, or plumbing changes, enabling efficient replacements, minimizing downtime, and reducing the need for excess inventory stocking multiple types of spare parts. If a sole source vendor is replaced by the manufacturer, authorization is requested to remove the original vendor and designate the new vendor, with oversight from the Procurement Division. APPROPRIATION CODE AND AMOUNT: Funding for the current year’s portion of this contract are available in Public Utilities’ cost centers, cost codes 550400 - Operating Supplies and materials, and 546200 - Equipment Repairs & Maintenance. Future year funding will be requested as part of the annual operating budget process. The Public Utilities department is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization. Establishing this contract meets the City’s strategic objective of Environmental Stewardship by ensuring our plants and facilities are always operational and running at peak capacity and performance, guarding against potential spills that could negatively impact our surrounding estuaries and community. It also satisfies the strategic objective of High Performing Government by providing a high level of service to our residents and maintaining vital infrastructure. Page 2 City of Clearwater Printed on 1/14/2026 Xylem Inc. 4828 Parkway Plaza Blvd. Charlotte, NC 28217 March 11, 2025 Subject: Flygt AC, A Xylem Brand Sole source for the State of Florida Attn: To whom it may concern, This letter is to confirm that Hudson Pump and Equipment Division of Tencarva at 3524 Craftsman Blvd. Lakeland FL is the sole source authorized Municipal distributor for Flygt AC, a Xylem brand which includes pumps, parts and service repairs in the State of Florida for calendar year 2025. If you have questions regarding this issue feel free to contact me anytime. Sincerely, Chris Stanton Chris Stanton Channel Account Manager-Flygt and Flygt AC Products chris.stanton@xylem.com 412-605-9974 January 5, 2025 Subject: Aurora Authorized Municipal Distributor To whom it may concern, Thank you for your recent inquiry regarding Aurora & Layne Verti - Line pumps. Barney’s Pumps, Inc. is the sole authorized distributor serving the municipal market in the state of Florida (exclusive of the panhandle counties west of the Apalachicola River). Barney’s Pumps maintains a staff of factory trained individuals, inventory and shop facilities to support their exclusive geographical territory. They are the sole facility authorized to provide new pumps, replacement OEM parts, warranty and non - warranty serv ice and repair for our products, which are manufactured by Pentair Flow Technologies in their North Aurora Ill. facility. Products manufactured in our North Aurora facility include but not limited to vertical turbines, split case pumps, end suction pumps, vertical end line pumps. They have locations in Lakeland (863) 665 - 8500 , Coral Springs (954) 346 - 0669 and Jacksonville (904) 260 - 0669 to support the Florida municipal market. If I can be of further assistance, please contact me at 504 - 491 - 0320 Sincerely, Bryan E. Kates Named Account Executive Bryan E. Kates Named Account ExecuƟve PENTAIR FLOW TECHNOLOGIES Aurora/Layne VerƟline . . . +1 - 781 - 361 - 4751 cell - Flowserve US Company 19-FSG-WSRA-00273 5215 North O'Connor Blvd, Suite 700 Irving, TX 75039 USA Telephone 972-443-6500 www.flowserve.com AUTHORIZATION LETTER June 17, 2025 Daniel Trueblood Infrastructure Maintenance Division Manager Public Utilities City of Clearwater, FL Dear Daniel: This letter is to hereby acknowledge that Carter & Verplanck, a DXP Company, with offices at 4910 West Cypress Street, Tampa, FL 33607, United States is recognized by Flowserve US Company (“Flowserve”) as the sole authorized Water Sales Representative of Flowserve for the City of Clearwater, Florida. Carter & Verplanck, a DXP Company, is authorized to promote sales, receive inquiries, and present quotations, for the products within the markets and territories specified in the attached PRODUCTS and TERRITORY. For the avoidance of doubt, this does not include mechanical seals. This authorization letter is valid until December 31, 2025 or until earlier revoked by Flowserve. Regards, Stephanie Ruttman Contracts and Channel Partner Manager Docusign Envelope ID: 3C77AA88-F44E-4F31-8DB3-6CF0B54E9310 Page 2 **Note this is the geographical territory, but there may be specific market and account inclusions /exclusions in the Agreement not listed here Flowserve US Company 5215 North O'Connor Blvd, Suite 700 Irving, TX 75039 USA Telephone 972-443-6500 www.flowserve.com PRODUCTS and TERRITORY Product Description Industrial General Purpose Pumps - Horizontal Single Stage Close Coupled General Purpose Pumps - Horizontal Single Stage Frame Mounted General Purpose Pumps - Vertical Single Stage In-Line General Purpose Pumps - Vertical Single Stage Sump General Purpose Pumps - Horizontal Axially Split Single Stage <=12" General Purpose Pumps - Horizontal Axially Split Multistage - Light Duty General Purpose Pumps - Segmental Ring - Light Duty General Purpose Pumps - Composite Medium Duty Process Pumps - Medium Duty (Non API) Process Pumps Medium Duty Process Pumps - ANSI/ASME Metallic Sealed Medium Duty Process Pumps - ANSI/ASME Non-Metallic Sealed Medium Duty Process Pumps - Sealless Chemical Ansi Metallic Medium Duty Process Pumps - Paper Stock / High Capacity End Suction Medium Duty Process Pumps - Sewage (Or Waste Water) Treatment Medium Duty Process Pumps - ANSI/ASME Sealless Nonmetallic Abrasive Solids Pumps - Rubber Lined Abrasive Solids Pumps - Hard Metal Abrasive Solids Pumps - Horizontal Abrasive Solids Pumps - Vertical Abrasive Solids Pumps - Submersible General Purpose Vertical Turbine Pumps - <30" General Purpose Vertical Turbine Pumps - Canned <30" Gear Pumps INNOMAG Horizontal Pumps – Horizontal Axial Flow Twin Screw Vacuum - Liquid Ring Vacuum Standard, Special, Gas Ejector Vacuum - Liquid Ring Vacuum Compressor Vacuum - Liquid Ring Vacuum Systems Vacuum - Dry Vacuum - SIHIboost General Purpose - Side Channel Pumps General Purpose - Horizontal / Vertical Single Stage & Multistage Special Medium Duty Process - ISO/DIN Metallic Sealed Medium Duty Process - ISO/DIN Metallic Sealless Medium Duty Process - Horizontal End Suction - Thermal Medium Duty Process - Segmental Ring All other - Sludge Mixer Engineered Horizontal Pumps - Horizontal Axially Split Single Stage >Than 12" Horizontal Pumps - Horizontal Axially Split Heavy Duty Single Stage Steel Horizontal Pumps - Segmental Ring Multistage - Heavy Duty Horizontal Pumps - Horizontal Axially Split Multistage - Heavy Duty Horizontal Pumps - Barrel Multistage General Purpose Vertical Turbine Pumps - =>30" General Purpose Vertical Turbine Pumps - Canned => 30" Vertical Pumps - Double Suction & Double Suction Canned Concrete Volute Pumps Integrated Solutions Operations Vacuum - Dry Vacuum - SIHIdry All other - HALBERG Docusign Envelope ID: 3C77AA88-F44E-4F31-8DB3-6CF0B54E9310 Page 3 **Note this is the geographical territory, but there may be specific market and account inclusions /exclusions in the Agreement not listed here Flowserve US Company 5215 North O'Connor Blvd, Suite 700 Irving, TX 75039 USA Telephone 972-443-6500 www.flowserve.com Docusign Envelope ID: 3C77AA88-F44E-4F31-8DB3-6CF0B54E9310 10 September 2024 1 Jeff Barnsdale Regional Sales Manager – Florida jbarnsdale@grundfos.com +1 281.961.2858 Grundfos Water Utility, Inc. 856 Koomey Road Brookshire, TX 77423 9/10/2024 Daniel Trueblood, This is to inform you that Carl Eric Johnson, Inc. at 1725Q MacLeod Drive, Lawrenceville, GA 30043, holds an exclusive contract as the sole authorized representative, service provider, and distributor for Grundfos Water Utility/Municipal – Water Distribution & Treatment products throughout the entire state of Florida. The product roster covered under this exclusivity encompasses: -Grundfos Multi-Stage CR & CM Pumps -Grundfos Dosing/Disinfection Pumps -Grundfos Dosing/Disinfection Skids -Grundfos Booster Package Systems -Grundfos Controls & Communication -Grundfos Motors & Drives -Grundfos Submersible Well Pumps (non-exclusive) -Grundfos Axial & Mixed Flow Pumps -Paco Pumps Your interest in Grundfos products is greatly appreciated. Should any inquiries arise, please do not hesitate to reach out to me. My contact details are conveniently provided in the letterhead. Kind regards, Jeffery Barnsdale Sole Authorization Letter Moyno™ - Industrial Technologies 1 January 22, 2025 Mr. Daniel Trueblood Daniel.Trueblood@myclearwater.com Marshall St. WWTP 1605 Harbor Dr Clearwater, FL 33755 Subject: Authorized Manufacture/Sole Source Letter Dear Mr. Trueblood, This letter is to confirm that Carl Eric Johnson of 1725Q MacLeod Drive, Lawrenceville, GA 30043 is the only authenticated authorized distributor for NOV/Moyno and products hereby known as and referred to as NOV (National Oilwell Varco) in the states of Florida, Alabama, Georgia, and Tennessee. Please be advised that NOV is the only OEM manufacture of Moyno™ and parts worldwide. All other named parts are considered replicated and do not meet NOV standards for materials or fitment. Moyno™ (a division of NOV) has contracted Carl Eric Johnson as the Sole Authorized Representative in your area for Moyno™ products. Should you need any further assistance, please contact me. Best Regards, Shawn Brightman | Chemineer and Moyno Area Sales Manager NOV Fluid Motion Solutions 5870 Poe Ave. | Dayton, OH 45414 M + 937.371.6895 E Shawn.Brightman@nov.com Mono™ | Moyno™ | Chemineer™ | Kenics™ | Greerco™ | Prochem™ Tel: 800.984.9400 Fax: 330.296.4113 Email: sales@vogelsangusa.com Shipping Address: 7966 State Route 44 Ravenna, Ohio 44266 Mailing Address: P.O. Box 751 Ravenna, Ohio 44266-0751 www.vogelsangusa.com 4/4/2025 Rich Gardner Public Utilities Director 1650 N Arcturas Ave Clearwater, FL 33765 Re: Vogelsang Distribution Sole Source Confirmation Dear Mr. Gardner: Please accept this correspondence as confirmation that PSI Technologies - Riviera Beach FL is the exclusive distributor for Municipal sales in Pinellas county, FL. PSI Technologies - Riviera Beach FL 3520 Investment Lane #3 Riviera Beach, FL 33404 (305) 998-1371 https://www.psi-techinc.com/ Should you require additional confirmation, please don’t hesitate to contact me directly. Respectfully, Russ Boring President Vogelsang 7966 State Route 44 Ravenna, OH 44266 Toll-Free: 800.984.9400 Phone: 330.510.1551 Fax: 330.296.4113 RussB@vogelsangusa.com www.vogelsangusa.com ITT Goulds Pumps Seneca Falls, NY Rob Lowe Municipal Sales Gibsonia, PA 15044 Cell: 724-759-5857 Date: January 1, 2025 Subject: ITT Goulds Pumps Municipal Representation State of Florida To: Whom it may concern, This Document serves as official notice that Hudson Pump & Equipment, a Division of Tencarva Machinery Company is the exclusive municipal representative for all sales of ITT Industrial Process products in the state of Florida. This exclusivity agreement applies to all ITT Industrial Process products as shown below: • ITT Goulds Pumps sold under the “brand names” of Goulds Pumps, Allis-Chalmers, Goyne Pump and Morris Pumps. (Please note: Goyne Pump Company was acquired by ITT Goulds Pumps in 1979 and Morris Pumps was acquired by ITT Goulds Pumps in 1981). • ITT Goulds Pumps’ repair parts sold under the “brand names” Goulds Pumps, Allis-Chalmers, Goyne Pump and Morris Pumps. • ITT Monitoring & Control (Variable Frequency Drives) sold under the “brand names” of ProSmart and PumpSmart. • In addition, Hudson Pump is the “only” Goulds Pumps Authorized Service Center (ASC) within the state of Florida which gives them exclusive “authorized” rights for the repair / rebuild of Goulds Pumps equipment. If you have any questions regarding this agreement, please don’t hesitate to contact me. Best regards, Rob Lowe Rob Lowe ITT Goulds Pumps East Region Municipal Sales Manager January 15, 2025 Subject: TKM LLC - Representation in Florida To whom it may concern: Please be advised that our sole distributor for the municipal market in Florida is Guardian Equipment headquartered in Sanford, FL. Locally please contact Mark Cliburn in the Florida Regional office at 407-936-2216 or email alan@guardianequipment.net If you require any technical support or have any other questions regarding TKM Metering Pumps, please contact us directly at your convenience. Thank you for your interest in TKM. Timothy V. Mann President TKM LLC 1059 Triad Ct Ste. 1 Marietta, GA 30062 (O) 770-943-4922 (C) 770-329-2933 Email - tmann@tkmindustries.com Metering Pumps Trippensee Shaw, Inc. | www.TrippenseeShaw.com Eustis Office: 407.222.0575 | Sebring Office: 863.382.2101 January 27, 2025 Daniel Trueblood, Infrastructure Maintenance Manager City of Clearwater Public Utilities 100 South Myrtle Avenue Clearwater, Florida 33756 Re: Sulzer Johnston Pumps Dear Mr. Trueblood: Trippensee Shaw, Inc. is the sole and exclusive distributor for Sulzer-Johnston Pumps for the state of Florida. By purchase of Sulzer-Johnston pumps and parts from Trippensee Shaw, the City will procure equipment which meets Sulzer-Johnston’s rigorous quality standards and performance. We appreciate this opportunity to work with City of Clearwater. Please contact me at your convenience at 407.222.0575 if we can be of further service. Best regards. L. Todd Shaw, PE Trippensee Shaw, Inc. Pump Technology Inc. Southeast Regional Office Ansonia, CT 06401 Ph. 203 231 6433 Sincerely, Nate Ackerman Southeast Regional Sales Manager HOMA Pump Technology, Inc. Re: HOMA PUMP Authorized Municipal Distributor Date: 1/3/2025 To Whom It May Concern: Effective September 14, 2004, Barney's Pumps, Inc. became the only authorized distributor for HOMA PUMP TECHNOLOGY INC. in the municipal market for the state of Florida (exclusive of the panhandle counties west of the Apalachicola River). Their responsibilities include but are not limited to: A. Sale of new units, B. Sale of OEM aftermarket parts in accordance with HOMA warranty, and C. Warranty evaluation and repair to meet Warranty Requirements for HOMA pumps. Barney's Pumps has been involved with the rotating equipment business for many years. Their staff is experienced in the selection, application, packaging and service of HOMA pumps, and they have locations in Lakeland, Coral Springs, and Jacksonville to properly support the municipal marketplace in the state of Florida. HOMA PUMP will support Barney's Pumps by referring inquiries to them and by our direct sales force working side-by-side with them to optimize our customer support. We recommend our customers work closely with them to obtain the best results from our products. They can be reached in Lakeland at (863) 665-8500, in Coral Springs at (954) 346-0669, or in Jacksonville at (904) 260-0669. Please let us know if you have any questions or if there is any way we can be of assistance. TO WHOM IT MAY CONCERN January 20, 2025 RE: Florida Municipal Sole Source I am pleased to announce that RC Beach & Associates Inc. is the Municipal Sole Source in the State of Florida for specified Lutz-Jesco America Corporation products. This includes all products, spare parts and services offered. Please feel free to contact me if you have any questions. Joseph C. Gibbons SE Regional Manager | Lutz Pumps Inc. - Lutz Jesco Corp. P: (407) 592-8908 | (800) 843-3901| F: (770) 923-0334 gibbons@lutzpumpsamerica.com | www.lutzjescoamerica.com www.lutzpumpsamerica.com | www.chemicalfeedsystems.com Patterson Pump Company. A Gorman-Rupp Company P.O. Box 790. 2129 Ayersville Road. Toccoa, Georgia 30577 Phone: (706) 886-2101 Date: TO: SUBJECT: March 7, 2024 Whom it may concern Market Representation TERRITORY: PRODUCT: Florida (Southern and Western) MUNICIPAL WATER AND WASTEWATER PUMPS This letter is to confirm the following company and their agents are the sole proprietary Sales and Service Agents for Patterson Pump Company in the above referenced territory for pumps and pump parts sales in the Municipal Water and Wastewater Market. PATTERSON REPRESENTATIVE: RC Beach and Associates 625 Grand Central Street Clearwater, FL 33756 And such other offices RC Beach and Associates may deem appropriate to utilize in serving our Municipal Water and Wastewater Customers. Please contact me at Patterson Pump Company if there are any questions concerning this representative organization and their responsibilities. JT Ferebee Custom Pump Regional Sales Manager Patterson Pump Company 706-297-2837 Direct jt.ferebee@pattersonpumps.com cc Brooke Stonecypher, National Sales Manager cc Mike Ellers, Service-Parts Sales Manager VALVES – PUMPS – SERVICES 2495 South Golden State Blvd. Fresno, CA 93706 O: +1.559.442.4000 F: +1.559.442.3098 www.trilliumflow.com R.C. Beach & Associates, Inc. 625 Grand Central Street Clearwater, FL 33756 TEL: 727-216-3240 They can provide assistance, quotations, and complete information on the aforementioned products. Thank you for the opportunity to serve you, and please do not hesitate to contact me if you have any questions. Best regards, Katie Bailey Southeast Regional Sales Manager - Municipal Trillium Flow Technologies FLOWAY® | WEMCO® C 904 316 6765 Katie.Bailey@trilliumflow.com January 21, 2025 Attn: To Whom It May Concern Subject: RC Beach – Sole Source Trillium Pumps USA, Inc. is the manufacturer and sole source provider of Floway™ proprietary pumping equipment. Trillium is headquartered in Houston, TX, the manufacturing facility for that equipment is in Fresno, CA, and our federal I.D. number is 87-052-9231. Our pumps are sold worldwide, and we have a global network of contracted distributors and representatives. Our product distribution channel is structured on an exclusive geographic basis. For municipal Floway™ Vertical Turbine pumps and parts used in the entire state of Florida excluding Panhandle counties west of and including Jackson, Calhoun, and Gulf, our exclusive representative and distributor for Floway™ pumps and parts is: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0688 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.14 SUBJECT/RECOMMENDATION: Authorize a purchase order and agreement to Aquatic Informatics of Vancouver, BC, for Linko software and WIMS Rio Software subscription for water and wastewater plants in the not-to-exceed amount of $84,398.44, of which $24,020.00 is a ratify and confirm, for the term January 1, 2025, through December 31, 2026, pursuant to City Code Section 2.563(1)(d) impractical to bid and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater Public Utilities Industrial Pretreatment Program (IPP) utilizes software to monitor maintenance of Fat, Oil, and Grease (FOG) removal systems, as well as to manage and track compliance for industrial and commercial users. To meet these operational needs, the IPP currently uses LINKO CTS, LINKO FOG, and the POM Portal software applications. Transitioning to a different software solution would be impractical, as it would require extensive reprogramming to integrate with existing systems, additional staff training to ensure proper use, and increased support resources to maintain continuity of operations. Such a change would disrupt established workflows, reduce efficiency, and potentially compromise regulatory compliance tracking. In addition, Public Utilities is planning to implement WIMS-RIO, the cloud-based Water Information Management System (WIMS). This system includes a Sample Manager to store compliance laboratory data across all divisions and will expand long-planned WIMS functionality for the City’s water treatment facilities. Since Public Utilities has transitioned to fully contracted laboratory analysis, the existing LIMS system (ATL Sample Master) is no longer a suitable solution. To identify a replacement, input was first gathered from Public Utilities managers to determine key system requirements. Based on this feedback, research was conducted to identify potential vendors capable of meeting those needs. Seven vendors were contacted, and each system was thoroughly evaluated. After conducting vendor presentations and detailed system reviews, Aquatic Informatics emerged as the only provider capable of fully meeting all operational requirements. WIMS-RIO was selected after evaluating multiple alternatives-including discussions with ATL (the current vendor), a review of ESdat software, and pricing from Hach for site-based expansions. These options were either more costly, lacked needed integration features, or were no longer available as standalone products. WIMS-RIO was determined to be the only software that meets the City’s technical, operational, and cost requirements. It will replace the current outdated laboratory sample manager software, resulting in an estimated annual savings of $12,000 in software maintenance costs while providing enhanced features and capabilities. Authorization for the $84,398.44 will be broken down as follows: ·$24,020.00: Linko software for term January 1, 2025 - December 31, 2025 (ratify and confirm) ·$26,422.00: Linko software for term January 1, 2026 - December 31, 2026 (authorize) ·33,956.44 - WIMS-RIO software subscription for a term of one year from the date of purchase order Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0688 issuance (authorize) Although the purchase amount falls below the threshold requiring Council approval, the inclusion of an indemnification clause by the vendor necessitates City Council authorization. APPROPRIATION CODE AND AMOUNT: Funding for these purchase orders is available in various Public Utilities cost centers in code 530300, contractual services. The Public Utilities department is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. In addition, utilizing Linko software to track Fats, Oils, and Grease allows for Environmental Stewardship, Superior Public Service, and Community Well-being. Page 2 City of Clearwater Printed on 1/14/2026 Sole Source Document Clearwater, FL 4/22/2025 Sole Source Document | 2 4/22/25 City of Clearwater, FL 1650 N Arcturas Ave Clearwater, Florida 33765 Re: Sole Source Statement To Whom It May Concern, Aquatic Informatics Inc. (“AQI”) is the sole developer and sole distributor of WIMS, JobCal, and Rio software solutions. AQI is one of a group of companies (including among others, OTT Hydromet, Hach) that are 100% owned subsidiaries of Veralto Corporation, a publicly traded company on the NYSE. AQI is also the sole provider of Support and Maintenance Agreements (SMA) and Software as a Service (SaaS) Subscriptions for WIMS, JobCal, and Rio which includes access to our Support Portal, software updates/upgrades and technical support. WIMS, JobCal, and Rio software, SMA and SaaS are only sold directly through Aquatic Informatics and Hach. There are no outside sales agents or representatives authorized to sell WIMS, JobCal, and Rio software, SMA or SaaS. Please contact me with any questions or concerns. I may be reached at Phone or email. Thank you, Jake Mickelson Account Executive Jake.mickelson@aquaticinformatics.com 656-239-2414 Natalie Sheh Aquatic Informatics Inc. Page 1 of 5 Confidential - Company Proprietary Quote 00022042 Details: Created On: 20 June 2025 Expires On: 20 July 2025 Prepared For: Frederick hemerick 727-224-7993 fred.hemerick@myclearwater.com City of Clearwater, Florida 1605 Harbor Drive Clearwater, Florida 33755 United States Submitted By: Jake Mickelson jake.mickelson@aquaticinformatics.com Aquatic Informatics Inc. Page 2 of 5 Confidential - Company Proprietary Quote Summary Product Sales Price Term Qty Total Price WIMS-RIO-E-MGD WIMS Rio (MGD-Based) WIMS Rio software subscription for water or wastewater treatment plants based on Million Gallons per Day (MGD). Subscription includes WIMS Rio with unlimited users, access to mobile application, and standard product features including dashboards, reporting, and dynamic spreadsheets. Price is based on total MGD of all treatment plants. $1,067.00 12mos 11.0 $11,737.00 RIO-GS-L/XL Rio Guided Implementation Service (Large/XL) The Customer will be provided up to eight (8) weekly guided implementation sessions essential to the operation of Rio. These sessions range from approximately 1-3 hours and are joint implementation/system configuration training sessions, which include analysis of the customers’ requirements, demonstrations of the required configuration (so that the complete configuration can be undertaken by the customer) and review of the customer completed implementation. The customer is required to complete their configuration of the SW between each session so that the next week's session may progress. On average it is expected that the customer will commit to approximately 2- 4 hours per week outside of the guided implementation sessions to complete their work. Additional effort from the customer may be required depending on the complexity of the customer’s operations and the current state of the customers’ data. $9,113.44 12mos 1.0 $9,113.44 RIO-SAMP-MGD WIMS Rio Sample Manager (MGD-Based) WIMS Rio Sample Manager add-on for a single water or wastewater treatment system based on Million Gallons per Day (MGD). Subscription includes access to mobile application, and standard product features including scheduling, sample collection, and dynamic spreadsheets. $536.00 12mos 11.0 $5,896.00 Aquatic Informatics Inc. Page 3 of 5 Confidential - Company Proprietary RIOSAMPSVC Rio Sample Manager Guided Implementation Service The Customer will be provided up to four (4) weekly guided implementation sessions essential to the operation of Rio Sample Manager. These sessions range from approximately 1-2 hours and are joint implementation/system configuration training sessions, including (1) How to setup analytes and test groups, (2) Scheduling samples, entering results, and connecting data to Rio, (3) Using the mobile app, intro to reports, and (4) Review of the customer completed implementation as required. $3,460.80 12mos 1.0 $3,460.80 RIO-DMR-CONFG-M Rio Single DMR Report Configuration (Medium) Creation of a single DMR report template for Rio with up to 50 rows or parameters. The customer's participation is critical for successful implementation of the report with the customer providing; required layout, a comprehensive list of parameters to be included, and access to knowledgeable staff who can provide critical information required as part of the development process. This service does not include any configuration of the Rio subscription to meet reporting needs. The delivered report template is subject to Aquatic Informatics Open-Source Support Model. $3,749.20 12mos 1.0 $3,749.20 AA-RIO Aquatic Academy User Subscription - WIMS Rio Annual user subscription to the Aquatic Academy, a state-of-the-art learning management system for superior customer education and training. Provides access to online courses for WIMS Rio software and is available 24x7x365. Users will learn at their own pace on their own schedule and complete quizzes and earn a final certification to ensure comprehension. All courses are available to take as many times as desired. The Aquatic Academy is an ideal solution for new users, refresher training for power users and everything in between. $0.00 12mos 10.0 $0.00 Summary of Products & Services Software Licenses (One-Time License Fees): $0.00 USD Professional Services (One-Time Service Fees): $16,323.44 USD Recurring Annual Fees (SaaS & SMA): $17,633.00 USD GRAND TOTAL: $33,956.44 USD All prices are quoted exclusive of taxes. Aquatic Informatics Inc. Page 4 of 5 Confidential - Company Proprietary Order Details To proceed with a purchase, please sign this quote (preferably via Docusign) and provide us with a Purchase Order (PO) so we can process your order and provide you with payment instructions. Please email your Purchase Order to jake.mickelson@aquaticinformatics.com and please reference quote 00022042. Jake Mickelson jake.mickelson@aquaticinformatics.com Aquatic Informatics Inc. 5600 Lindbergh Dr Loveland, CO 80538 FEIN: 47-2917533 Terms and Conditions By signing this quote, you are agreeing to the Aquatic Informatics' Terms and Conditions (located at https://aquaticinformatics.com/terms-conditions/) and online Service Offering and Service Level Agreement (see links below). This agreement is made between the customer named above ("Subscriber") and Aquatic Informatics Inc., having an address at 5600 Lindbergh Dr, Loveland, CO 80538 ("Provider"), and sets forth the terms and conditions on which Aquatic Informatics will supply Products and Services to the customer. All Aquatic Informatics Software (exceptions noted below): • SaaS: Services Offering and Service Level Agreement https://aquaticinformatics.com/saas-service-offering/ • On-Premise: Software License Agreement https://aquaticinformatics.com/on-premise-software/ Exceptions: • WIMS Online: WIMS Online Services Offering and Service Level Agreement https://aquaticinformatics.com/wims-online-saas/ • WIMS On-Premise: WIMS On-Premise Software License Agreement https://aquaticinformatics.com/wims-on-premise/ Aquatic Informatics Inc. Page 5 of 5 Confidential - Company Proprietary Electronic Acceptance Expiration Date: Must be signed by 20 July 2025 Subscriber: City of Clearwater, Florida Subscriber Signature: Per: Name: Frederick hemerick Title: Date: Subscriber Details: Phone: 727-224-7993 Email: fred.hemerick@myclearwater.com Company: City of Clearwater, Florida 1605 Harbor Drive Clearwater, Florida 33755 United States Provider: Aquatic Informatics Provider Signature: Per: Name: Title: Date: PUBLIC UTILITIES REQUISITION REQUEST FORM Revised: 5/11/18 Select Type X Sole Source NOTE: Exempt from bidding 2.563(1)(a): SOLE SOURCE LETTER ADDRESSED TO CITY AND DIRECTOR (OR DESIGNEE) JUSTIFICATION ATTACHED. (Complete Sole Source section below) Standardization– NOTE: Exempt from bidding 2.563(1)(d): IMPRACTICAL TO BID (Complete Sole Source Section below and state why it is impractical to bid) Standardization $1,000 - $2,499.99 Purchasing a Fixed Asset (Quote for equipment) $2,500 - $50,000 (3 Quotes) $50,000 - $99,999 (Formal Bid) $100,000 (Agenda City Council Approval) Note: Certificate of Insurance is required for vendor on City property or working on City asset DATE 4-24-2025 VENDOR LINKO Technology Inc. (Aquatic Informatics) AMOUNT $24,020.00 SHIP TO Public Utilities / WET Division / Industrial Pretreatment Program VENDOR EMAIL tiffany.elliott@aquaticinformatics.com EMPLOYEE Michael Flanigan / Corey O’Neil ACCT CODE 421-1353-530300 SOLE SOURCE SECTION What are we buying? Annual Access & Support 12-31-2024 to 12-31-2025 LINKO Support & Maintenance & Hosting service. LINKO CTS, LINKO FOG software subscription & POM Portal software subscription. Maintenance of software configuration in a web-based/hosted environment. How do you intend to use the product/service? Compliance tracking with existing and new versions, error fixes, technical trouble shooting, assistance, etc. Estimated cost/timeframe? $24,020.00 (1-1-2025 thru 12-31-2025) What is the benefit for the agency/city/public? The Industrial Pretreatment Program maintains and tracks compliance of Industrial and commercial customers via the Clean Water Act. To fulfill this requirement IPP purchases and uses LINKO CTS, LINKO FOG and POM Portal. This is the only record keeping database currently used by the IPP. What about this vendor makes them a single source? LINKO, (Aquatic Informatics), is the sole source supplier of LINKO CTS, LINKO FOG and POM Portal. What is unique about the product? Their hosted environment eliminates burdens of support. It drastically reduces memory storage needs, conserving I.T. resources. Nothing is needed to be installed on City equipment. All that is required is a Windows Operating System and Internet access. All maintenance tasks, back-ups, patches, updates, etc. are handled by LINKO, (Aquatic Informatics). The entire database is also accessible through our Tablets which can be used in real time while in the field. Is there an alternative available? No If so, why is not acceptable? N/A PUBLIC UTILITIES REQUISITION REQUEST FORM Revised: 5/11/18 Confidential - Company Proprietary Sole Source Document July 21st, 2025 Sole Source Document | 2 Confidential - Company Proprietary July 21st, 2025 Re: Sole Source Statement To Whom It May Concern, Linko Software is a software brand that is owned and operated by Aquatic Informatics Inc. (“AQI”). AQI is the developer and producer of the Linko suite of software products for the data management of managed industrial, pretreatment, & FOG compliance programs. AQI is one of a group of companies (including among others, OTT Hydromet and Hach) that are 100% owned subsidiaries of Veralto Corporation, a publicly traded company on the NYSE. AQI is the sole developer and producer of this proprietary software. AQI, in addition to selected subsidiaries of Veralto, are the only organizations authorized to provide Linko Software, implementation services, training or support of Linko Software. Except for subsidiaries owned by Veralto, there are no outside sales agents or representatives authorized to sell Linko Software or services. Any sales agent or representatives authorized to sell Linko Software and services are direct employees of AQI, or a Veralto subsidiary. Please contact us with any questions or concerns. Thank you, Aquatic Informatics Customer Success Team Natalie Sheh Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0694 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.15 SUBJECT/RECOMMENDATION: Authorize a Purchase Order to Hach Company of Loveland, CO for the purchase of testing equipment, laboratory instruments, chemicals, parts, and related supplies and services in the amount of $361,864.64, of which $11,864.64 is a ratify and confirm, for the term of June 14, 2025, through August 4, 2026, with two (2), one-year renewal options pursuant to Clearwater Code of Ordinances Sections 2.563(1)(a) single source and 2.563(1)(d) non-competitive purchases - impractical. (consent) SUMMARY: Hach Company provides Public Utilities specifically with testing equipment, laboratory instruments, chemicals, parts, supplies and related supplies and services required for routine water and wastewater testing and analyses. Hach Company is the sole authorized manufacturer, direct distributor and repairer for their equipment. Hach does not recognize or authorize any other service organization to repair or recalibrate their analyzers or to service any of their equipment. This sole source contract between Hach and the City of Clearwater is required to comply with public water testing regulations, consistency, accuracy, and uniformity in water analyses, and to ensure quality water for our citizens. For the reasons stated above, Public Utilities and the City of Clearwater have standardized their equipment and materials to Hach products, which has allowed the City to consistently meet regulatory requirements and process control testing needs. This contract will provide for the purchase of testing equipment, laboratory instruments, chemicals, parts, and associated repairs and services necessary to maintain these standards. Additionally, this contract will allow the City to maintain current warranties on all Hach equipment, as only Hach’s factory-trained service personnel are authorized to perform repairs, start-up of services, or maintenance on Hach equipment. Utilizing a non-Hach vendor for such services would void the equipment warranties, potentially resulting in increased costs and operational delays. Furthermore, replacing all existing standardized Hach equipment and wiring throughout all Public Utilities’ facilities would be cost-prohibitive time-consuming, and would require extensive retraining of the City staff, making it impractical. APPROPRIATION CODE AND AMOUNT: Funding for the current year’s portion of these purchase orders is available in Public Utilities operating cost centers, cost code 550400, operating supplies and materials. Future funding will be requested within the contract calendar and spending limits. The Public Utilities Department is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service. Establishing this contract meets the City’s strategic objective of Environmental Stewardship by ensuring our plants and facilities are operational and running at peak performance. It also satisfies the strategic objective of High Performing Government by providing a high level of service to our residents and Page 1 City of Clearwater Printed on 1/14/2026 File Number: ID#25-0694 maintaining vital infrastructure. Page 2 City of Clearwater Printed on 1/14/2026 Confidential - Company Proprietary Sole Source Letter June 23, 2025 ACCT NAME Clearwater Public Utilities STREET ADDRESS: 1650 N. Arcturas Ave., Building C CITY STATE ZIP Clearwater, FL 33765-1945 Customer Account Number: 039617 RE: SOLE SOURCE LETTER – Hach Brand Instruments Hach Brand Products – Instruments and Chemistry: Brands to include, but not limited to: Other Hach Brands Evita, GLI, Hach, Homeland Security Technologies, OPS Systems, Orbisphere, Polymetron, Sigma, Anatel, Dr. Lange, Environmental Test Strips, HIAC, Hydrolab, IQ Scientific Instruments, Lachat Instruments, Leica Microsystems, Marsh-McBirney, Met Onem OTT, Hydrometry, Radiometer Analytical, Sea-Bird Electronics, WET Labs, Hach WIMS™, CLAROS Collect, Mobile Sensor Management, Applitek. Thank you for your interest in Hach Company products. This letter is to advise that Hach Company is the sole source manufacturer for all Hach branded instrumentation and chemistry. This excludes all resell items, such as glassware, measuring spoons, brushes, and other general lab accessories. Any software or firmware additions or alterations must be purchased directly from Hach Company. This letter is to confirm that Hach Company is the sole authorized manufacturer and direct distributor of the items listed above. Thank you for your interest in Hach Company Products. If we can be of further assistance, please contact us at 800-227-4224. Thank you. hach.com/service | 800-227-4224, ext. 6180 Hach Service and Parts Dear Customer: The instruments you purchased, part of the following family of brands --- Hach, Great Lakes Instruments, American Sigma, Radiometer Analytical, Lachat, Marsh-McBirney, OptiQuant, Astro, Orbisphere, ELE, and Polymetron --- were designed to be reliable, durable, and easy to operate. Our goal is to design and manufacture instruments that give accurate readings with minimum maintenance requirements. The Hach Service Representative is a highly trained professional who has a thorough, in-depth knowledge of the workings of each manufactured instrument. Our factory-trained service personnel are the only people authorized to perform any startup service, maintenance, or repair of these instruments. Because of the many different parameters and types of analyzers, we do not recognize or authorize any other service organization to perform repair or recalibration of these analyzers. As an ISO 9001 certified company, we maintain the highest standards for quality assurance and NIST traceable test and calibration equipment. Also, unauthorized repairs will result in voiding the instrument’s warranty. All parts used in our instruments meet our specifications and conform to our high standards. Many parts that may be available from a local vendor go through a testing procedure before being available as a Hach authorized part to ensure that they meet the performance tolerances specified for proper instrument performance. Additionally, the use of non-Hach supplied parts will result in voiding the instrument’s warranty. We have service repair centers that can repair and return instruments efficiently and economically. For on-site services we have an extensive field service organization. Please contact the Hach Service department for additional information. Sincerely, Hach Service Manager, NA Service Contracts January 1, 2025 From:Simpson, Jerrod To:Mack, Michelle Cc:Vogel, Lori; Public Utilities Accounting; Gardner, Richard; Flanigan, Michael Subject:RE: Hach Company Contract Date:Wednesday, July 9, 2025 11:14:18 AM Attachments:image001.png I’m ok with this assuming that procurement approves. Thanks, Jerrod Jerrod D. Simpson, B.C.S. Senior Assistant City Attorney Board Certified Specialist in Real Estate Law 600 Cleveland St, Clearwater, FL 33755 (727) 444-7148 Please note that all correspondence with me is subject to Public Records Laws found in Florida Statutes Chapter 119. From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Wednesday, July 9, 2025 10:58 AM To: Simpson, Jerrod <Jerrod.Simpson@MyClearwater.com> Cc: Vogel, Lori <Lori.Vogel@myClearwater.com>; Public Utilities Accounting <PUAccounting@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com> Subject: FW: Hach Company Contract Importance: High Hi Jerrod I hope you’re well and enjoyed the long weekend! We have finally heard back from Hach’s legal team on our T&Cs, which we sent to them for review and comment in an effort to agree on terms for a sole source contract. Would you kindly review the attached and let me know if their comments are acceptable? We are out of contract with Hach, and we purchase from them frequently across the department, so we are hoping to get a new contract in place as soon as possible. Thank you so much! Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Please consider the environment before printing this email. From: Whiting, Donald P <dwhiting@hach.com> Sent: Wednesday, July 9, 2025 10:49 AM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachmentsunless you recognize the sender and know the content is safe. Hey Michelle, Hope your day is going well! Attached is what they came back with. This is an addendum we will agree to. If you agree and sign it we can use this. Here’s an excerpt showing the agreement intent: is intended to provide reasonable revisions to Customer’s Base Contract to enable the parties to enter a contract for the purchase of Goods and /or Services related to the Project without prolonged or complex negotiations over terms and conditions. Will this work? Best, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Monday, July 7, 2025 1:59 PM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don I hope you had a great long weekend! Just checking on the status of the T&Cs…any updates? Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Confidentiality Notice: The information contained Hi Don I hope you had a great long weekend! Just checking on the status of the T&Cs…any updates? Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Thursday, June 26, 2025 10:51 AM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Michelle, Ok. I will send this over and ask for a quick turn around. I hope I get my way! Best, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Wednesday, June 25, 2025 6:59 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don Our legal department has requested your legal team review the City of Clearwater’s purchase order terms here: https: //procurement. opengov. com/login. We look forward to receiving your comments! Kind regards, Michelle Mack Contracts & Hi Don Our legal department has requested your legal team review the City of Clearwater’s purchase order terms here: https://procurement.opengov.com/login. We look forward to receiving your comments! Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Tuesday, June 24, 2025 3:09 PM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Ok perfect! DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Tuesday, June 24, 2025 6:48 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don Thanks for the letter. I have run it up the chain and will let you if there’s an issue. In the meantime, our legal department has requested that Hach review the City of Clearwater’s T&Cs instead and respond with comments that our Hi Don Thanks for the letter. I have run it up the chain and will let you if there’s an issue. In the meantime, our legal department has requested that Hach review the City of Clearwater’s T&Cs instead and respond with comments that our legal department will consider. I will forward them to you when I receive confirmation of the T&Cs they would like Hach to consider. Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Monday, June 23, 2025 3:27 PM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Michelle, Will this work for the sole source piece? Happy Monday! Don DON WHITING | Regional Sales ManagerP 970.663.1377 ext 2016| M 970.308.2857 [dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Tuesday, June 17, 2025 12:58 PM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com>; Gardner, Richard <Richard.Gardner@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don Our Procurement Department has recommended that we pursue the sole source/impractical to bid path for our contract with Hach. Would you mind sending an updated sole source letter referencing “all Hach products” and an explanation as to Hi Don Our Procurement Department has recommended that we pursue the sole source/impractical to bid path for our contract with Hach. Would you mind sending an updated sole source letter referencing “all Hach products” and an explanation as to why Hach is the only source for Hach products (e.g. product service, warranty, current products in use, etc.)? Also, please identify any authorized Hach dealers or vendors in our area (if any exists) as we could utilize the Hach contract with them as well. Our current sole source letter includes some vague exceptions, and I believe we would like to make a stronger representation for Hach being a true sole source provider. We would still like to incorporate the special pricing Hach extended to Pinellas County. I hope all of this makes sense. Please let me know if you have any questions. Thank you. Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities OOO: June 19 & 20, 2025 Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Tuesday, June 17, 2025 10:44 AM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Michelle, Yes, I believe I can get the same agreement approved for you all. I worked with Patty Cortez to get this together. It took us months but it’s a really good agreement. Here are the major components: 1. 3 yr with 2 one year renewals 2. Agreed to T’s and C’s – this required some back and forth between Pinellas County (PC) and Hach legal teams. 3. Hach satisfied PC’s insurance requirement 4. Scope of work descriptions for maintenance were included describing services performed. PC has a comprehensive service plan with Hach, especially on the drinking water side. 5. Maintenance Pricing – pricing for the service plan is fixed for 3 years and prices are set to make changes easy. Service for equipment can be added and subtracted on a prorated basis as needed. 6. Fixed catalog pricing. Prices were fixed with no discount at current pricing at the time protecting PC from price increases. We provided a catalog of part numbers and prices as an exhibit for easy reference to the agreement pricing. 7. Freight is prepay and add If all this sounds workable I’ll ask Patty if we can share the agreement we have. It should be no problem. I’m happy to answer any questions you might have. Best, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857 [dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Tuesday, June 17, 2025 8:52 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don Thank you for providing the City of Clearwater’s spend for the last two years on Hach products. We understand that Pinellas County has a sole source contract with you (which we are unable to piggyback on) that includes special pricing. Hi Don Thank you for providing the City of Clearwater’s spend for the last two years on Hach products. We understand that Pinellas County has a sole source contract with you (which we are unable to piggyback on) that includes special pricing. In considering a path forward for our future contract with Hach, are we able to enjoy the same special pricing as Pinellas County? Would you be able to provide the contract Hach has with Pinellas County so that we can present it to our purchasing department to see if it is something they will consider? We intend to present the contract as “impractical to bid” rather than sole source since we know we can source Hach products from Amazon (for example) thereby negating Hach as a bonafide sole source of all Hach products. I appreciate your quick response on the above queries as we are trying to get this item on the agenda for the upcoming council session, which is imminent. Please let me know if you have any questions or require additional information. Thank you. Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities OOO: June 19 & 20, 2025 Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Monday, June 16, 2025 2:06 PM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Michelle, Here is a list of products you all purchased in the last two years – 2023 and 2024. You all spend about $200k with us per year and spent $292 last year. I’d suggest writing the agreement to include all Hach products. It can be a sole source agreement because technically you can only get all Hach products and services from Hach. Is this what you are looking for? Best, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Monday, June 16, 2025 10:39 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com>; Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Subject: RE: Hach Company Contract Thank you, Don! We look forward to receiving the list. Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities OOO: June 19 & 20, 2025 Confidentiality Notice: The information contained in this email Thank you, Don! We look forward to receiving the list. Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities OOO: June 19 & 20, 2025 Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. From: Whiting, Donald P <dwhiting@hach.com> Sent: Monday, June 16, 2025 10:28 AM To: Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Kathlene, Happy Monday! Hope all is well! I’m just getting back from vacation and am now able to pull the list. I’ll be in touch with that soon. Best, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Selby, Kathleen <Kathleen.Selby@MyClearwater.com> Sent: Wednesday, June 11, 2025 1:51 PM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com> Subject: RE: Hach Company Contract Good Afternoon Don, We appreciate all your assistance on this. Is it possible to supply us with a list of items that we have purchased over the last year or two? This may help in determining our path forward as we seek City Council approval Good Afternoon Don, We appreciate all your assistance on this. Is it possible to supply us with a list of items that we have purchased over the last year or two? This may help in determining our path forward as we seek City Council approval for a new internal contract. Thanks! Kathleen Selby Accountant City of Clearwater Public Utilities (727) 444-8749 Schedule: Tuesday-Friday 5:30am-3:30pm Confidential - Company Proprietary From: Whiting, Donald P <dwhiting@hach.com> Sent: Thursday, June 5, 2025 3:44 PM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachmentsunless you recognize the sender and know the content is safe. Will this work? DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857[dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Thursday, June 5, 2025 7:25 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com>; Trueblood, Daniel <Daniel.Trueblood@MyClearwater.com> Subject: RE: Hach Company Contract Hi Don Thank you for your email, and apologies for my delayed reply. I have attached a sole source letter from 2022. Would you be able to provide an updated copy? Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Hi Don Thank you for your email, and apologies for my delayed reply. I have attached a sole source letter from 2022. Would you be able to provide an updated copy? Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. Confidential - Company Proprietary From: Whiting, Donald P <dwhiting@hach.com> Sent: Wednesday, May 28, 2025 9:39 AM To: Mack, Michelle <Michelle.Mack@MyClearwater.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com> Subject: RE: Hach Company Contract CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hey Michelle, There is not a piggy back-able agreement that I know of. We had one with Lee County a few years ago. Since it expired, most utilities are doing sole source agreements. Is there any other way I can help? Can you please send over the agreement…..I think I have a copy but …….also, if you to create a new agreement would it use the same language? Here to help, Don DON WHITING | Regional Sales Manager P 970.663.1377 ext 2016| M 970.308.2857 [dwhiting@hach.com] Check out the NEW Hach Online Master Catalog Click Here Helpful Numbers Tech Support: (866) 450-4248 or techhelp@hach.com Orders: (800) 227-4224 or orders@hach.com Post Order Support: (800) 227-4224 or support@hach.com On-site Service Support: (800) 227-4224 x6066 or dispatch@hach.com Bench Service Support: (800) 227-4224 x6180 or services@hach.com Water Analysis Handbook Link: Click Here Confidential - Company Proprietary From: Mack, Michelle <Michelle.Mack@MyClearwater.com> Sent: Wednesday, May 28, 2025 8:58 AM To: Whiting, Donald P <dwhiting@hach.com> Cc: Public Utilities Accounting <PUAccounting@MyClearwater.com> Subject: Hach Company Contract Hi Don I hope my email finds you well. The City of Clearwater’s procurement contract with Hach expires on 6/13/2025. Are you aware of another contract that we may be able to piggyback off of? Any insight you can provide is much appreciated! Hi Don I hope my email finds you well. The City of Clearwater’s procurement contract with Hach expires on 6/13/2025. Are you aware of another contract that we may be able to piggyback off of? Any insight you can provide is much appreciated! Kind regards, Michelle Mack Contracts & Procurement Specialist Clearwater Public Utilities M: 727.294.1387 O: 727.444.7879 E: michelle.mack@myclearwater.com Confidentiality Notice: The information contained in this email and any attachments is confidential and intended solely for the use of the named recipient(s). If you have received this email in error, please notify the sender immediately and delete this email from your system. Any unauthorized review, use, disclosure, or distribution of this email is strictly prohibited. Please be advised that this email may contain confidential information. If you are not the intended recipient, please notify us by email by replying to the sender and delete this message. The sender disclaims that the content of this email constitutes an offer to enter into, or the acceptance of, any agreement; provided that the foregoing does not invalidate the binding effect of any digital or other electronic reproduction of a manual signature that is included in any attachment. [0xC3D2] Contract Addendum Rev. 2020-03-25 Page 1 Confidential - Company Proprietary Contract Addendum to Clearwater Terms and Conditions (the “Project”) Parties: Clearwater Public Utilities (Company) Date: July 8, 2025 Hach Company (“Supplier”) Recitals: Customer and Supplier are entering into a contract for the purchase of Supplier’s goods and/or services (“Goods” and/or “Services”) related to the Project and, for convenience, are using Customer’s standard contract forms (“Customer’s Base Contract”). This Contract Addendum (the “Addendum”) is intended to provide reasonable revisions to Customer’s Base Contract to enable the parties to enter a contract for the purchase of Goods and /or Services related to the Project without prolonged or complex negotiations over terms and conditions. Accordingly, the parties incorporate this Addendum into the Customer’s Base Contract and make it an integral part thereof, taking precedence over any contrary or related terms or conditions that may be contained therein, in any purchase orders, or in any other writings, addenda or exhibits constituting part of the agreement between the parties (collectively, the “Agreement”). Revisions: Notwithstanding anything to the contrary contained in the Agreement, the following provisions and rules of construction apply: 1. Services. The Services shall be limited to those services specifically described herein. For the avoidance of doubt, and without limitation, Supplier has no responsibility for the supervision or actions of Customer’s employees or contractors or for non-Supplier chemicals or equipment and disclaims all liability and responsibility for any loss or damage that may be suffered as a result of such aspects or actions or any other aspects or actions not under Supplier’s control. 2. Indemnification. Any and all indemnification obligations imposed upon Supplier are limited to the extent of those damages proportionately caused by Supplier’s breach of the Agreement, negligence, wrongful conduct, or violations of law. In no case is Supplier liable for any damages caused by negligence, misuse or misapplication of goods by others. For non-government customers, Supplier’s indemnification obligations are provided on the condition that Customer defends, indemnifies and holds harmless Supplier against any and all damages to the extent caused by misuse or misapplication of goods, negligence, wrongful conduct, or violations of law by Customer, its affiliates, or those employed by, controlled by or in privity with them, and Customer agrees to so defend and indemnify Supplier. Customer’s workers’ compensation immunity, if any, does not preclude or limit its indemnification obligations. 3. Limitation on Liability. THE TOTAL LIABILITY OF SUPPLIER AND ITS SUBSIDIARIES, AFFILIATES, EMPLOYEES, DIRECTORS, OFFICERS AND AGENTS ARISING OUT OF PERFORMANCE, NONPERFORMANCE, OR OBLIGATIONS IN CONNECTION WITH THE DESIGN, MANUFACTURE, SALE, DELIVERY, AND/OR USE OF GOODS AND/OR SERVICES IN NO CIRCUMSTANCE INCLUDES ANY LIQUIDATED, PENALTY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY KIND, NOR EXCEED AN AMOUNT THAT IS UNREASONABLY DISPROPORTIONATE TO THE TOTAL AMOUNT OF COMPENSATION ACTUALLY PAID TO SUPPLIER UNDER THE AGREEMENT, EXCEPT ONLY IN THE CASE OF DAMAGES ARISING DUE TO SUPPLIER’S WILLFUL MISCONDUCT. 4. Warranty. Supplier warrants to Customer that each of the Goods conforms to its written warranty set forth in its user manual in effect on the date of purchase, or, if there is no express warranty therein, that each of the Goods will be free from defects in material and workmanship and will conform to the manufacturer’s quoted specifications for twelve (12) months from delivery. Warranties do not extend to consumable items such as, without limitation, reagents, batteries, mercury cells, and light bulbs. Supplier warrants that it will perform all Services in accordance with its standard practices and that the Services will be free from defects in workmanship for a period of ninety (90) days from their date of performance. If Supplier breaches this warranty and the Customer notifies Supplier of such breach within 30 days of the end of the applicable warranty period, Supplier will, at its option, either replace or repair the nonconforming Goods, or re- perform any nonconforming Services, or refund the amounts paid by Customer to Supplier for the nonconforming Goods and/or Services. THIS IS THE EXCLUSIVE REMEDY FOR ANY BREACH OF WARRANTY. SUPPLIER EXPRESSLY DISCLAIMS ANY REMEDIES OF “COVER” AND ANY WARRANTIES IMPLIED BY LAW, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 5. Intellectual Property; Information Technology; Privacy. Supplier retains all rights in and to any intellectual property and confidential information created or procured by it or its representatives at any time, and Customer receives licenses to Contract Addendum Rev. 2020-03-25 Page 2 Confidential - Company Proprietary use such intellectual property and information only to the extent provided by implied license under applicable law. No Customer information technology requirements apply, except the extent such requirements specifically apply to equipment being sold to Customer. To help ensure mutual compliance with applicable privacy laws, Customer will not provide to or share with Company any personal data or personally identifiable information. 6. Performance Guarantees. All product warranties and guarantees shall only be enforceable if (a) all equipment is properly installed, inspected regularly and is in good working order, (b) all operations are consistent with Supplier recommendations, (c) operating conditions at the Customer site have not materially changed and remain within anticipated specifications, and (d) no reasonably unforeseeable circumstances exist or arise. 7. Acceptance and Set-off. Except to the extent agreed upon in writing by Supplier’s CFO, all Goods and Services are deemed accepted upon delivery and early payment discounts do not apply. Any set-off rights in the Agreement notwithstanding, Customer bears the customary burden of proof with respect to any amounts invoiced by Supplier but not paid by the invoice due date. This revision does not adversely impact any of Customer’s rights under Supplier’s warranties. 8. Funds Transfers. Customer and Supplier both recognize that there is a risk of banking fraud when individuals impersonating a business demand payment under new banking or mailing instructions. To avoid this risk, Customer must verbally confirm any new or changed bank transfer or mailing instructions by calling Supplier and speaking with Supplier’s accounts receivable contact before mailing or transferring any monies using the new instructions. Both parties agree that they will not institute mailing or bank transfer instruction changes and require immediate payment under the new instructions but will instead provide a ten (10) day grace period to verify any payment instruction changes before any new or outstanding payments are due using the new instructions. 9. Payments. All payments are due within 30 days of the invoice date, on the activation date of any service partnership. 10. Miscellaneous. Except to the extent signed by a duly authorized representative of an affiliate of Supplier, the Agreement does not bind any affiliates of Supplier. Supplier is not subject to any audit rights in favor of the Customer, except for audit rights (under reasonable conditions) directly related to Supplier’s compliance with laws and regulations (e.g., safety) which are directly applicable to Supplier’s Goods and/or Services purchased under this Agreement. Supplier is not obligated to purchase or carry Professional Liability or E&O Insurance coverage, provide copies of Supplier’s policies, or provide waivers of subrogation. Supplier may include Customer and their Affiliates as an Additional Insured party. Nothing in the Customer’s Base Contract supersedes or nullifies this Addendum. Supplier’s obligations under the Agreement will only be modified by written agreement of Supplier through the same duly authorized representative who signed this Addendum, or such person’s duly authorized successor. Except as provided herein, neither party agrees to any contractual clause or provision, that waives such party’s ordinary and standard rights, including, but not limited to, the right to retain party’s own counsel and each party’s right to determine facts and circumstances in the event of a dispute. IN WITNESS WHEREOF, the Parties have caused this Addendum to be executed by their duly authorized representatives, intending thereby to be legally bound. Clearwater Public Utilities: By: _______ Name: _______ Title: Date: Hach: By: _______ Name: _______ Title: Date: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0670 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.16 SUBJECT/RECOMMENDATION: Approve a Professional Services Agreement between the City of Clearwater and Thompson Consulting Services, LLC for debris monitoring services pursuant to RFP 25-25, and authorize the appropriate officials to execute same. (consent) SUMMARY: On April 3, 2025, the City of Clearwater issued RFP#25-25 seeking proposals for debris monitoring services. A selection committee comprised of representatives from Clearwater Fire & Rescue, Parks and Recreation, and Solid Waste and Recycling thoroughly evaluated the four proposals received. Each submittal was scored based on the evaluation criteria outlined in the RFP and its overall responsiveness to the requirements. The top two firms were invited to provide presentations. After submissions were reviewed and presentations given, an award recommendation was made on June 12, 2025 to Thompson Consulting Services LLC, as the highest-ranked firm of the two top-ranked firms. Thompson Consulting will support the City’s response to natural disasters, ensuring effective management of debris removal in a timely and efficient manner, while also ensuring adherence to environmental standards. Some of Thompson Consulting’s monitoring responsibilities include but are not limited to the following: ·General Debris Monitoring ·Field Inspection & Oversight ·Damage Assessment & Special Situations ·Determining eligible vegetative debris that pose an immediate threat ·Providing documentation to verify the eligibility of contracted debris removal efforts Thompson Consulting is paid when their services are utilized. If no event requires their services, the City will not incur any fees. However, in the event of a future major disaster, a Notice to Proceed (NTP) will be provided by the City and Thompson Consulting will provide a Task Order for service(s) to be rendered with 36 hours of qualifying disaster. The fee for services will be based on the actual hours of services utilized multiplied by Contractor’s respective billing hourly rates as included in Contractor’s response to RFP#25-25 located in Price Tables for Pre-Event Support, Post-Event Support or General Grants Support. At that time, staff will return to Council for approval. APPROPRIATION CODE AND AMOUNT: N/A - Any future qualifying disasters with a Task order would be brought back to Council for approval. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Within High Performing Government, this item falls under Item 1.4: Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 1/14/2026 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 25-25 DEBRIS MONITORING SERVICES NOTICE Thursday, April 3, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Friday, May 2, 2025 to provide: The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. 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://procurement.opengov.com/portal/myclearwater/projects/158180. 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 shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/158180. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. 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. 2.3 Due Date & Time for Submission and Opening Date: Friday, May 2, 2025 Time: 10:00 am 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. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. 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. 2.6 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 v. 7.2024 3 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. 2.7 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 submitted through the City's e-Procurement Portal, 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. 2.8 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. 2.9 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 listed on this solicitation 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. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. 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 requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. 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. 2.11 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. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, 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. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. 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. 2.13 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. 2.14 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. 2.15 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. 2.16 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. 2.17 Contractor Ethics v. 7.2024 5 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. 2.18 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. 2.19 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 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 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. 2.21 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 v. 7.2024 6 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. 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, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 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. 2.23 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. 2.24 Best and 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. 2.25 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. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 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. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/158180 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: April 3, 2025 Advertise Tampa Bay Times: April 9, 2025 Question Submission Deadline: April 22, 2025, 10:00am Due Date & Time for Submissions and Opening: May 2, 2025, 10:00am Review proposals: 5/2/25-5/16/25 Presentations (if requested): Week of May 26, 2025 Award recommendation: Week of May 26, 2025 Council Authorization: June 2025 Contract Begins: July 2025 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 v. 7.2024 8 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. 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. Evaluation Criteria Scoring Method Weight (Points) 1. Experience, Qualifications and References Points Based 30 (30% of Total) 2. Technical Approach and Methodology Points Based 25 (25% of Total) 3. Staffing and Resource Capacity Points Based 15 (15% of Total) 4. Cost of Consulting Services Points Based 20 (20% of Total) 5. Compliance and Reporting Points Based 10 (10% of Total) STANDARD TERMS AND CONDITIONS 4.1 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”. 4.2 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. v. 7.2024 9 4.3 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. 4.4 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. 4.5 Successor 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. 4.6 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. 4.7 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. 4.8 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. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 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 v. 7.2024 10 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. 1. 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”). 2. 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. 3. 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. 4. 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. 5. 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. 4.11 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 v. 7.2024 11 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. 4.12 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. 4.13 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. v. 7.2024 12 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 eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 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. 4.15 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. 4.16 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. 4.17 Default v. 7.2024 13 A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 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. 4.19 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 v. 7.2024 14 by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 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. 4.21 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. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints 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. 4.23 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. 4.24 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. 4.25 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. v. 7.2024 15 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. 4.26 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. 4.27 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. 4.28 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. 4.29 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. 4.30 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. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss v. 7.2024 16 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. 4.33 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. 4.34 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. 4.35 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. 4.36 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). 4.37 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. 4.38 Cooperative Use of Contract v. 7.2024 17 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. 4.39 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. 4.40 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. 4.41 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. 4.42 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. 4.43 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. 4.44 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. 4.45 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 The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. 5.1 Introduction v. 7.2024 18 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 118,463 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. 5.2 Scope of Work The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services. This RFP aims to establish a contract with a contractor qualified to provide professional monitoring services for post-disaster debris operations, ensuring adherence to all federal, state, and local regulations. This service will support the City’s response to natural disasters, ensuring effective management of debris removal in a timely and efficient manner, while also ensuring adherence to environmental standards. Several areas within the City of Clearwater are at low elevations and may experience prolonged flooding following a disaster. The contractor shall familiarize themselves with the geographical characteristics of Pinellas County to effectively deploy personnel. There is no guarantee of minimum or maximum quantities for any contract item. The City of Clearwater (City) expects to establish an operational and responsive debris monitoring program that ensures efficient recovery efforts in the wake of disasters, protecting public health, safety, and the environment. 5.3 Pre-Event Requirements The contractor shall assist in disaster preparedness by participating in meetings and workshops and implementing data management and other integrated systems. At no cost to the City of Clearwater, the contractor shall: • Conduct a half-day debris management training session for the City's full-time personnel. This training shall, at a minimum, comply with FEMA's current debris management guidelines for debris monitors • Provide a list of key personnel and subcontractors who may be involved in disaster debris monitoring activities, including cell phone numbers, and email addresses • Participate in annual workshops or planning meetings with City of Clearwater representatives and debris hauling and disposal contractors to establish and review relevant policies and procedures 5.4 Compliance and Safety Requirements v. 7.2024 19 The contractor shall perform all monitoring services in accordance with the National Environmental Policy Act (NEPA), the Robert T. Stafford Disaster Relief and Emergency Assistance Act, and all applicable FEMA guidelines. Additionally, all activities shall comply with relevant federal, state and local laws. The City has included the following exhibits as a reference. • Exhibit A - FEMA Grant Funding Conditions • Exhibit B - Contract Provisions for Contracts Under Federal Awards. • Exhibit C – Disclosure of Lobbying Activities The contractor is solely responsible for the safety of its personnel and equipment. The contractor shall have a thorough understanding of the FEMA Public Assistance Program and the Federal Highway Administration (FHWA) Emergency Relief Program as they relate to debris management. Any unsafe or malfunctioning equipment shall be immediately removed from service. The contractor shall promptly notify the Debris Manager (DM) of any conditions that pose a health or safety risk to workers or the public, or that may hinder operations. All contractor personnel shall wear the required safety gear when on a Debris Management Site (DMS), including but not limited to: • Hard hat • Reflective vest • Safety shoes • Long pants • Weather-appropriate clothing • Eye and hearing protection • Respiratory equipment (as required) The contractor shall maintain an emergency contact list at the DMS, including the contractor’s supervisor, DM, Debris Management Coordinator (DMC), and the nearest fire, police, and emergency medical facilities. 5.5 Debris Types The contractor shall be qualified to monitor the removal of all types of disaster-related debris, including but not limited to: • Vegetative debris (e.g., trees, limbs, stumps, wood) • Construction and demolition debris (e.g., building materials) • Household hazardous waste (e.g., chemicals, electronic waste) • Other relevant waste materials • White goods v. 7.2024 20 • Sand (sifting/replacement vs hauling) 5.6 Monitoring Responsibilities The contractor shall be responsible for the following monitoring activities: General Debris Monitoring • Observing the collection and transportation of debris to designated disposal sites • Ensuring proper identification and segregation of debris types • Documenting and reporting the quantities and types of debris collected • Maintaining accurate records of all debris management operations • Evaluating contractor performance and ensuring compliance with disposal site regulations • Conducting quality assurance and quality control checks Field Inspection & Oversight • Deploying field inspectors at designated checkpoints to verify debris removal activities and monitor operations at Disaster Debris Management Sites (DDMS) within the City of Clearwater or the surrounding region, as approved by the City. • Assisting with the scheduling, dispatching, and logistical coordination of field inspectors assigned to storm debris cleanup. This includes: i. Recruiting, training, deploying, and supervising properly equipped inspectors ii. Establishing daily work schedules for inspectors iii. Monitoring and recording the volumetric measurement (cubic yards) or gross empty weight of each truck added to service iv. Maintaining records of contract hauler trucks, including cubic yardage, loaded weight, time in and out, daily load counts, and other requested data v. Assigning trucks and issuing vehicle decals or placards for identification and tracking vi. Coordinating with City personnel to address issues in the field, including property damage claims related to disaster debris removal. The contractor shall establish a telephone claim reporting system with a local or toll-free number and provide staff to manage complaints and damage claims. Additionally, the contractor shall assist in documenting claims upon the City’s request vii. Performing end-of-day duties, such as verifying that all trucks have left the disposal site, reviewing daily safety reports and corrective actions, and securing the facility Damage Assessment & Special Situations • Surveying affected areas to identify special circumstances or emergent needs, including but not limited to: v. 7.2024 21 i. Tree stumps, root balls, and associated cavities ii. Hazardous trees, construction and demolition (C&D) debris, or other potential hazards iii. Maintaining a list of identified hazards, coordinating equipment dispatch, and regularly reporting post-event remedial actions to the City • Determining eligible vegetative debris, such as tree limbs, branches, and stumps that pose an immediate threat. Pruning, maintenance, trimming, and landscaping are not eligible • Providing documentation to verify the eligibility of contracted debris removal efforts, including: i. Location data (geographical coordinates: latitude and longitude) ii. Photographic or video evidence establishing that the debris is on public property iii. Quantity and size details, including the diameter of removed debris iv. Details of material used to fill root-ball holes, if applicable v. Equipment records for all work performed 5.7 Staff Qualifications All personnel assigned to debris monitoring operations shall meet the following qualifications: • Experience in disaster recovery and debris monitoring • Familiarity with FEMA guidelines and environmental regulations • Certification in debris management (recommended) • The contractor shall ensure that all personnel performing services are fully qualified and, if required, properly authorized or permitted under all applicable Federal, State, and Local laws • The contractor shall provide competent and capable employees who are issued and required to wear proper identification • All contractor personnel shall be employees of the contractor or a subcontractor under its direction and shall not be considered employees or agents of the City of Clearwater at any time 5.8 Project Management and Process Oversight Project Manager Responsibilities • The contractor shall designate a Project Manager (PM) to serve as the primary point of contact for the City. The PM shall be responsible for overseeing all services and personnel provided by the contractor, ensuring that all procedures align with FEMA and other Federal and State agency reimbursement requirements • The PM shall attend all City-designated meetings and briefings. The City shall conduct daily meetings with the contractor, debris management company, and other key personnel to: i. Review daily debris recovery activities and schedules v. 7.2024 22 ii. Address and resolve any operational issues iii. Assess and discuss the progress of debris recovery efforts Lead Monitor Responsibilities • Establish and staff the Staging Area Command and Coordination Center to oversee field operations • Train and evaluate Site Monitors and Field Monitors to ensure compliance with operational protocols • Assign Field Monitors to contract haulers and designate their coverage areas within the debris collection grids • Track and document daily debris collection on a citywide grid map to monitor progress • Coordinate daily collection activities with the contract haulers’ Site Superintendent to ensure smooth operations • Maintain records of the daily number of Field Monitors required to support contractor operations • Track and report the daily count of contract hauler trucks, trailers, and loading equipment in service • Provide daily collection status reports to the Project Coordinator upon request • Serve as a backup Site Monitor as needed • Document and inspect any property damage that occurs during the debris removal process 5.9 Documentation Submission Requirements The contractor shall maintain and submit continuous documentation of all debris monitoring activities, including but not limited to: • Daily reports outlining the volume and types of debris collected • Photographic records documenting the debris removal process • Inspection reports detailing assessments conducted at debris reduction and disposal sites 5.10 Response Protocol for Major Disasters Notice to Proceed (NTP) • When a major disaster occurs or is imminent, the selected debris monitoring consultant shall issue a Notice to Proceed (NTP) to the contractor v. 7.2024 23 • The NTP will serve as an official directive to establish communication between the contractor's representatives and the debris monitoring consultant • The contractor shall dispatch a Project Manager (PM), who must be a staff member of the contractor, to meet with the debris monitoring consultant within 24 to 48 hours as specified in the NTP. The PM shall be responsible for initiating planning and mobilization efforts Task Order and Staffing Requirements • The contractor should provide the City of Clearwater with a task order for service to be rendered within 36 hours following the landfall of an eligible hurricane or another qualifying disaster • The contractor shall be prepared to deploy a sufficient number of trained professionals and qualified personnel to monitor: i. Debris-loading sites ii. Debris management sites iii. Roving debris monitors, field supervisors, and clerical staff • The exact number of personnel required for initial monitoring operations shall negotiated between the Project Manager (PM) and the Debris Manager (DM) and specified in the Task Order • The contractor shall be capable of scaling staffing levels up or down as directed by the DM, depending on the severity of the debris-generating event • At the DM’s discretion, the contractor may be required to replace any assigned debris monitor if deemed necessary 5.11 Debris Tower and Site Monitoring Debris monitors shall be stationed at debris towers and disposal sites to verify the estimated quantities of eligible debris transported by contractor trucks, as documented on load tickets. These services include, but are not limited to: • Deploying trained debris monitoring personnel to accurately measure load-hauling compartments and calculate the volume capacity (cubic yards) of all contractor trucks and trailers before debris hauling operations begin • Recording and documenting all truck measurements and volume calculations • Maintaining a detailed record of contract haulers’ cubic yardage and other necessary information on load tickets • Reviewing and initialing each load ticket before allowing trucks to proceed from the check-in area to the tipping area • Staying in regular communication with the debris management dispatch center or field supervisor v. 7.2024 24 • Performing additional duties as assigned by the dispatch/staging operation, debris management project manager, or other designated personnel 5.12 Technology and Reporting Requirements The contractor shall implement advanced technology solutions, such as mobile applications or software platforms, to enable real-time tracking and reporting of debris monitoring activities. The reporting system shall support the following capabilities: • Real-time data entry and access for designated City personnel • Automated reporting features that comply with FEMA requirements • Equipping contractor personnel with state-of-the-art technology, including: o Digital cameras for documentation o Computers and other communication devices for efficient reporting o GPS units with a minimum accuracy of three (3) meters to ensure precise location tracking 5.13 Environmental Considerations The contractor shall incorporate environmentally sustainable practices into all aspects of debris monitoring, including: • Reducing the carbon footprint associated with debris collection and transportation • Maximizing recycling efforts and diverting materials from landfills whenever possible • Ensuring the responsible handling and disposal of hazardous materials in compliance with environmental regulations 5.14 Service Requirements The contractor is expected to provide the following services as part of the debris monitoring project: Mobilization and Work Schedule: Mobilization • Upon activation by the City, the contractor shall mobilize within 24 hours to the designated area • The Project Manager (PM) and key personnel shall report to the City’s Emergency Operations Center (EOC) within 24 to 48 hours of notification by the City • Work shall commence within 24 hours of the issuance of a Notice to Proceed (NTP) • Depending on the magnitude of the event, the City may issue an NTP 24 to 48 hours prior to a storm event to allow sufficient preparation time for the start of operations Work Schedule and Hours v. 7.2024 25 • Work shall be performed seven (7) days per week, including holidays, as approved by the Debris Manager (DM) • The contractor is required to work a minimum of 12 hours per day or dusk to dawn, with the possibility of working additional hours if authorized by the DM • The City of Clearwater reserves the right to adjust the hours and days of operation throughout the contract period • The DM shall establish work hours and develop operational schedules • The contractor shall comply with: i. 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations, where applicable ii. 29 C.F.R. §5.5(b) concerning the Contract Work Hours and Safety Standards Act Staffing and Operations Management • The contractor shall deploy a workforce of sufficient size to effectively monitor and document debris operations. • The Project Manager shall conduct daily briefings to provide updates on: i. Work progress ii. Staffing levels iii. Amount of debris removed iv. Estimated time required for job completion • The contractor is responsible for ensuring adequate personnel and management to ensure compliance with all policies, procedures, and contract requirements Monitoring Support and Requirements. The contractor shall provide on-site monitoring support throughout debris collection and disposal operations until all work is completed and approved by the City. Site Monitors • Trained personnel responsible for evaluating and certifying each debris load by assessing the actual percentage of the truck’s total rated capacity • FEMA requires that two trained inspectors assess each load before it is off-loaded at the collection site: i. One representing the City ii. One representing the contractor v. 7.2024 26 • Both Site Monitors shall agree on the load percentage and sign off on the load ticket for the cubic yard quantity to be eligible for FEMA reimbursement • Contractor staff will verify exact load size to ensure loads reach maximum cubic yard capacity Field Monitors • Follows contract haulers as they collect debris throughout the City • Responsible for verifying that debris is collected only from public roadways and recording the corresponding street address • Ensures debris is properly separated (e.g., vegetative debris vs. construction & demolition (C&D) debris) before loading • Monitors are assigned to hauler(s) and specific collection grids in the City for either vegetation or C&D debris collection • Ensures all targeted debris is removed from the designated area before the hauler moves to a new location • Records the time and location and signs the contract hauler’s load ticket before the load is transported to the collection site for processing • Reports any unsafe or unauthorized collection practices to the Site Monitors Communication and Operational Support • The contractor shall ensure that all debris monitors have reliable communication tools (e.g., cell phones, radios) to stay in contact with their supervisor or the Debris Management Coordinator (DMC) as needed • Contractor’s supervisory staff is responsible for resolving any issues with truck drivers and other contractor personnel • The contractor shall provide temporary office space and sanitary facilities for personnel, as necessary Personal Protective Equipment (PPE) and Safety Compliance • The contractor shall provide all debris monitors with OSHA-compliant PPE, including but not limited to: i. Eye and hearing protection ii. Safety shoes iii. Reflective vests v. 7.2024 27 iv. Hard hats v. Weather appropriate clothing • The City of Clearwater reserves the right to inspect or require additional PPE for any workers under this contract Equipment and Transportation • The contractor shall provide subordinates with: i. Transportation for field assignments ii. Mobile communication devices iii. All necessary safety equipment iv. Digital and video cameras for documentation v. Any other required equipment for performing roving debris monitoring functions Training: Conduct training sessions for City staff or designated agents on monitoring procedures and reporting technologies, as needed. Coordination: Maintain ongoing collaboration with City staff to ensure all monitoring efforts align with disaster recovery goals and strategies. Public Communication: Effectively communicate with the public during monitoring operations, addressing concerns and providing information as necessary. Demobilization: Oversee the orderly demobilization of resources once monitoring activities are complete and ensure that all required records and documentation are submitted to the City. 5.15 Delivery The contractor shall adhere to the following delivery requirements to ensure a smooth operation: Reporting and Documentation Requirements • Weekly Progress Reports - Submit detailed weekly reports to the City summarizing: o Activities conducted during the reporting period o Issues encountered and their impact on operations o Resolutions implemented to address any challenges v. 7.2024 28 Final Report • Upon completion of the debris monitoring contract, provide a comprehensive final report that includes: o An overview of services performed o Results of monitoring activities and key findings o Recommendations for improving future disaster response efforts Documentation Submission All documentation shall be submitted electronically to the designated City representative, including: • Daily logs, photographic evidence, and final project reports • Tracking and verification of all Eligible Debris removal operations in accordance with FEMA Public Assistance program requirements, as well as City of Clearwater • Electronic debris tracking systems such as Automated Debris Management Systems (ADMS) are similar systems used more frequently by Debris Monitoring Contractor • Electronic systems should have the ability to record all the information captured by paper load tickets as required to document the debris operations • Records of deployed crews and equipment, including: ▪ Types of equipment used ▪ Actual hours of operation ▪ Locations where work was performed during the time-and-material phase • Truck and equipment certifications and the establishment of a Quality Assurance/Quality Control (QA/QC) program for the duration of the project • GIS mapping data updates and digitized reports: ▪ GIS layers will be provided by the Public Works Department prior to or as soon as possible after an event ▪ All GIS data shall be submitted in a format that is acceptable by FEMA and the City of Clearwater • Load tickets documenting Eligible Debris removal, reduction, and disposal activities v. 7.2024 29 • If requested by the City of Clearwater, the contractor shall document eligible hazardous stump removal, hangers, leaners, or tree removals, including: ▪ Photos, GPS coordinates, street or milepost identifiers, and any other relevant information ▪ Note: The City of Clearwater intends to use Force Account labor for this task • Environmental permits and authorizations, if applicable • Daily electronic spreadsheet summaries detailing cubic yards or tons of debris collected by the collection crews • Ensure that all invoices submitted include the required supporting documentation • Ensure contract service invoices are submitted to the City on a monthly basis • Review and validate debris removal contractor invoices prior to submission for payment, ensuring: ▪ All necessary documentation is attached, including load tickets, tipping fees, and supply records ▪ Digitized invoices are submitted along with source documentation to the City Post-Project Review: Engage in a post-project review meeting with City officials to evaluate project outcomes, gather feedback, and identify opportunities for improving future operations. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 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 v. 7.2024 30 obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 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. 6.3 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. 6.4 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. 6.5 Workers’ Compensation Insurance 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. 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions 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: v. 7.2024 31 City of Clearwater Attn: Procurement Division, 25-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. 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 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from July 2025 through June 2026. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 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. One (1), two (2) year renewal(s) are possible at the City’s option. 7.3 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. 7.4 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 v. 7.2024 32 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 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. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall be included in your proposal and uploaded into the specified section of the 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(s) 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 – Experience, Qualifications and References. The following information should be included: a. Demonstrated experience in debris monitoring services as a primary Contractor, particularly in post- disaster scenarios similar to those required in this RFP and include the dollar amount per event. b. History of successful FEMA-compliant projects. c. Qualifications and certifications of key personnel. d. Experience working with government agencies or municipalities. v. 7.2024 33 e. List any experience with disaster debris monitoring and consulting experience using FEMA programs and funding issues. Explain history of FEMA reimbursements including: i. Closed, active, pending FEMA disputes, audits, or lawsuits. ii. Explanation of unrecovered FEMA reimbursements. References - Provide a minimum of three (3) references, preferably from other public entities within the State of Florida, FEMA reimbursed debris projects which are similar in scope and complexity to work described for which you are currently providing or have provided in the past. For each reference include the name of entity, contact person’s name, phone number, email address, mailing address, type of services provided, and dates these services were provided. Identify any project team members that worked on the engagements. Reference letters are highly encouraged. TAB 3 – Technical Approach and Methodology. The following information should be included: a. Clarity and feasibility of proposed monitoring plan (field monitoring, load ticketing, data collection, etc.). b. Use of technology (GPS, automated systems, monitoring software). c. QA/QC procedures. d. Scalability and flexibility of the proposed plan. TAB 4 – Staffing and Resource Capacity. The following information should be included: a. Provide a list of current and anticipated debris management contractual commitments, including their current status and projected termination dates. i. Demonstrate reasonable assurance that these commitments will not hinder the Contractor’s ability to fulfill its obligations under this contract. ii. Outline the strategy for effectively managing multiple debris management contracts to include those in the State of Florida. iii. Demonstrate ability to service as the primary disaster debris monitoring consultant for a jurisdiction of similar size, delivering services similar to those outlined in this RFP. b. Availability of trained personnel for rapid deployment. c. Ability to scale staff for large-scale disasters. d. Organization chart and roles/responsibilities clearly defined. e. Backup personnel plan. TAB 5 - Cost of Consulting Services. The cost portion of the proposal shall include the following elements. a. Proposer shall provide pricing under Pricing Sheet for each position listed. b. Additional costs associated with the scope of services not listed in the Pricing Sheet can be uploaded under bid submission. TAB 6 – Compliance and Reporting. The following information should be included: a. Understanding of and ability to meet FEMA, state, and local documentation requirements. v. 7.2024 34 b. Reporting and documentation sample forms. c. Ability to track and report performance metrics. Other Forms. Reference Submittal Requirements a. Scrutinized Companies Form(s) b. Compliance with Anti-Human Trafficking Laws Form c. Copies of licenses and or certifications d. W-9 Form. Include a current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) PRICING SHEET Additional costs associated with the scope of services not listed in the Pricing Sheet can be uploaded under Section 10. Submittal Requirements. PRE-EVENT SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour 5 Project/Program Manager Rate Per Hour 6 FEMA Policy Consultant Rate Per Hour 7 Project Executive Rate Per Hour POST-EVENT SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour v. 7.2024 35 Line Item Description Unit of Measure Unit Cost 5 Project/Program Manager Rate Per Hour 6 FEMA Policy Consultant Rate Per Hour 7 Project Execcutive Rate Per Hour GENERAL GRANTS SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour 5 Project/Program Manager Rate Per Hour 6 Project Executive Rate Per Hour SUBMITTAL REQUIREMENTS 1 Exceptions* 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. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required v. 7.2024 36 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby 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. v. 7.2024 37 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. ☐ Please confirm *Response required 5 E-Verify System Certification* 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. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. 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. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. v. 7.2024 38 E. The Contractor must maintain a copy of such affidavit. F. 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). G. 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 25-25 Debris Monitoring Services. *Response required 7 Are there are any additional costs associated with the scope of service? * ☐ Yes ☐ No *Response required When equals "Yes" Upload additional cost here* *Response required 8 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 9 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 10 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 39 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services RESPONSE DEADLINE: May 2, 2025 at 10:00 am Report Generated: Friday, May 2, 2025 Thompson Consulting Services, LLC Response CONTACT INFORMATION Company: Thompson Consulting Services, LLC Email: bbastian@thompsoncs.net Contact: Hannah Fleming Address: 2601 Maitland Center Parkway Maitland, FL 32751 Phone: (407) 792-0018 Website: thompsoncs.net Submission Date: May 2, 2025 7:33 AM (Eastern Time) [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* 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. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 3 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. Confirmed [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 4 5. E-Verify System Certification* 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. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. 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. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. 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). G. 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 25-25 Debris Monitoring Services. City_of_Clearwater_RFP_No._25-25_Debris_Monitoring_Services_Thompson_Response.pdf 7. Are there are any additional costs associated with the scope of service? * No [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 5 8. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... City_of_Clearwater_RFP_No._25-25_Scrutinized_Companies_and_Business_Operations_Certification_Thompson_Response.pdf 9. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... City_of_Clearwater_RFP_No._25-25_Compliance_with_Ant-Human_Trafficking_Laws_Thompson_Response.pdf 10. W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) City_of_Clearwater_RFP_No._25-25_W-9_Thompson_Response.pdf PRICE TABLES PRE-EVENT SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour $43.47 2 Project Accountant Rate Per Hour $72.00 3 Grant Management Consultant Rate Per Hour $147.73 4 Senior Grant Management Consultant Rate Per Hour $172.00 [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 6 Line Item Description Unit of Measure Unit Cost 5 Project/Program Manager Rate Per Hour $148.13 6 FEMA Policy Consultant Rate Per Hour $130.56 7 Project Executive Rate Per Hour $152.27 POST-EVENT SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour $43.47 2 Project Accountant Rate Per Hour $72.00 3 Grant Management Consultant Rate Per Hour $147.73 4 Senior Grant Management Consultant Rate Per Hour $172.00 5 Project/Program Manager Rate Per Hour $148.13 6 FEMA Policy Consultant Rate Per Hour $130.56 7 Project Execcutive Rate Per Hour $152.27 GENERAL GRANTS SUPPORT Line Item Description Unit of Measure Unit Cost 1 Administrative/Clerical Support Rate Per Hour $43.47 2 Project Accountant Rate Per Hour $72.00 [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT RFP No. 25-25 Debris Monitoring Services [THOMPSON CONSULTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Request For Proposal - Debris Monitoring Services Page 7 Line Item Description Unit of Measure Unit Cost 3 Grant Management Consultant Rate Per Hour $147.73 4 Senior Grant Management Consultant Rate Per Hour $172.00 5 Project/Program Manager Rate Per Hour $148.13 6 Project Executive Rate Per Hour $152.27 Electronic Submission City of Clearwater, Florida Request for Proposal No. 25-25 Debris Monitoring Services Due Date / Time: May 2, 2025 | 10:00 am TABLE OF CONTENTS City of Clearwater, Florida Request for Proposals No. 25-25 Debris Monitoring Services Table of Contents TAB • Letter of Transmittal ........................................................................................................................ 1 • Experience, Qualifications & References ......................................................................................... 2 − Exhibit 2-1: Staff Experience Matrix − Exhibit 2-2: Key Personnel Resumes − Exhibit 2-3: Letters of Reference • Technical Approach & Methodology ............................................................................................... 3 • Staffing & Resources Capacity ......................................................................................................... 4 • Cost of Consulting Services .............................................................................................................. 5 • Compliance & Reporting .................................................................................................................. 6 − Exhibit 6-1: Sample Report • Other Forms ..................................................................................................................................... 7 − W-9 − Scrutinized Companies and Business Operations Certifications − Exhibit C: Disclosure of Lobbying Activities − Compliance with Anti-Human Trafficking Laws − State of Florida Certificate of Good Standing 1 - 1 TAB 1 Letter of Transmittal Proposer Introduction & Summary Thompson Consulting Services, LLC (Thompson) is pleased to submit the enclosed proposal to provide the City of Clearwater, Florida (City) with debris monitoring services. Thompson is a full-service emergency management planning, response, disaster recovery and grant management consultancy established in 2011. Prior to our establishment disaster debris monitoring and program management services were provided by our affiliate company, Thompson Engineering, since 1979. Our consultants have over 75 years of combined experience in supporting local and state agencies in response to hurricanes, floods, earthquakes, tornadoes, wildfires, ice storms, rockslides, oil spills and other natural disasters. Our approach to providing disaster response, assessment, and recovery services maintains a primary focus on the efficient and effective utilization of resources while assisting our clients with navigating the funding channels of the Federal Emergency Management Agency's (FEMA) Public Assistance (PA) program as well as other post-disaster grant programs. We believe Thompson is best suited to assist the City with debris monitoring services for the following reasons: STATE OF FLORIDA EXPERIENCE: Thompson’s consultants have responded to disaster incidents in the State of Florida since Hurricane Charlie in 2004. Over the last seven years, Thompson has provided debris removal monitoring and grant consulting services to 82 unique Florida clients following Hurricane Matthew in 2016, Hurricane Irma in 2017, Hurricane Michael in 2018, Hurricane Sally in 2020, Hurricane Ian in 2022, and Hurricane Milton in 2024. We are well positioned to work closely with the City, the Florida Division of Emergency Management (FDEM), Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring and recovery services program. POST-DISASTER DEBRIS REMOVAL MANAGEMENT & FEMA FUNDING EXPERIENCE: Thompson’s experience with post-disaster debris removal monitoring and management services spans three decades and accounts for the administration of more than $5.5 billion of debris removal funding on behalf of more than 390 local and state government agencies. Thompson’s consultants are amongst the most educated, qualified, and dynamic in the industry, having responded to some of the most devastating incidents to impact the United States, many resulting in large-scale, multi-program debris removal monitoring operations. This experience means the City can rest assured that its disaster reimbursement is in the hands of the industry’s most qualified professionals. DELIVERY EFFICIENCY & AUTOMATED DEBRIS MANAGEMENT SYSTEM: Thompson’s debris removal monitoring experience includes the documentation of over 165 million cubic yards of debris. We have consistently demonstrated Thompson’s delivery efficiency using our automated debris management system (ADMS), the Thompson Data Management Suite (TDMS). TDMS is used to electronically capture data, such as employee credentialing, equipment barcoding, GPS coordinate, digital photography, etc. in the field and ensure accurate and timely reporting to the City. TDMS significantly reduces the quantity of hours required to perform equivalent services by competitors with “lower” hourly rates. TDMS has been routinely deployed on FEMA reimbursed projects and meets the process requirements for the U.S. Army Corps of Engineers (USACE) Advanced Contracting Initiative. LETTER OF TRANSMITTAL 1 - 2 VERSATILITY OF OUR TEAM: Thompson provides the City with professional engineers and consultants that have experience with developing programs to address any of the following disaster recovery programs that may be required following a disaster event: • Right-of-way (ROW) debris removal • Right-of-way leaning tree and hanging limb removal (leaner/hanger) • Parks, beaches, and waterways cleanup • Private property debris removal (PPDR) • Right-of-entry (ROE) administration • Demolition program management • Vehicle/vessel recovery • White goods removal and decommissioning ABILITY TO QUICKLY RESPOND: With 26 corporate and branch offices scattered throughout the southeast, including our corporate office in Maitland, Florida, we will be able to deploy staff and resources within 24 hours of receiving notice-to-proceed. Thompson is set up to quickly adapt to the uncertain and changing needs of the City. During times of emergency, this ability to rapidly respond to the needs of the City is of paramount importance. LOCAL PREFERENCE FOR HIRING MONITORS: It is Thompson’s intent to fill temporary debris monitoring positions with City residents in need of work. Thompson will provide qualified residents with safety training and job training with experienced debris monitoring supervisors. We will make sure that all local hires are thoroughly and properly trained prior to being deployed to monitor a debris removal crew. This effort will help residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. COMMITMENT TO SAFETY & QUALITY: Thompson is the only debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screening for temporary employees. This practice results in a team of monitors that is both safe and committed to quality. In addition, Thompson deploys a quality assurance team to each of its projects to ensure that certain quality standards are being upheld, regardless of the operating conditions and climate. MAIN CONTACTS & AUTHORIZED AGENTS: The following authorized agents will serve as direct points of contact to the City for all inquiries related to this submittal as well as technical and contractual clarifications throughout the evaluation process. Key project personnel qualifications and contact details have been provided within this proposal response. Jon Hoyle, President 2601 Maitland Center Parkway, Maitland, FL 32751 O: 407-792-0018 | C: 321.303.2543 jhoyle@thompsoncs.net Nate Counsell, Executive Vice President 2601 Maitland Center Parkway, Maitland, FL 32751 O: 407-792-0018 | C: 407.619.2781 ncounsell@thompsoncs.net Thompson has the experience and resources necessary to be responsive to the City following a disaster incident. We stand prepared to guide the City through the debris removal and recovery process while working with FDEM and the FEMA Public Assistance program to achieve maximum disaster recovery cost reimbursement for the City. We would be honored to serve as your debris monitoring services provider and stand prepared to exceed the service expectations that the City has established. Best regards, THOMPSON CONSULTING SERVICES, LLC Jon Hoyle, President 2 - 1 TAB 2 Experience, Qualifications & References Firm Overview Thompson Consulting Services, LLC is organized as a subsidiary of Thompson Holdings, Inc. (Thompson) which also includes affiliate companies Thompson Engineering, Inc., Watermark Design Group, and Meyer Engineers, Ltd. Thompson offers an array of services through our family of companies, from specializing in debris response and recovery services, grant application and development, infrastructure, and housing mitigation; to full service engineering, environmental consulting, surveying, and construction support services; and a full complement of architectural, planning and interior design services. What began as a small company doing basic soils and materials testing in Mobile, Alabama has since grown into a national corporation with corporate and branch offices throughout the southeastern United States. Our ongoing success, strong growth, consistent project delivery and commitment to 100% client satisfaction can be traced back to when our founder, Vester J. Thompson, established the high standards that lay the foundation of our work ethic. These standards of excellence in workmanship; innovative solutions; timely, responsive service; and cost effectiveness are still upheld today. As a 100% employee-owned company with more than 550 personnel spanning 26 corporate and branch offices throughout the United States, Thompson maintains a universal commitment to excellence in workmanship, innovative solutions, timely responsive service, and cost effectiveness. These standards are the foundation for Thompson’s excellence in project quality and delivery. Thompson’s staff has a vested interest in providing safe, quality driven, successful projects that are completed on time and within budget. Thompson Consulting Services will serve as the contracting entity for the services requested by the City of Clearwater, Florida (City). Years of Experience Thompson was founded in 1953 and has supported various local, state, and federal entities, including the United States Army Corps of Engineers (USACE), throughout the Nation conduct monitoring, QA/QC, and inspection services for a variety of engineering, construction, environmental and disaster recovery projects. In 2011, Thompson Consulting Services, LLC was formed to focus solely on disaster preparedness, response, and recovery service offerings, including debris removal monitoring. Thompson brings over 72 years of experience to the City through our family of companies and personnel. EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 2 Office Locations With 26 corporate and satellite offices scattered throughout the Southeast United States, Thompson has the resources and capabilities to support the City’s disaster debris monitoring needs from near and afar. The City’s contract will be serviced from Thompson’s corporate office in Maitland, Florida. In addition, Thompson is experienced and capable of establishing a field office within the City should the need arise. Thompson has provided our full list of office locations below. • Atlanta, Georgia • Baton Rouge, Louisiana • Chattanooga, Tennessee • Clarksville, Tennessee • Daphne, Alabama • Dothan, Alabama • Evergreen, Alabama • Harriman, Tennessee • Helena, Alabama • Houston, Texas • Jackson, Mississippi • Kenner, Louisiana • Knoxville, Tennessee • Lake Charles, Louisiana • Maitland, Florida • Metairie, Louisiana • Millington, Tennessee • Mobile, Alabama • Moss Point, Mississippi • Orange, Texas • Pelham, Alabama • Pensacola, Florida • Richland, Mississippi • Savannah, Georgia • Troy, Alabama • Tuscaloosa, Alabama Mobile Office Capabilities Thompson knows that immediately following a disaster incident, access to a project operations office and communications infrastructure is critical to building a local workforce. However, with the potential for office facilities and hotels being damaged in the event, it is imperative to have a reliable alternative. Therefore, Thompson has invested in a fully functional mobile field office that can be utilized to implement initial debris removal monitoring operations regardless of environmental conditions. We can travel directly to impacted communities and implement onboarding and equipment staging from the mobile field office, and with integrated satellite capabilities, our mobile office can serve as a communication center. Thompson’s mobile field office is also beneficial when trying to onboard field personnel and establish field operations in remote locations. FIRM DATA SUMMARY FIRM NAME Thompson Consulting Services, LLC ADDRESS 2601 Maitland Center Parkway Maitland, Florida 32751 PHONE | FAX 407-792-0018 | 407-878-7858 WEBSITE www.thompsoncs.net EMAIL info@thompsoncs.net YEAR ESTABLISHED 2011 STATE OF FORMATION Delaware FEDERAL ID NO. 45-2015453 SAM UEI | CAGE CODE QE8ZDM1CLE77 | 7NZ42 DUNS NO. 968677158 E-VERIFY ID 1111126 OFFICERS Jon Hoyle, President Nate Counsell, Executive VP John H. Baker, III, BOM Chad Brown, BOM Michael Manning, BOM EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 3 Thompson deployed our mobile field office following Hurricanes Laura, Sally, Delta, and Zeta in 2020, Hurricane Ida in 2021, and Hurricane Ian in 2022, and Hurricanes Beryl and Helene in 2024. Disaster Response Experience Thompson has provided disaster response and recovery services to over 390 federal, state, and local government entities in planning for and responding to a variety of disaster incidents, such as hurricanes, tornados, floods, ice storms, wildfires, earthquakes, oil spills and other natural disasters. Our emergency response and disaster recovery consultants have over 75 years of combined experience and have responded to some of the most devastating incidents to impact the United States in the last two decades. This work has resulted in the documentation of over 165 million cubic yards of debris and our clients successfully applying for and retaining more than $5.5 billion of federal grant funding for debris removal. Our approach to providing disaster response and recovery services to the City maintains a primary focus on the efficient and effective utilization of available resources while assisting the City in navigating the funding and compliance channels of the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program. Thompson’s consultants have performed debris monitoring and grant administration services for over 65 Federal Emergency Management Agency (FEMA) and Federal Highway Administration (FHWA) reimbursable federally declared disasters and emergencies. A summary of our experience over the last decade is provided in the table below and a comprehensive staff experience matrix has been provided as Exhibit 2-1 following this section. Table 2-1: Grant Programs and Funding Administered by Disaster Disaster Year Grant Funds Administered Disaster Year Grant Funds Administered Hurricane Milton (FEMA DR-4834) 2024 $228,000,000 LA Severe Flooding (FEMA DR-4277) 2015 $65,000,000 Hurricane Helene (FEMA DR-4827 - 4831) 2024 $396,000,000 SC Severe Flooding (FEMA DR-4241) 2015 $35,000,000 Hurricane Debby (FEMA DR-4806) 2024 $9,450,000 Winter Storm Pandora (FEMA DR-4211) 2015 $750,000 Hurricane Beryl (FEMA-DR-4738) 2024 $250,000,000 Winter Storm Pax (FEMA DR-4166) 2014 $200,000,000 TX Severe Storms (FEMA DR-4781) 2024 $90,000,000 Hurricane Sandy (FEMA DR-4085-4086) 2012 $250,000,000 Hawaii Wildfires (FEMA DR-4724) 2023 $125,000,000 Hurricane Isaac (FEMA DR-4080-4081) 2012 $2,000,000 Hurricane Idalia (FEMA DR-738, 4734) 2023 $46,400,000 Indiana Tornados (FEMA DR-4058) 2012 $2,500,000 AL Severe Storms (FEMA DR-4684) 2023 $5,800,000 Hurricane Irene (FEMA DR-4024) 2011 $4,500,000 New Mexico Wildfires (FEMA DR-4652) 2022 $31,000,000 Alabama Tornados (FEMA DR-1971) 2011 $25,000,000 Hurricane Ian (FEMA DR-4673) 2022 $311,100,000 Iowa Flooding (FEMA DR-1763) 2010 $1,640,325 KY Severe Storms (FEMA DR-4630) 2021 $138,700,000 MA Snow Storm (FEMA DR-1813) 2009 $896,475 Hurricane Ida (FEMA DR-4611) 2021 $283,300,000 Hurricane Ike (FEMA DR-1791) 2008 $445,504,160 EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 4 Disaster Year Grant Funds Administered Disaster Year Grant Funds Administered Hurricane Zeta (FEMA DR-4576) 2020 $23,000,000 Hurricane Gustav (FEMA DR-1786) 2008 $19,374,540 Hurricane Sally (FEMA DR-4563,4564) 2020 $180,000,000 Hurricane Dolly (FEMA DR-1780) 2008 $17,241,000 Hurricane Laura (FEMA DR-4559) 2020 $48,000,000 Missouri Ice Storm (FEMA DR-1676) 2007 $31,523,000 Hurricane Dorian (FEMA DR-4465) 2019 $5,000,000 New York Winter Storm (FEMA DR-1665) 2006 $20,700,000 Hurricane Michael (FEMA DR-4399, 4400) 2018 $40,000,000 Hurricane Wilma (FEMA DR-1609) 2005 $214,491,000 Hurricane Florence (FEMA DR-4393, 4394) 2018 $12,000,000 Hurricane Rita (FEMA DR 1606) 2005 $96,000,000 Hurricane Maria (FEMA DR-4339) 2017 $44,600,000 Hurricane Katrina (FEMA DR 1602-1604) 2005 $914,304,040 Hurricane Irma (FEMA DR-4337, 4338) 2017 $100,000,000 Hurricane Ivan (FEMA DR-1551) 2004 $243,332,500 Hurricane Harvey (FEMA DR-4332) 2017 $20,000,000 Hurricane Frances (FEMA DR-1545) 2004 $5,000,000 Hurricane Matthew (FEMA DR-4283-86) 2016 $100,000,000 Hurricane Charley (FEMA DR-1539) 2004 $97,085,850 Past Performance State of Florida Experience In addition, Thompson’s consultants have responded to disaster incidents in Florida since Hurricane Charlie in 2004. Recently, Thompson has provided debris removal monitoring and grant consulting services to Florida clients following Hurricanes Matthew in 2016, Irma in 2017, Michael in 2018, Sally in 2020, Ian in 2022, and Debby, Helene, and Milton in 2024. Thompson has supported over 82 local and state Florida clients in monitoring and documenting over 46 million cubic yards of disaster debris. We are well positioned to continue working closely with the City, the Florida Division of Emergency Management, Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring program. Due to our extensive experience, commitment to responsible contracting, and dedication to providing the most efficient and effective disaster recovery, many of our Florida clients have retained Thompson’s services for 12 years or more spanning multiple activations and competitive procurements. Similar Experience The following select project examples highlight our experience and capabilities performing similar services to the scope of work requested by the City and include several recent examples that demonstrate our experience and ability to guide local governments to meet the FEMA Public Assistance Program eligibility requirements for debris removal and monitoring. In addition, many of these projects provide evidence of our ability to perform damage assessment, right- of-way monitoring, hazardous leaner/hanger removal, private property debris removal (PPDR), disposal site monitoring, solid and hazardous waste management, and FEMA reimbursement. Thompson’s key proposed staff have assisted all of the clients provided below following disaster events. City of Tampa, Florida Oct. – Nov. 2024 / Oct. 2024 – Jan. 2025 Disaster Debris Removal Monitoring Debris Quantity: 1,410,500 CY 2024 Hurricane Helene & Milton: Thompson has served as the stand-by disaster recovery and debris monitoring services provider on behalf of the City of Tampa since 2023. During that time, Thompson has supported preparedness measures and maintained operational readiness in the event that our services were needed. The City activated Thompson’s stand-by contract to assist in recovery operations following back-to-back hurricanes EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 5 Helene and Milton in 2024. The City performed separate right-of-way debris removal programs as well as hazardous hanging and leaning limb/tree removal. Thompson substantiated the removal of over 1,410,500 cubic yards of debris and approximately 23,000 hazardous trees and limbs completing across both disasters. Thompson was able to complete Hurricane Milton operations, which accounted for over 1.3 million cubic yards of debris, in approximately 120 days. Project Value: $5,066,000 Jefferson Parish, Louisiana Nov. 2020 – Jan. 2021 / Sept. 2021 – Sept. 2024 Hurricane Debris Removal Monitoring Debris Quantity: 2,359,000 CY Thompson has served as the stand-by disaster debris monitoring and management services provider for Jefferson Parish since 2019. Since that time, Thompson has worked closely with the Parish in order to maintain operational readiness and support preparedness initiatives. 2021 Hurricane Ida: The Parish was severely impacted by Hurricane Ida in 2021 and Thompson was able to mobilize immediately with personnel and resources. The Parish performed right-of-way debris removal operations, leaning/hanging limbs and hazardous tree removal, and special debris removal projects throughout the Parish such as parks and waterways. Overall, Thompson monitored the removal of over 2.2M cubic yards of debris from the Parish, which included mud removal operations from private properties in the Parish. Thompson also monitored the removal of over 29,700 hazardous limbs and trees throughout the Parish. Additionally, Thompson coordinated closely with the Parish and the Town of Grand Isle while performing simultaneous but separate debris removal operations. The Town of Grand Isle is located within the Parish, and Thompson supported debris removal operations including the scraping and remediation of over 83,500 cubic yards of beach sand and monitored the removal of over 472,000 cubic yards of debris from the Town. Thompson assisted with numerous private property debris removal operations across the Parish accounting for the removal of over 50,000 cubic yards of debris. 2020 Hurricane Zeta: Hurricane Zeta produced extremely strong winds and heavy rains causing severe damage to the Southeastern United States. The Parish activated Thompson’s stand-by disaster debris monitoring contract to support right-of-way debris removal operations throughout the Parish. Thompson was able to quickly mobilize and perform expeditious and efficient monitoring of the removal of over 159,000 cubic yards of debris as well as over 4,500 hazardous limbs and trees throughout the Parish. Project Value: $ 6,585,000 City of Port Orange, Florida 2022, 2024 Disaster Debris Monitoring & Grant Consulting Services Debris Quantity: 483,000 CY Thompson has maintained a stand-by debris removal services contract with the City of Port Orange since 2022. Throughout this partnership, Thompson has supported the City’s recovery efforts following multiple hurricanes, including Hurricane Ian in 2022 and Hurricane Milton in 2024. Thompson has been instrumental in efficiently managing debris removal operations and ensuring the City’s swift recovery after both disasters. 2024 Hurricane Milton: In 2024, the City of Port Orange faced another major challenge when Hurricane Milton struck the region. Once again, the City activated Thompson’s services for debris monitoring and removal. The team swiftly mobilized to support recovery efforts, successfully substantiating the removal of 118,855 cubic yards and 1,159 tons of debris, helping to restore the City in the wake of the storm's destruction. 2022 Hurricane Ian: In 2022, following the devastation of Hurricane Ian, which struck the southeastern United States and caused widespread damage, Thompson partnered with the City of Port Orange, FL, to support EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 6 recovery efforts. Port Orange, located along Florida's eastern coastline, was heavily impacted by the storm. Thompson successfully managed the removal of 363,937 cubic yards of debris and 3,274 tons of hurricane- related waste, including hazardous limbs and stumps. Project Value: $1,095,000 City of Houston, Texas May 2024 – Present Debris Removal Monitoring, PPDR & FEMA PA Support Debris Quantity: 6,694,000 CY 2024 Hurricane Beryl: Following the devastating impacts of Hurricane Beryl, Thompson was tasked with providing debris monitoring and disaster recovery cost reimbursement services on behalf of the City. Thompson has worked closely with the City as well as the City’s debris removal contractors during simultaneous activations for multiple declared disasters, ensuring waste operations are documented separately. Debris removal operations from City right-of ways and private gated communities are ongoing, and thus far Thompson has monitored the removal of over 3.6 million cubic yards of debris as well as the removal of 50,000 hazardous hanging or leaning limbs and trees throughout the City. Thompson is also assisting the City with the recovery of FEMA Public Assistance (PA) funding. The City’s damages included Category A-B work and Category Z work, with Thompson supporting submittals for emergency work expenditures as well as providing recovery management services, developing cost estimates, calculating departmental force account labor and equipment, successfully requesting Immediate Needs Funding (INF), and expediting projects that total over $105 million. 2024 Severe Storms, Straight-line Winds, Tornadoes, and Flooding: Thompson was activated by the City to perform disaster debris removal monitoring services following severe storms, straight-line winds, tornadoes, and flooding. Thompson was able to immediately mobilize equipment and begin hiring local residents to serve as temporary debris monitors following a notice-to-proceed. Operations are ongoing, however thus far, Thompson has monitored the removal of over 3 million cubic yards of debris as well as the removal of over 29,000 hazardous and hanging limbs, trees, and stumps throughout the City. This includes over 21,950 cubic yards of debris and approximately 5,000 limbs and trees from City maintained parks and trails. In addition, Thompson is currently assisting the City in the preparation and calculation of departmental force account labor and equipment, as well as submitting and processing PWs and Immediate Needs Funding (INF) requests for FEMA review and reimbursement. Thompson is ultimately supporting the City in applying for the reimbursement of over $40 million in federal funds. Project Value: $ 12,312,000 Hillsborough County, Florida Oct. 2022 – Feb. 2023 / Oct. 2024 - Present Hurricane Ian Debris Removal Monitoring Debris Quantity: 7,183,000 CY Thompson has maintained a stand-by debris monitoring contract with the County since 2020 before being activated following Hurricane Ian in September of 2022. During that time, Thompson maintained a high level of operational readiness should our debris monitoring team ever be needed to respond. 2024 Hurricane Helene & Milton: The County activated Thompson’s stand-by contract to assist in recovery operations following back-to-back hurricanes Helene and Milton in 2024. The County performed separate right- of-way debris removal programs, parks debris removal, as well as hazardous hanging and leaning limb/tree removal, and thus far, Thompson has substantiated the removal of over 6,333,000 cubic yards of debris and approximately 70,000 hazardous trees and limbs. 2022 Hurricane Ian: Hurricane Ian was one of the deadliest hurricanes to impact the State of Florida and caused widespread flooding and extensive damage. Hillsborough County was impacted due to tornadoes and high winds causing large amounts of debris and infrastructure damage. Thompson was called upon by the County to provide debris removal monitoring and recovery services and was able to respond immediately. Overall, EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 7 Thompson substantiated the removal of over 850,000 cubic yards of debris from the County. Additionally, Thompson has monitored the removal of over 300 hazardous limbs and trees throughout the County. Project Value: $ 7,433,758 City of Denham Springs, Louisiana 2012, 2016, 2021 Debris Removal Monitoring / PPDR & FEMA Grant Management Debris Quantity: 330,000 CY Hurricane Ida 2021: Most recently, Thompson was once again activated by the City following the devastating effects of Hurricane Ida in 2021. Thompson mobilized immediately to the City with equipment and personnel resources and was able to begin monitoring operations expeditiously. The City performed various debris removal operations including right-of-way debris removal and hazardous leaning/hanging trees and limb removal. Over 71,000 CY of debris and over 560 hazardous trees and limbs were removed from the City. In addition, Thompson is providing FEMA Public Assistance consulting and support to the City. Severe Flooding 2016: Thompson provided disaster debris removal monitoring and FEMA grant management and Public Assistance consulting services to the City of Denham Springs following the severe flooding that impacted over 90% of the City causing approximately $7,000,000 in damages eligible for FEMA PA reimbursement. Thompson substantiated over 250,000 cubic yards of vegetative debris and 272 tons of white goods. In addition, Thompson worked closely with the City to implement a comprehensive Private Property Debris Removal Program for extended ROW collection. Overall, 339 right-of-entry forms were collected, validated and processed for extended collection. Most of the damage in Denham Springs consisted of residential property flooding. Thompson’s FEMA PA consultants assisted the City in their pursuit of funding for a private property housing demolition program to restore destroyed properties posing a threat to public health and safety. Additionally, Thompson prepared projects and supporting documentation for damages to City-owned buildings, equipment, roads, storm water and wastewater utilities, and for the reimbursement of force account emergency protective measures. Hurricane Isaac 2012: Following Hurricane Isaac’s landfall, Thompson was engaged by the City to provide disaster debris removal monitoring services. The force of the wind downed power lines and trees and scattered debris throughout the City. Within hours of a notice to proceed, Thompson deployed a field management team to train and on-board local debris monitors in the impacted area, as well as coordinated with the City, the Governor’s Office of Homeland Security and Emergency Preparedness (GOHSEP), Louisiana Department of Environmental Quality (LDEQ), and FEMA to begin emergency debris removal. Thompson monitored emergency road clearance and debris removal operations and right-of-way collection of over 9,300 CY of vegetative and construction and demolition (C&D) debris throughout the affected areas. Furthermore, Thompson conducted a city-wide survey to identify hurricane damaged trees and assisted with the development and implantation of a leaner/hanger program to address City ROW and public parks. Project Value: $ 880,000 City of Deland, Florida 2016, 2017, 2022, 2024 Debris Removal Monitoring & FEMA PA Support Debris Quantity: 244,400 CY 2024 Hurricane Milton: Following the impacts of Hurricane Milton, the City activated Thompson to provide debris removal monitoring services. Thompson responded immediately after receipt of notice-to-proceed deploying staff and resources to begin certifying hauling equipment. In approximately 45-days, Thompson substantiated the removal of over 31,100 cubic yards of debris and over 425 hazardous/hanging limbs and trees. 2022 Hurricane Ian: Thompson was activated by the City to provide disaster debris monitoring services following the impacts of Hurricane Ian. The City suffered from wind damage and extensive flooding from EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 8 increased rainfall. Thompson was able to mobilize immediately deploying personnel and equipment to begin debris removal operations including right-of-way debris removal and the removal of hazardous leaning trees and hanging limbs. Throughout project operations, Thompson monitored the removal of approximately 60,000 cubic yards of debris and over 640 hazardous trees and limbs from the City. 2017 Hurricane Irma: Following Hurricane Irma, the City activated Thompson’s stand-by disaster debris removal monitoring contract, and Thompson immediately began coordinating with the City and onboarding local residents for debris removal monitor positions. Thompson monitored and documented the removal of over 112,850 cubic yards of debris, as well as the removal of hazardous limbs from 1,900 trees completing operations in less than four months. 2016 Hurricane Matthew: Thompson assisted the City with their debris removal operations and FEMA PA activities following the devastating impacts of Hurricane Matthew. Thompson immediately responded to the City to begin on-boarding and training local residents as debris removal monitors. Overall, Thompson monitored, documented, and substantiated reimbursement for the removal of 44,000 cubic yards of debris and 177 hazardous tree limbs in under 45 days. Project Value: $866,000 City of Valdosta, Georgia Sept. 2023 – Feb. 2024 / Oct. – Nov. 2024 Hurricane Debris Removal Monitoring Debris Quantity: 2,225,805 CY 2024 Hurricane Helene: Thompson was activated by the City following Hurricane Helene which caused flooding and widespread vegetative and construction debris throughout the Southeastern United States. Since activation, Thompson staffed over 100 local residents to serve as temporary debris removal monitors and have assisted in projects including right-of-way debris removal and hazardous trees and hanging limbs projects. Thus far, Thompson has substantiated the removal of approximately 988,000 cubic yards of debris from the City as well as the removal of over 5,350 hanging or fallen limbs and trees. 2023 Hurricane Idalia: The City of Valdosta suffered from severe flooding and damage following Hurricane Idalia and without a stand-by debris removal monitoring contract in place, the City held an emergency procurement to select a qualified contractor. The City selected Thompson as their disaster recovery services provider, and Thompson deployed personnel and equipment to the City immediately. Thompson worked closely with the City and their selected debris removal contractor to carryout operations and ultimately monitored the removal of over 727,000 cubic yards of debris and the removal of over 850 hazardous trees and hanging limbs. Project Value: $2,474,000 City of Daytona Beach, Florida 2016, 2017, 2022, 2024 Debris Removal Monitoring & FEMA PA Support Debris Quantity: 984,000 CY 2024 Hurricane Milton: The City of Daytona Beach (City) was impacted by Hurricane Milton and decided to activate Thompson’s stand-by disaster debris monitoring services contract. Thompson began staffing and equipment mobilization efforts immediately and monitored the removal of over 82,000 cubic yards of debris. 2022 Hurricane Ian: Thompson was activated by the City to provide disaster debris monitoring services following the impacts of Hurricane Ian. The City suffered from extensive wind damage and storm-surge impacting sea walls. Thompson was able to mobilize immediately deploying personnel and equipment to begin debris removal operations including right-of-way debris removal and the removal of hazardous leaning trees and hanging limbs. Throughout project operations, Thompson monitored the removal of over 383,000 cubic yards of debris and 3,450 hazardous trees and limbs from the City. 2017 Hurricane Irma: Following Hurricane Irma, the City once again activated Thompson to provide disaster debris removal monitoring and FEMA PA services. Thompson immediately began coordinating with the City's EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 9 debris removal contractor to determine crew configurations and onboarding local residents for debris removal monitor positions. Thompson monitored and documented the removal of over 118,000 cubic yards of debris, completing operations in less than three months. 2016 Hurricane Matthew: Thompson assisted the City with their debris removal operations and FEMA PA activities following the devastating impacts of Hurricane Matthew. Thompson immediately responded to the City following the passing of Hurricane Matthew to begin on-boarding and training local residents as debris removal monitors. Overall, Thompson monitored, documented, and substantiated reimbursement for the removal of 400,000 cubic yards of debris as well as the removal of over 8,000 hazardous hanging and leaning trees/limbs. In addition, Thompson has assisted the City with the identification of eligible projects, provided FEMA policy and process guidance, and continues to provide hands-on support to prepare and review documentation and FEMA project worksheets. Thompson’s FEMA PA consultants have a seven-year history of performance with the City. DDMP Update: In 2015 the City Public Works Department contracted Thompson to assist in updating their existing Disaster Debris Management Plan to meet current FEMA guidelines. The updated DDMP defines debris management roles and responsibilities and policies and procedures the City will refer to following a debris generating incident. Thompson also conducted validity assessments of the City's pre-identified temporary debris management site locations. Project Value: $1,777,000 Successful Reimbursement Assistance Thompson’s clients benefit from our long and consistent history in providing disaster response and recovery services through the incorporation of program management best practices gained over the years and understanding of current federal disaster recovery guidelines and procedures. We have a comprehensive understanding of how agencies at the federal, state, and local levels coordinate Thompson’s approach to providing disaster debris monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. We will exercise judgment and expertise by making every effort to limit services to those that will provide maximum reimbursement. Thompson encourages transparency with clients at every stage of the recovery process and will notify the City if at any time services provided may be ineligible for reimbursement. Thompson’s proposed team has assisted some of the largest government agencies impacted by natural disasters to recover and retain FEMA Public Assistance grant funding for debris removal, force account operations and complex infrastructure repair, replacement, and mitigation projects. Hurricane Matthew & Irma – Florida, 2016 & 2017: Thompson’s grant management consulting activations were spread across Florida from the Gulf to Atlantic coasts following Hurricanes Irma and Matthew with clients including the City of Ormond Beach, City of Daytona Beach, Volusia County, City of Lakeland, the Solid Waste Authority of Palm Beach, and the City of Fort Lauderdale. Thompson was tasked with documentation reconciliation, project development, cost estimating and closeout support for more than $100M in FEMA Public Assistance reimbursement claims and assisted clients with the preparation of projects for both emergency and permanent work, including building repairs, large debris removal claims and complex Category B force account emergency protective measure projects. Hurricanes Laura, Sally & Zeta – Louisiana, Alabama & Florida, 2020: In the midst of the COVID-19 Pandemic, numerous Thompson clients were impacted by multiple hurricanes over a two-month period. 5.5+ billion in federal grant funding EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 10 In addition to Grant and Winn Parishes, Louisiana, both Orange Beach, Alabama and Escambia County, Florida were significantly impacted and suffered widespread debris, significant emergency protective measure costs and permanent damages. Thompson provided damage assessment, cost estimating support, invoice reconciliation, procurement assistance, PW submittal and other tasks to support activations across the three states accounting for disaster recovery funding totaling over $160M. Hurricane Ian & Tropical Storm Nicole, 2022: The State of Florida suffered from the impacts of Hurricane Ian and Tropical Storm Nicole which occurred within months of each other and caused widespread damage. Thompson simultaneously assisted 28 of our clients in their debris removal operations and provided FEMA Public Assistance services including damage assessment, cost estimating support, invoice reconciliation, procurement assistance, PW submittal and other tasks to Brevard County, City of Fort Lauderdale, City of Port Orange, and the City of Ocoee. Wildfire Support New Mexico, 2023: Following devastating wildfires that spread across New Mexico, the New Mexico Department of Transportation (NMDOT) selected Thompson to provide program management, disaster monitoring, and Public Assistance grant management services following wildfires, flooding, and mudflows that impacted the State. To date, Thompson has assisted the New Mexico Department of Transportation (NMDOT) with over $64M in disaster related costs. This support has expanded to support cost recovery for State highways ($49M) as well as Mora and San Migel Counties ($10M), and cultural organizations including the New Mexico Acequia Association. As part of full-service grant management services, Thompson is also assisting the NMDOT with a $25M FEMA Claims Office request related to State Highway damages. Hurricane Helene & Milton, 2024: The Southeastern United States suffered severe and widespread destruction following back-to-back Hurricanes Helene and Milton. Thompson was activated by over 58 clients across Georgia, South Carolina, Florida, North Carolina, and Tennessee to provide debris monitoring, program management, and FEMA Public Assistance grant management services. Our grant management services included damage assessment, cost estimating support, invoice reconciliation, and project worksheet development submittal accounting for the reimbursement of over $476M. FEMA Performance Record Thompson is proud to have a 100% success rate with adhering to FEMA Public Assistance regulations. Thompson does not have any closed, active, or pending FEMA disputes, audits, or lawsuits. In addition, Thompson is not aware of any denials for eligible service/work items performed for our clients. Thompson will remain available and on standby to support the City throughout the audit process and assist the City in recovering funding for all eligible work. Staff Overview Thompson’s staff of consultants is amongst the most educated, qualified, and dynamic in the industry. Our personnel are disaster recovery and response experts, business, and financial consultants; registered professional engineers, geologists, and surveyors; scientists; and technical professionals in the following disciplines: civil, structural, environmental, geotechnical, hydraulic, mechanical, and electrical engineering. Thompson has over 550 multi-disciplined personnel on staff with diverse qualifications that can be drawn upon to address any project needs. EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 11 Thompson has provided the following list of personnel by discipline as evidence of our unique qualifications and credentials, as well as our capacity to support projects of any size and scope. Personnel by Discipline Grant/Financial Consultants Debris Project Managers Debris Supervisors On-call Debris Monitors Construction Managers Architects Civil Engineers Cost Engineer / Estimator Structural Engineers Geotechnical Engineers Transportation Engineers GIS Specialist 30 60 200 1000 7 6 60 2 11 11 12 6 Environmental Engineers Geologists Scientists/Environmental Construction Inspectors Landscape Architect Professional Land Surveyors Sanitary Engineer Safety / Occupation Health Engineer Scheduler Mechanical Engineer Hydraulic Engineer Support Staff 2 9 6 167 2 11 4 4 2 1 3 100 Thompson provides the City with access to a unique combination of experience, services, resources, and personnel through our family of companies. With a network of more than 260 on-call debris removal monitoring managers and supervisors and more than 1,000 inspectors, and advanced degrees in business, economics, finance, engineering, computer science and other disciplines, we provide a well- rounded perspective and approach to problem solving in the disaster recovery industry. Key Personnel Experience The following table summarizes the background and experience of our key personnel and outlines our staff’s extensive experience managing and monitoring projects of all size and scale, including many resulting in the documentation of over 1,000,000 cubic yards on behalf of local and state governments. An organizational chart and additional staff details have been provided within Tab 4, Staffing & Resource Capacity. Resumes for key personnel have been provided in Exhibit 2-2 following this section. Table 2-2: Summary of Project Team Experience Name, Education, Background Representative Experience Jon Hoyle | Principal-in-Charge MBA – Finance/Management 19 Years of experience − Escambia County, FL – 3,700,000 CY − Puerto Rico DOT – 1,000,000 CY − Lee County, FL – 2,300,000 CY − South Carolina DOT – 3,000,000 CY − Aiken County, SC – 1,500,000 CY − Harris County, TX – 2,500,000 CY Simon Carlyle | Client Liaison 18 Years of experience − Calcasieu Parish, LA – 6,700,000 CY − City of Lake Charles, LA – 3,400,000 CY − Baldwin Co, AL – 4,400,000 CY − Pinellas Co, FL – 380,000 CY − Sarasota Co, FL – 288,000 CY − Beaufort Co, SC – 1,700,000 CY Oliver Yao | Project Controls MS – Management & Finance 17 Years of experience − Beaufort Co, SC – 1,700,000 CY − Baldwin Co, AL – 4,400,000 CY − Bay County, FL – 1,200,000 CY − Hidalgo Co, TX – 187,000 CY − Hamilton Co, TN – 408,000 CY − Linn Co, IA – 1,100,000 CY Tiffany Thompson | Project Manager 10 Years of experience − Dare Co, NC – 155,400 CY − Hialeah, FL – 212,000 CY − Lee County, FL – 2,300,000 CY − Daytona Beach, FL – 330,000 CY − Horry County – 1,800,000 CY − South Carolina DOT – 3,000,000 CY Connie Stewart | Alternative Project Manager 17 Years of experience − Ormond Beach, FL- 170,500 CY − South Carolina DOT- 1,200,000 CY − Alabama DOT – 2,400,000 CY − Galveston County, TX- 1,700,000 CY − City of Galveston, TX- 1,700,000 CY − Norman, OK- 750,000 CY EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 12 Name, Education, Background Representative Experience Nicole Lehman | Planning and Preparedness / Alternative Client Liaison BA – Psychology & Spanish 16 Years of experience − Puerto Rico DOT – 400,000 CY − Fort Lauderdale, FL – 460,000 CY − St. Augustine, FL – 83,000 CY − Chatham Co, GA – 1,400,000 CY − Daytona Beach, FL – 330,000 CY − Escambia County, FL – 3,700,000 CY Jonathan Clark | FEMA Public Assistance Liaison 20 Years of experience − City-Parish E Baton Rouge – 2,000,000 CY − South Carolina DOT – $37,000,000 − Alabama Tornados – $25,000,000 − South Dakota – $60,000,000 − Hurricane Alex – $3,500,000 − Hurricane Ike – $445,000,000 Danny Gardner | Data Manager MBA – Finance/Management 16 Years of experience − SWA Palm Beach Co – 2,300,000 CY − Chatham Co, GA – 1,400,000 CY − Baton Rouge, LA – 1,800,000 CY − Alabama DOT – 870,000 CY − South Carolina DOT – 3,000,000 CY − Escambia County, FL – 3,700,000 CY Patrick Gardner | GIS / Environmental MS – Fisheries & Aquatic Sciences BS – Marine Science 10 Years of experience − Gadsden County, FL – 900,000 CY − SWA Palm Beach Co, FL – 3,200,000 CY − Fort Lauderdale, FL – 400,000 CY − Chatham Co, GA – 1,400,000 CY − Baton Rouge, LA – 1,800,000 CY − South Carolina DOT – 3,000,000 CY Professional Licenses and Certifications / Training Courses Thompson believes it is critical to educate our staff and provide them with the credentials that are recognized by the federal, state, and local emergency management community. Many of our staff members are credentialed with some combination of the certifications provided in the table below. Also, many of our project management consultants hold various Occupational Safety and Health Administration (OSHA) certifications for safety and other project related activities. Table 2-3: Staff Certifications & Training Agency/Course Certification Title FEMA IS 1A Emergency Program Manager, an Orientation to the Position FEMA IS 30b Mitigation eGrants System for the Subgrant Applicant FEMA IS 31b Mitigation eGrants System for the Grant Applicant FEMA IS 100c Introduction to the Incident Command System FEMA IS 120c An Introduction to Exercises FEMA IS 200c Basic Incident Command System for Initial Response FEMA IS 230e Fundamentals of Emergency Management FEMA IS 241c Decision Making and Problem Solving FEMA IS 242c Effective Communication FEMA IS 253b Overview of FEMA's Environmental and Historic Preservation Review FEMA IS 393b Introduction to Hazard Mitigation FEMA IS 403 Introduction to Individual Assistance FEMA IS 1300 Introduction to Continuity of Operations FEMA IS 1000 Public Assistance Program and Eligibility FEMA E376 Public Assistance Operations FEMA IS 632a Introduction to Debris Operations in FEMA's PA Program FEMA IS 634 Introduction to FEMA's Public Assistance Program FEMA IS 700b National Incident Management System (NIMS) an Introduction This coursework and continuing education allows our employees to remain current with changing policy while earning certifications within the federal, state and local emergency management community. EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 13 Key Personnel Qualifications Debris Removal Programs Thompson’s proposed team of disaster response and recovery experts have responded to some the most devastating natural disasters to impact the United States in the last decade. Each team member has served in a variety of recovery operations roles and has real-world experience managing and supporting special disaster recovery programs to include right-of-way (ROW), private property/right-of- entry (ROE) work, waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal, vessel and vehicle recovery, asbestos abatement, data management and hauler invoice reconciliation and contracting, and FEMA appeals assistance. Thompson’s consultants have experience with all of the following disaster recovery programs. Debris Removal Monitoring − Debris hauling vehicle certification (volumetric) − Right-of-Way debris collection − Debris management site operations − Leaning tree, hanging limb & hazardous stump removal − Parks debris removal − Private property debris removal − Right-of-Entry (ROE) administration − Waterway debris removal monitoring − Beach and shoreline restoration − Data management − Document management − Progress reporting − Contractor invoice reconciliation & payment recommendation − Vessel and vehicle recovery − Asbestos abatement − Health and safety monitoring − Multi-jurisdictional coordination/scheduling − Damage claim resolution − Disaster recovery monitoring with handheld devices − Hazardous material removal − GIS reporting − Cost recovery/grant applications Special Services Debris Removal Programs Thompson’s consultants consider special debris removal programs such as private property/right of entry work, waterways clean-up, demolition management, vessel, and vehicle recovery, etc. as service offerings that our clients expect following a disaster event. Thompson’s consultants have extensive and unique experience with private property debris removal and demolition housing initiatives, including the management of many of the largest multi-phase, multi-property demolition and housing initiatives in the United States over the past ten years. In addition, Thompson has extensive waterway/coastal recovery experience, including waterway, wetland and beach sand removal and restoration monitoring. A sample of Thompson’s extensive experience with special debris removal monitoring programs includes, but is not limited to: • New Mexico Department of Transportation: Acequia Debris Removal Program • Puerto Rico Infrastructure Financing Authority: Private Property Debris Removal and Demolition • City-Parish of East Baton Rouge: C&D, HHW, E-Waste, White Goods • SC Department of Transportation: Leaning Trees/Hazardous Limbs • New York City: Abandoned Vehicle Recovery • Hancock County: Animal Carcasses • Sevier County: Private Property Debris Removal EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 14 • City of Tuscaloosa: Structural Demolitions • City of Fort Lauderdale: Beach Sand Removal and Restoration • Alabama State Port Authority: Wetland Debris Removal • Aiken County, South Carolina: Waterway Debris Removal Thompson has extensive experience working closely with various federal, state, and local agencies, including departments of transportation, environmental protection, FEMA, FHWA and the NRCS to monitor special debris removal programs. Experience and Knowledge of Environmental Requirements In addition to our disaster related debris removal monitoring and grant administration experience, Thompson stands fully equipped and prepared to assist the City as needed with services related to permitting, solid waste management, hazardous waste management, asbestos abatement, lead based paint testing and other environmental and engineering inspection requirements. Our Environmental Group was established in 1982 and is comprised of 30+ environmental engineers, water/wastewater engineers, geologists, biologists, NEPA specialists, GIS specialists, soils scientists, hazardous materials managers, asbestos and lead-based paint specialists, storm water and erosion control experts, safety professionals, inspectors, and technicians. Disaster Cost Recovery and Reimbursement Processes Thompson’s consultants are well versed in federal program compliance regulations and policy for FEMA and other federal agencies. Our consultants thoroughly understand the programs, policies, and regulations related to disaster reimbursement and will use this knowledge to aid in the recovery and reimbursement of all eligible debris and other related project costs. Thompson’s goal is to promote an effective recovery in the most efficient amount of time while focusing on the end product of reimbursement though compliance with all applicable federal, state and local regulations. Public Assistance Program Consulting Services − Preliminary damage assessment (PDA) data management tool development (categories A-G) − Damage site surveying (photography, GPS, condition reports, cost estimation, etc.) − Collection and compilation of PDAs − Small/large project formulation and scoping − Applicant kickoff meeting facilitation − Alternate / improved projects − Debris staging site consultation (environmental, logistical, etc.) − Section 406 mitigation consultation − Procurement assistance − Project worksheet development − Expenditure review/approval and reconciliation − Housing inventory damage assessment − EMMIE monitoring/support − Direct administrative cost (DAC) support − FEMA appeals assistance Grant Application, Administration, and Management Thompson’s experience in supporting recovery efforts for local and state governments spans three decades and accounts for the administration of more than $5.5 billion in federal grant funding. Our consultants can draw upon their knowledge and experience in working with over eight different federal grant funding agencies and 15 grant programs, including the following: EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 15 • Federal Emergency Management Agency − Public Assistance (PA) − Hazard Mitigation Grant Program (HMGP) − Pre-disaster Mitigation (PDM) − Flood Mitigation Assistance (FMA) • Federal Highway Administration (FHWA) • Environmental Protection Agency (EPA) • Department of Housing & Urban Development − Community Development Block Grant − HOME Investment Partnership Program • Natural Resources Conservation Service (NRCS) − Emergency Watershed Protection (EWP) • Small Business Administration (SBA) • Department of Agriculture (USDA) Debris Management Planning Thompson has leveraged the lessons that we have learned from managing previous disaster debris programs as well as our strong regulatory knowledge and capabilities to develop several comprehensive debris management plans (DMP). Thompson works closely with our clients throughout the DMP development process to make certain the resulting plan is both in accordance with the Federal Emergency Management Agency (FEMA) Public Assistance Program and Policy Guide and contains the components critical to the success of a debris removal operation. Though conceptually similar, Thompson understands that each DMP will vary to reflect the intricacies and needs of our clients. Our plan development process is scalable and flexible depending on the need for developing a new plan or updating an existing plan; or the need for selecting and validating potential debris management sites (DMS) or to have existing sites reviewed and permitted by specific state agencies. Typically, the geographic size, population characteristics, propensity for and type of disaster, and many other factors dictate the complexity of a DMP. References The following references attest to the versatility of Thompson and the capabilities that we maintain in disaster recovery related services. We believe the highest praise a consultancy can receive is that of a recommendation from a previous or current client. Thompson is proud to have a 100% success rate with adhering to FEMA Public Assistance regulations. Select letters of reference have been provided in Exhibit 2-3 following this section. City of Tampa, Florida Oct. – Nov. 2024 / Oct. 2024 – Jan. 2025 Disaster Debris Removal Monitoring Debris Quantity: 1,410,500 CY Jonathan Kane, Audit & Contracts Supervisor, Solid Waste 813-348-6529 | jonathan.kane@tampagov.net 410 West Spruce Street Tampa, FL 33607 Key Personnel: Simon Carlyle, Oliver Yao, Thomas Ortiz, Nicole Lehman, Danny Gardner, Avery Ellis, Patrick Gardner, Jaire McNichols City of Denham Springs, Louisiana 2012, 2016, 2021 Debris Removal Monitoring / PPDR & FEMA Grant Management Debris Quantity: 330,000 CY Michelle Hood, Treasurer 225-667-8312 | treasurer@cityofdenhamsprings.com 116 North Range Ave. Denham Springs, LA 70726 Key Personnel: Nate Counsell, Eric Harrison, Gary Brooks, Danny Gardner, Brent Sherman, Jonathan Clark EXPERIENCE, QUALIFICATIONS & REFERENCES 2 - 16 City of Deland, Florida 2016, 2017, 2022, 2024 Debris Removal Monitoring & FEMA PA Support Debris Quantity: 244,400 CY Ray Underwood, Public Works Director 386-626-7194 | underwoodr@deland.org 120 S. Florida Avenue Deland, Fl 32720 Key Personnel: Eric Harrison, Nicole Lehman, Brent Sherman, Patrick Gardner, Jonathan Clark EXHIBIT 2-1: STAFF EXPERIENCE MATRIX Page 1 / 10 STAFF EXPERIENCE MATRIX Thompson Consulting Services Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support HURRICANE MILTON 2024 EVENT TOTAL CUBIC YARDS – 8,416,370 City of Altamonte Springs, FL 4834 12,375 ♦ ♦ ♦ ♦ City of Apopka, FL 4834 37,820 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Bonita Springs, FL 4834 17,691 ♦ ♦ ♦ ♦ ♦ City Casselberry, FL 4834 14,573 ♦ ♦ ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4834 71,232 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of DeLand, FL 4834 31,533 ♦ ♦ ♦ ♦ ♦ Desoto County, FL 4834 23,416 ♦ ♦ ♦ ♦ ♦ City of Edgewater, FL 4834 35,511 ♦ ♦ ♦ ♦ City of Ft. Myers, FL 4834 72,458 ♦ ♦ ♦ ♦ Hillsborough County, FL 4834 5,084,758 ♦ ♦ ♦ ♦ ♦ ♦ City of Kissimmee, FL 4834 10,794 ♦ ♦ ♦ ♦ City of Lakeland, FL 4834 194,107 ♦ ♦ ♦ ♦ ♦ Lee County, FL 4834 560,831 ♦ ♦ ♦ ♦ ♦ ♦ City of Maitland, FL 4834 5,668 ♦ ♦ ♦ ♦ ♦ City of Oak Hill, FL 4834 10,929 ♦ ♦ ♦ ♦ ♦ City of Ocoee, FL 4834 24,970 ♦ ♦ ♦ ♦ ♦ ♦ City of Orlando, FL 4834 32,266 ♦ ♦ ♦ ♦ City of Ormond Beach, FL 4834 108,507 ♦ ♦ ♦ ♦ ♦ ♦ City of Palm Bay, FL 4834 20,586 ♦ ♦ ♦ ♦ ♦ Town of Ponce Inlet, FL 4834 78,163 ♦ ♦ ♦ ♦ City of Port Orange, FL 4834 106,080 ♦ ♦ ♦ ♦ ♦ Putnam County, FL 4834 28,009 ♦ ♦ ♦ ♦ City of Sanibel, FL 4834 59,988 ♦ ♦ ♦ ♦ ♦ Sumter County, FL 4834 72,393 ♦ ♦ ♦ ♦ ♦ Solid Waste Authority Palm Beach Co., FL 4834 243,622 ♦ ♦ ♦ ♦ ♦ City of Tampa, FL 4834 1,427,879 ♦ ♦ ♦ ♦ ♦ ♦ City of Winter Garden, FL 4834 14,496 ♦ ♦ ♦ ♦ ♦ City of Winter Springs, FL 4834 15,715 ♦ ♦ ♦ ♦ ♦ HURRICANE HELENE 2024 EVENT TOTAL CUBIC YARDS – 14,636,297 FL Department of Transportation 4828 4,369,039 ♦ ♦ ♦ ♦ City of Bonita Springs, FL 4828 439 ♦ ♦ ♦ ♦ City of Ft Myers, FL 4828 188 ♦ ♦ ♦ ♦ Hillsborough County, FL 4828 15,472 ♦ ♦ ♦ ♦ Lee County, FL 4828 15,429 ♦ ♦ ♦ ♦ City of New Port Richey, FL 4828 6,978 ♦ ♦ ♦ ♦ City of Tampa, FL 4828 66,608 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 2 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City of Adel, GA 4830 44,526 ♦ ♦ ♦ ♦ ♦ Bulloch County, GA 4830 114,069 ♦ ♦ ♦ ♦ ♦ ♦ Chatham County, GA 4830 221,260 ♦ ♦ ♦ ♦ ♦ Cook County, GA 4830 142,151 ♦ ♦ ♦ ♦ ♦ Town of Dasher, GA 4830 117,228 ♦ ♦ ♦ ♦ ♦ Effingham County, GA 4830 101,560 ♦ ♦ ♦ ♦ ♦ Emmanuel County, GA 4830 801,607 ♦ ♦ ♦ ♦ ♦ ♦ ♦ GA Department of Transportation 4830 651,356 ♦ ♦ ♦ ♦ City of Hahira, GA 4830 33,591 ♦ ♦ ♦ ♦ ♦ City of Lake Park, GA 4830 62,490 ♦ ♦ ♦ ♦ ♦ Lowndes County, GA 4830 1,330,209 ♦ ♦ ♦ ♦ ♦ City of Nashville, GA 4830 91,833 ♦ ♦ ♦ ♦ ♦ City of Pooler, GA 4830 14,912 ♦ ♦ ♦ ♦ City of Remerton, GA 4830 1,369 ♦ ♦ ♦ ♦ ♦ City of Soperton, GA 4830 154,343 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Statesboro, GA 4830 78,276 ♦ ♦ ♦ ♦ ♦ Tattnall County, GA 4830 215,838 ♦ ♦ ♦ ♦ ♦ ♦ Treutlen County, GA 4830 827,753 ♦ ♦ ♦ ♦ ♦ ♦ City of Valdosta, GA 4830 1,498,805 ♦ ♦ ♦ ♦ ♦ Ware County, GA 4830 570,753 ♦ ♦ ♦ ♦ ♦ Washington County, GA 4830 156,117 ♦ ♦ ♦ ♦ ♦ ♦ United State Army Corp of Engineers 4830 1,892,664 ♦ ♦ ♦ ♦ NC Department of Transportation 4827 2,420 ♦ ♦ ♦ ♦ ♦ SC Department of Transportation 4829 873,678 ♦ ♦ ♦ ♦ ♦ ♦ TN Department of Transportation 4832 130,554 ♦ ♦ ♦ ♦ ♦ Virginia Dept. of Emergency Management 4831 32,782 ♦ ♦ ♦ ♦ ♦ HURRICANE DEBBY 2024 EVENT TOTAL CUBIC YARDS – 344,522 FL Department of Transportation 4806 321,501 ♦ ♦ ♦ Thomas County, GA NA 23,021 ♦ ♦ ♦ ♦ ♦ HURRICANE BERYL 2024 EVENT TOTAL CUBIC YARDS – 9,231,421 City of East Bernard, TX 4798 1,170 ♦ ♦ ♦ ♦ ♦ City of Friendswood, TX 4798 118,319 ♦ ♦ ♦ ♦ ♦ ♦ Harris County, TX 4798 2,776,097 ♦ ♦ ♦ ♦ ♦ ♦ City of Houston, TX 4798 3,698,729 ♦ ♦ ♦ ♦ ♦ ♦ City of La Porte, TX 4798 111,804 ♦ ♦ ♦ ♦ ♦ City of Lake Jackson, TX 4798 409,238 ♦ ♦ ♦ ♦ ♦ City of League City, TX 4798 149,709 ♦ ♦ ♦ ♦ ♦ ♦ Montgomery County, TX 4798 1,684,879 ♦ ♦ ♦ ♦ ♦ Polk County, TX 4798 11,476 ♦ ♦ ♦ ♦ ♦ City of Sugar Land, TX 4798 237,709 ♦ ♦ ♦ ♦ ♦ ♦ Wharton County, TX 4798 32,291 ♦ ♦ ♦ ♦ ♦ ARKANSAS SEVERE STORMS / TORNADOS 2024 STAFF EXPERIENCE MATRIX PAGE 3 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support EVENT TOTAL CUBIC YARDS – 349,022 City of Bentonville, AR 4788 349,022 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ IOWA TORNADO 2024 EVENT TONNAGE – 26,055 Iowa Dept. of Administrative Services NA 26,055t ♦ ♦ ♦ ♦ TEXAS SEVERE STORMS / TORNADOS 2024 EVENT TOTAL CUBIC YARDS – 3,309,736 Cooke County, TX 4781 105,314 ♦ ♦ ♦ ♦ ♦ City of Houston, TX 4781 3,111,925 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Montgomery County, TX 4781 53,548 ♦ ♦ ♦ ♦ ♦ Polk County, TX 4781 7,143 ♦ ♦ ♦ ♦ ♦ Waller County, TX 4781 31,806 ♦ ♦ ♦ ♦ ♦ FLORIDA SEVERE STORM / TORNADOS 2024 EVENT TOTAL TONNAGE – 3,397 Bay County, FL NA 3,397 ♦ ♦ ♦ ♦ HAWAII WILDFIRES 2023 EVENT TOTAL TONNAGE – 308,241t United States Army Corps of Engineers 4724 308,241t ♦ ♦ ♦ ♦ ♦ OKLAHOMA SEVERE STORMS 2023 EVENT TOTAL CUBIC YARDS – 95,691 City of Sand Springs, OK 4721 95,691 ♦ ♦ ♦ ♦ ♦ ♦ LOUISIANA SEVERE STORMS / TORNADOS 2023 EVENT TOTAL CUBIC YARDS – 236,530 City of Shreveport, LA NA 236,530 ♦ ♦ ♦ ♦ ♦ HURRICANE IDALIA 2023 EVENT TOTAL CUBIC YARDS – 1,744,757 Town of Dasher, GA 4738 34,402 ♦ ♦ ♦ ♦ ♦ Glynn County, GA 4738 33,962 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Lowndes County, GA 4738 904,947 ♦ ♦ ♦ ♦ ♦ City of Remerton, GA 4738 1,200 ♦ ♦ ♦ ♦ Thomas County, GA 4738 14,514 ♦ ♦ ♦ ♦ City of Valdosta, GA 4738 734,421 ♦ ♦ ♦ ♦ ♦ ♦ Ware County, GA 4738 46,537 ♦ ♦ ♦ ♦ ♦ ♦ Hillsborough County, FL 4734 1,507 ♦ ♦ ♦ ♦ ♦ New Port Richey, FL 4734 2,876 ♦ ♦ ♦ ♦ ♦ HURRICANE FIONA 2023 EVENT TOTAL CUBIC YARDS – 55,720 PR Department of Transportation 4671 55,720 ♦ ♦ ♦ ♦ FLORIDA SEVERE STORMS / FLOODING 2023 EVENT TOTAL CUBIC YARDS – 41,853 City of Fort Lauderdale, FL 4709 41,853 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ALABAMA SEVERE STORMS / TORNADOS 2023 EVENT TOTAL CUBIC YARDS – 484,255 AL Department of Transportation 4684 484,255 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 4 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support HURRICANE IAN 2022 EVENT TOTAL CUBIC YARDS – 17,239,389 City of Altamonte Springs, FL 4673 26,033 ♦ ♦ ♦ ♦ City of Apopka, FL 4673 90,856 ♦ ♦ ♦ ♦ ♦ ♦ City of Bonita Springs, FL 4673 362,465 ♦ ♦ ♦ ♦ ♦ City of Casselberry, FL 4673 26,258 ♦ ♦ ♦ ♦ ♦ City of Clewiston, FL 4673 9,682 ♦ ♦ ♦ ♦ City of Cocoa, FL 4673 3,174 ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4673 418,626 ♦ ♦ ♦ ♦ ♦ City of DeBary, FL 4673 68,961 ♦ ♦ ♦ ♦ City of Deland, FL 4673 68,022 ♦ ♦ ♦ ♦ ♦ Desoto County, FL 4673 754,375 ♦ ♦ ♦ ♦ ♦ ♦ City of Ft. Myers, FL 4673 849,357 ♦ ♦ ♦ ♦ ♦ City of Ft. Myers Beach, FL 4673 1,321,288 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Hendry County, FL 4673 50,920 ♦ ♦ ♦ ♦ Hillsborough County, FL 4673 903,519 ♦ ♦ ♦ ♦ ♦ ♦ City of Kissimmee, FL 4673 28,283 ♦ ♦ ♦ ♦ ♦ City of LaBelle, FL 4673 17,575 ♦ ♦ ♦ ♦ City of Lakeland, FL 4673 144,583 ♦ ♦ ♦ ♦ ♦ ♦ Lee County FL Schools 4673 31,783 ♦ ♦ ♦ ♦ ♦ Lee County, FL 4673 8,739,523 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Ocoee, FL 4673 44,022 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Orlando, FL 4673 136,057 ♦ ♦ ♦ ♦ City of Ormond Beach, FL 4673 123,441 ♦ ♦ ♦ ♦ ♦ City of Oviedo, FL 4673 42,534 ♦ ♦ ♦ ♦ ♦ ♦ City of Port Orange, FL 4673 416,235 ♦ ♦ ♦ ♦ ♦ ♦ City of Sanibel, FL 4673 2,549,038 ♦ ♦ ♦ ♦ ♦ ♦ City of Wellington, FL 4673 3,387 ♦ ♦ ♦ ♦ City of Winter Garden, FL 4673 9,235 ♦ ♦ ♦ ♦ NEW MEXICO WILDFIRES 2022 EVENT TOTAL TONNAGE – 236,705 NM Department of Transportation 4652 236,705 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ KENTUCKY SEVERE STORMS & FLOODING 2022 EVENT TOTAL TONNAGE – 1,376,809 KY Transportation Cabinet 4663 1,376,809 ♦ ♦ ♦ ♦ ♦ KENTUCKY SEVERE STORMS & FLOODING 2021 EVENT TOTAL CUBIC YARDS – 542,050 USACE DRC 4630 442,475 ♦ ♦ ♦ ♦ City of Mayfield, KY 4630 110,173 ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE IDA 2021 EVENT TOTAL CUBIC YARDS – 15,216,344 Ascension Parish, LA 4611 708,834 ♦ ♦ ♦ ♦ ♦ ♦ City of Denham Springs, LA 4611 70,857 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Donaldsonville 4611 31,743 STAFF EXPERIENCE MATRIX PAGE 5 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City-Parish of East Baton Rouge, LA 4611 1,030,098 ♦ ♦ ♦ ♦ Jefferson Parish, LA 4611 2,203,642 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ LA Department of Transportation 4611 2,379,615 ♦ ♦ ♦ ♦ ♦ Livingston Parish, LA 4611 1,376,623 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Town of Sorrento, LA 4611 11,869 ♦ ♦ ♦ ♦ St. Tammany Parish, LA 4611 3,032,610 ♦ ♦ ♦ ♦ ♦ Terrebonne Parish, LA 4611 4,341,225 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ LOUISIANA SEVERE STORMS & FLOODING EVENT TOTAL CUBIC YARDS – 42,800 City-Parish of East Baton Rouge, LA 4606 42,500 ♦ ♦ ♦ ♦ Ascension Parish, LA 4606 300 ♦ ♦ ♦ ♦ KENTUCKY SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 253,431 KY Transportation Cabinet 4592 253,431 ♦ ♦ ♦ ♦ LOUISIANA SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 84,308 City-Parish East Baton Rouge, LA 4590 84,308 ♦ ♦ ♦ ♦ TEXAS SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 79,040 City of Corpus Christi, TX 4586 74,620 ♦ ♦ ♦ ♦ City of Pearland, TX 4586 4,420 ♦ ♦ ♦ ♦ HURRICANE ZETA 2020 EVENT TOTAL CUBIC YARDS – 1,473,700 Jefferson Parish, LA 4577 143,000 ♦ ♦ ♦ ♦ Terrebonne Parish, LA 4577 12,000 ♦ ♦ ♦ ♦ City of Gautier, MS 4576 7,700 ♦ ♦ ♦ ♦ Jackson County, MS 4576 438,000 ♦ ♦ ♦ ♦ City of Long Beach, MS 4576 112,000 ♦ ♦ ♦ ♦ ♦ City of Pascagoula, MS 4576 42,000 ♦ ♦ ♦ ♦ Clarke County, AL 4573 243,000 ♦ ♦ ♦ ♦ ♦ City of Mobile, AL 4573 261,400 ♦ ♦ ♦ ♦ ♦ ♦ Mobile County, AL 4573 263,000 ♦ ♦ ♦ ♦ ♦ ♦ Washington County, AL 4573 213,000 ♦ ♦ ♦ ♦ ♦ OKLAHOMA SEVERE WINTER STORM 2020 EVENT TOTAL CUBIC YARDS – 477,000 City of Norman, OK 4575 477,000 ♦ ♦ ♦ ♦ HURRICANE DELTA 2020 EVENT TOTAL CUBIC YARDS – 112.744 City-Parish East Baton Rouge, LA 4570 77,221 ♦ ♦ ♦ ♦ City of Jennings, LA 4570 35,221 ♦ ♦ ♦ ♦ HURRICANE SALLY 2020 EVENT TOTAL CUBIC YARDS – 9,456,677 Escambia County, FL 4564 4,427,522 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Gulf Breeze, FL 4564 98,600 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 6 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support AL Department of Transportation 4563 2,451,641 ♦ ♦ ♦ ♦ ♦ City of Gulf Shores, AL 4563 656,203 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Mobile, AL 4563 408,450 ♦ ♦ ♦ ♦ ♦ ♦ Mobile County, AL 4563 270,400 ♦ ♦ ♦ ♦ ♦ ♦ City of Orange Beach, AL 4563 644,782 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Spanish Fort, AL 4563 95,162 ♦ ♦ ♦ ♦ ♦ HURRICANE LAURA 2020 EVENT TOTAL CUBIC YARDS – 2,415,052 Grant Parish, LA 4559 1,186,807 ♦ ♦ ♦ ♦ ♦ ♦ Jefferson Davis Parish, LA 4559 215,825 ♦ ♦ ♦ ♦ ♦ City of Jennings, LA 4559 54,600 ♦ ♦ ♦ ♦ ♦ LA Department of Transportation 4559 139,000 ♦ ♦ ♦ ♦ City of Natchitoches, LA 4559 31,600 ♦ ♦ ♦ ♦ City of Pineville, LA 4559 36,700 ♦ ♦ ♦ ♦ Vernon Parish, LA 4559 726,831 ♦ ♦ ♦ ♦ ♦ Winn Parish, LA 4559 148,789 ♦ ♦ ♦ ♦ ♦ ♦ MIDWEST DERECHO 2020 EVENT TOTAL CUBIC YARDS – 426,440 IA Dept. of Homeland Security and EM 4557 406,000 ♦ ♦ ♦ City of Bertram. IA 4557 20,440 ♦ ♦ ♦ ♦ HURRICANE ISAIAS 2020 EVENT TOTAL CUBIC YARDS – 2,400 New Hanover County, NC 4568 2,400 ♦ ♦ ♦ ♦ TROPICAL STORM IMELDA 2019 EVENT TOTAL CUBIC YARDS – 3,755 City of Beaumont, TX 4466 3,850t ♦ ♦ ♦ ♦ City of Liberty, TX 4466 3,755 ♦ ♦ ♦ ♦ HURRICANE DORIAN 2019 EVENT TOTAL CUBIC YARDS – 186,600 Currituck County, NC 4465 31,200 ♦ ♦ ♦ ♦ ♦ Dare County, NC 4465 155,400 ♦ ♦ ♦ ♦ ♦ HURRICANE BARRY 2019 EVENT TOTAL CUBIC YARDS – 87,359 Terrebonne Parish, LA 4458 50,790 ♦ ♦ ♦ ♦ City-Parish East Baton Rouge, LA 4458 36,569 ♦ ♦ ♦ ♦ HURRICANE MICHAEL 2018 EVENT TOTAL CUBIC YARDS – 4,392,415 Leon County, FL 4399 1,043,757 ♦ ♦ ♦ ♦ ♦ City of Tallahassee, FL 4399 427,650 ♦ ♦ ♦ ♦ ♦ Gadsden County, FL 4399 1,524,442 ♦ ♦ ♦ ♦ ♦ ♦ Jackson County, FL 4399 499,627 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Tyndall Air Force Base, FL 4399 57,466 ♦ ♦ GA Department of Transportation 4400 184,527 ♦ ♦ ♦ ♦ Thomas County, GA 4400 45,031 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 7 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support HURRICANE FLORENCE 2018 EVENT TOTAL CUBIC YARDS – 1,816,173 Town of Bogue, NC 4393 8,915 ♦ ♦ ♦ ♦ Carteret County, NC 4393 1,507,059 ♦ ♦ ♦ ♦ ♦ Cumberland County, NC 4393 1,319t ♦ ♦ ♦ ♦ City of Jacksonville, NC 4393 269,383 ♦ ♦ ♦ ♦ ♦ NC Department of Transportation 4393 14,153t ♦ ♦ ♦ ♦ ♦ Town of Swansboro, NC 4393 30,816 ♦ ♦ ♦ ♦ ♦ HURRICANE MARIA 2017 EVENT TOTAL CUBIC YARDS – 460,000 PR Department of Transportation 4339 1,275,612 ♦ ♦ ♦ ♦ ♦ HURRICANE IRMA 2017 EVENT TOTAL CUBIC YARDS – 12,000,000 City of Altamonte Springs, FL 4337 68,144 ♦ ♦ ♦ ♦ ♦ City of Bonita Springs, FL 4337 536,487 ♦ ♦ ♦ ♦ ♦ ♦ City of Casselberry, FL 4337 31,317 ♦ ♦ ♦ ♦ ♦ Citrus County, FL 4337 173,920 ♦ ♦ ♦ ♦ Hendry County, FL 4337 300,110 ♦ ♦ ♦ ♦ ♦ City of Cooper City, FL 4337 153,376 ♦ ♦ ♦ ♦ ♦ City of Crystal River, FL 4337 3,142 ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4337 117,077 ♦ ♦ ♦ ♦ ♦ City of Deland, FL 4337 129,377 ♦ ♦ ♦ ♦ ♦ ♦ City of Delray Beach, FL 4337 173,674 ♦ ♦ ♦ ♦ ♦ City of Flagler Beach, FL 4337 27,515 ♦ ♦ ♦ ♦ City of Ft Lauderdale, FL 4337 647,519 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Ft Myers, FL 4337 331,986 ♦ ♦ ♦ ♦ ♦ Town of Ft Myers Beach, FL 4337 24,783 ♦ ♦ ♦ ♦ Glades County, FL 4337 40,827 ♦ ♦ ♦ ♦ Hernando County, FL 4337 118,699 ♦ ♦ ♦ ♦ ♦ City of Hialeah, FL 4337 211,704 ♦ ♦ ♦ ♦ ♦ City of Inverness, FL 4337 10,238 ♦ ♦ ♦ ♦ City of Lake Mary, FL 4337 55,826 ♦ ♦ ♦ ♦ ♦ City of Lakeland, FL 4337 260,084 ♦ ♦ ♦ ♦ ♦ ♦ City of Largo, FL 4337 54,992 ♦ ♦ ♦ ♦ Lee County, FL 4337 2,319,785 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Leesburg, FL 4337 27,118 ♦ ♦ ♦ ♦ ♦ Leon County, FL 4337 37,619 ♦ ♦ ♦ ♦ City of Maitland, FL 4337 36,443 ♦ ♦ ♦ ♦ ♦ Manatee County, FL 4337 560,188 ♦ ♦ ♦ ♦ ♦ City of Margate, FL 4337 94,506 ♦ ♦ ♦ ♦ ♦ ♦ City of Miami Springs, FL 4337 165,755 ♦ ♦ ♦ ♦ ♦ City of Oak Hill, FL 4337 6,124 ♦ ♦ ♦ ♦ City of Orange City, FL 4337 47,722 ♦ ♦ ♦ ♦ ♦ ♦ City of Orlando, FL 4337 216,508 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 8 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City of Ormond Beach, FL 4337 157,371 ♦ ♦ ♦ ♦ ♦ City of Oviedo, FL 4337 39,208 ♦ ♦ ♦ ♦ City of Palm Bay, FL 4337 253,867 ♦ ♦ ♦ ♦ City of Stuart, FL 4337 17,851 ♦ ♦ ♦ ♦ ♦ Sumter County, FL 4337 116,322 ♦ ♦ ♦ ♦ ♦ Solid Waste Authority Palm Beach Co 4337 3,035,786 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Venice, FL 4337 12,817 ♦ ♦ ♦ ♦ ♦ City of Vero Beach, FL 4337 69,897 ♦ ♦ ♦ ♦ Volusia County, FL 4337 858,138 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Chatham County, GA 4338 100,889 ♦ ♦ ♦ ♦ ♦ GA Department of Transportation 4338 27,559 ♦ ♦ ♦ ♦ HURRICANE HARVEY 2017 EVENT TOTAL CUBIC YARDS – 3,000,000 Aransas County, TX 4332 2,775,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Beaumont, TX 4332 70,857 ♦ ♦ ♦ ♦ City of Lake Jackson, TX 4332 4,281 ♦ ♦ ♦ ♦ Newton County, TX 4332 8,859 ♦ ♦ ♦ ♦ ♦ City of Santa Fe, TX 4332 22,690 ♦ ♦ ♦ ♦ City of Texas City, TX 4332 22,400 ♦ ♦ ♦ ♦ TENNESSEE WILDFIRES 2016 EVENT TOTAL CUBIC YARDS – 676t City of Gatlinburg, TN 4293 404t ♦ ♦ ♦ ♦ ♦ ♦ Sevier County, TN 4293 272t ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE MATTHEW 2016 EVENT TOTAL CUBIC YARDS OF DEBRIS – 3,532,000 City of Norfolk, VA 4291 29,000 ♦ ♦ ♦ ♦ ♦ City of Southern Shores, NC 4285 20,000 ♦ ♦ ♦ ♦ ♦ Dare County, NC 4285 96,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Lumberton, NC 4285 26,000 ♦ ♦ ♦ ♦ ♦ SC Department of Transportation 4286 960,000 ♦ ♦ ♦ ♦ ♦ ♦ Chatham County, GA 4284 1,400,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Effingham, GA 4284 11,000 ♦ ♦ ♦ ♦ ♦ City of Pooler, GA 4284 17,000 ♦ ♦ ♦ ♦ ♦ GA Department of Transportation 4284 180,000 ♦ ♦ ♦ ♦ ♦ City of St. Augustine, FL 4283 83,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Orange City, FL 4283 13,000 ♦ ♦ ♦ ♦ ♦ City of Ormond Beach, FL 4283 170,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Deland, FL 4283 57,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4283 330,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Palm Bay, FL 4283 99,000 ♦ ♦ ♦ ♦ Solid Waste Authority Palm Beach Co. 4283 14,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Vero Beach, FL 4283 27,000 ♦ ♦ ♦ ♦ ♦ LOUISIANA SEVERE STORMS & FLOODING 2016 EVENT TOTAL CUBIC YARDS OF DEBRIS – 2,050,000 STAFF EXPERIENCE MATRIX PAGE 9 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City-Parish of East Baton Rouge, LA 4277 1,800,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Denham Springs, LA 4277 250,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ TEXAS / LOUISIANA SEVERE STORMS & FLOODING 2016 EVENT TOTAL CUBIC YARDS OF DEBRIS – 44,736 Vernon Parish, LA 4263 7,706 ♦ ♦ ♦ ♦ ♦ Newton County, TX 4266 37,030 ♦ ♦ ♦ ♦ ♦ SSOUTH CAROLINA SEVERE STORMS & FLOODING 2015 EVENT TOTAL CUBIC YARDS OF DEBRIS – 120,000 SC Department of Transportation 4241 120,000 ♦ ♦ ♦ ♦ ♦ ♦ WINTER STORM PANDORA 2015 EVENT TOTAL CUBIC YARDS OF DEBRIS – 271,000 Putnam County, TN 4211 140,000 ♦ ♦ ♦ ♦ ♦ ♦ Fentress County, TN 4211 77,000 ♦ ♦ ♦ ♦ ♦ ♦ Overton County, TN 4211 54,000 ♦ ♦ ♦ ♦ ♦ ♦ ALABAMA TORNADOES 2014 EVENT TOTAL CUBIC YARDS OF DEBRIS – 144,000 City of Adamsville, AL 4176 22,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Graysville, AL 4176 80,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Kimberly, AL 4176 20,000 ♦ ♦ ♦ ♦ ♦ ♦ Lee County, AL 4176 22,000 ♦ ♦ ♦ ♦ ♦ ♦ WINTER STORM PAX 2014 EVENT TOTAL CUBIC YARDS OF DEBRIS – 2,930,000 SC Department of Transportation 4166 1,200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Georgetown County, SC 4166 105,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Marion County, SC 4166 25,000 ♦ ♦ ♦ ♦ ♦ Williamsburg County, SC 4166 40,000 ♦ ♦ ♦ ♦ ♦ ♦ Aiken County, SC 4166 1,500,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Allendale County, SC 4166 60,000 ♦ ♦ ♦ ♦ ♦ HURRICANE SANDY 2012 EVENT TOTAL CUBIC YARDS OF DEBRIS – 125,000 City of Hoboken, NJ 4086 25,000 ♦ ♦ ♦ ♦ ♦ Town of Babylon, NY 4085 100,000 ♦ ♦ ♦ HURRICANE ISAAC 2012 - 2013 EVENT TOTAL CUBIC YARDS OF DEBRIS – 92,000 AL Port Authority (Wetlands) 4082 1,000 ♦ ♦ ♦ Iberville Parish, LA (Waterways) 4080 950 ♦ ♦ ♦ ♦ ♦ Terrebonne Parish, LA 4080 56,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Denham Spring, LA 4080 9,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Hancock County, MS 4081 23,000 ♦ ♦ ♦ ♦ Jackson County, MS 4081 4,000 ♦ ♦ ♦ HURRICANE IRENE 2011 EVENT TOTAL CUBIC YARDS OF DEBRIS – 465,000 Saluda Residency, Virginia DOT 4024 100,000 ♦ ♦ ♦ Petersburg Residency, Virginia DOT 4024 75,000 ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 10 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support Ashland Residency, Virginia DOT 4024 200,000 ♦ ♦ ♦ Chesterfield Residency, Virginia DOT 4024 15,000 ♦ ♦ ♦ City of Portsmouth, Virginia 4024 50,000 ♦ ♦ ♦ Brunswick County, Virginia 4024 25,000 ♦ ♦ ♦ ALABAMA TORNADOES 2011 EVENT TOTAL CUBIC YARDS OF DEBRIS – 450,000 City of Tuscaloosa, AL 1971 N/A ♦ ♦ ♦ ♦ ♦ ♦ Calhoun County, AL 1971 350,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Alabama DCNR 1971 100,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ TENNESSEE ROCKSLIDES 2009 [1] EVENT TOTAL CUBIC YARDS OF DEBRIS – 60,000 TN Department of Transportation N/A 60,000 ♦ ♦ ♦ HURRICANE KATRINA 2005 [1] EVENT TOTAL CUBIC YARDS OF DEBRIS – 27,143,468 Mobile County, AL 1605 789,658 ♦ ♦ ♦ ♦ City of Mobile, AL 1605 728,469 ♦ ♦ ♦ ♦ Jasper County, MS 1604 131,251 ♦ ♦ ♦ ♦ Town of Dauphin Island, AL 1605 94,037 ♦ ♦ ♦ ♦ ♦ ♦ City of Prichard, AL 1605 70,445 ♦ ♦ ♦ ♦ Clark County, MS 1604 90,134 ♦ ♦ ♦ ♦ City of Citronelle, AL 1605 48,423 ♦ ♦ ♦ ♦ City of Saraland, AL 1605 44,419 ♦ ♦ ♦ ♦ City of Satsuma, AL 1605 29,404 ♦ ♦ ♦ ♦ Choctaw County, AL 1605 26,409 ♦ ♦ ♦ ♦ City of Bayou Le Batre, AL 1605 18,336 ♦ ♦ ♦ ♦ City of Creola, AL 1605 7,719 ♦ ♦ ♦ ♦ City of Mt. Vernon, AL 1605 4,619 ♦ ♦ ♦ ♦ [1] This work was completed by Thompson Engineering, Inc, an affiliate company of Thompson Consulting Services, LLC, prior to the inception of Thompson Consulting Services, LLC in 2011. EXHIBIT 2-2: KEY PERSONNEL RESUMES PAGE 1 / 2 Jon Hoyle President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: International Relations MBA: Management and Finance EXPERIENCE 19 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FEMA Hazard Mitigation Grant Program (404 and 406) | FHWA ER Program | CDBD Disaster Recovery | CDBG Housing Mr. Hoyle has 19 years of experience providing management and oversight for disaster response and recovery efforts and grant writing administration / program management throughout the United States. He has managed 150 projects under contracts that total over $2.5 Billion in grant administration and recovery efforts that required the mobilization of over 10,000 personnel. PROJECT EXPERIENCE Hurricane Helene Disaster Recovery, State of Georgia, 2024 – 2025 | Mr. Hoyle served as the principal-in-charge during Thompson’s state-wide Georgia mobilization in response to Hurricane Helene. Thompson conducted debris removal monitoring operations on behalf of 22 unique Georgia clients simultaneously. Mr. Hoyle was responsible for contract obligations and cost controls for all projects. Thompson provided debris monitoring and substantiation for more than 10.5M cubic yards of debris across Georgia. New Mexico Department of Transportation, Wildfire and Mudflows 2022 – 2023 | Mora and San Miguel County, New Mexico were severely impacted by wildfire and mudflows in 2022. Following the completion of a United States Army Corps of Engineers debris removal program, the New Mexico Department of Transportation (NMDOT) was tasked with completing remaining Private Property Debris Removal (PPDR) and demolition activities. Mr. Hoyle served as principal-in- charge addressing the NMDOT’s operational needs. Hurricane Ida, Disaster Recovery Operations, State of Louisiana, 2021 – 2022 | Mr. Hoyle served as principal-in- charge during Thompson’s state-wide mobilization in response to Hurricane Ida. Thompson conducted debris removal monitoring operations on behalf of 13 unique clients simultaneously. Mr. Hoyle ensured contract obligations were met and cost controls were closely monitored for all ongoing projects. Overall, Thompson monitored the removal of over 11.7M cubic yards of debris as of Hurricane Ida. Escambia County, Florida, Hurricane Disaster Debris Removal Monitoring, 2020 – 2021 | Mr. Hoyle served as the principal-in- charge for Escambia County, Florida following Hurricane Sally. He was responsible for over-seeing cost controls for projects and maintaining contract obligations. Thompson provided FEMA reimbursement support as well as debris removal monitoring and substantiation for over 4M cubic yards of construction, demolition, and vegetative debris. Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2017 – 2018 | Hurricane Maria is regarded as the worst natural disaster on record to impact Puerto Rico. Following the devastating impacts of the storm Mr. Hoyle worked with DTOP to ensure proper procurement measures were in place to solicit and begin disaster debris removal and monitoring services. Ultimately, Thompson began performing debris monitoring services in three DTOP zones. Mr. Hoyle oversaw the establishment of project operations and is responsible for contract obligations and cost controls. Hurricane Irma, Disaster Recovery Operations, State of Florida, 2017 – 2018 | Mr. Hoyle served as principal-in-charge during Thompson’s state-wide mobilization in response to Hurricane Irma. Thompson conducted debris removal monitoring operations on behalf of 45 unique clients simultaneously. Mr. Hoyle was responsible for contract obligations and cost controls for all projects. Thompson provided debris monitoring and substantiation for more than 11.6M cubic yards of debris as a result of Hurricane Irma. JON HOYLE PAGE 2 / 2 Hurricane Matthew, Disaster Recovery Operations, Multiple States, 2016 – 2017 | Mr. Hoyle served as principal-in-charge during Thompson’s multi-state mobilization in response to Hurricane Matthew. Thompson conducted debris removal monitoring operations in five (5) states and 23 unique clients simultaneously. Mr. Hoyle was responsible for contract obligations, cost controls, and FEMA Category A&B reimbursement for all projects. Thompson provided debris monitoring and substantiation for more than 3.2M cubic yards of debris as a result of Hurricane Matthew. South Carolina Department of Transportation, Severe Flooding, 2015 – 2016 | Mr. Hoyle again served on the Thompson management team during the SCDOT’s response to statewide severe flooding. He was responsible for contract obligations, cost controls, and FEMA Category A&B reimbursement for all projects. Thompson provided debris monitoring services on behalf of the SCDOT in 11 counties as well as FEAM PA services to identify and document damages to approximately 600 sites and prepared and submitted both large and small project worksheets totaling over $35,000,000 and including hazard mitigation measures. South Carolina, Winter Storm Pax Regional Response and Disaster Recovery, 2014 | Winter Storm Pax impacted the State of South Carolina generating widespread vegetative disaster debris. Thompson was activated by the South Carolina Department of Transpiration (SCDOT), Georgetown, Marion, Williamsburg, Aiken and Allendale Counties to provide debris removal monitoring services. Mr. Hoyle served on the Thompson management team responsible for contract obligations, cost controls, and FEMA Category A&B reimbursement for all projects. Thompson monitored, documented, and substantiated reimbursement for the removal of over 2,900,000 cubic yards of debris and the removal of 400,000 hazardous limbs and trees. Louisiana and Mississippi, Hurricane Isaac Regional Response and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac struck the Louisiana and Mississippi gulf coast with Category 1 strength winds and 24 hours of sustained rainfall. Mr. Hoyle served on the Thompson debris program team responsible for mobilizing and deploying project staff and resources to multiple jurisdictions along coastal Mississippi and Louisiana, including Jackson and Hancock County, MS, and Terrebonne Parish and Denham Springs, LA. In all, Thompson’s field monitoring efforts documented and substantiated reimbursement for the removal of nearly 100,000 cubic yards of debris from roadways, canals, and beaches. Virginia Department of Transportation (VDOT), Multiple Locations, Hurricane Recovery Debris Monitoring, 2011 | In the wake of Hurricane Irene the VDOT called upon their pre- position contractors to assist it with collecting and disposing of debris strewn about its rights-of-way in the Central and Eastern regions of the State. Thompson was tasked with providing debris removal monitoring services in the Ashland, Chesterfield, Petersburg, South Hill, and Saluda Residencies, which included a territory of 23 Counties. Mr. Hoyle served as the Principal-In-Charge acting as the liaison officer between the VDOT’s pre-positioned contractors and the field management team. Alabama Department of Conservation and Natural Resources (ADCNR), Disaster Management and Debris Monitoring, Alabama, 2011 | Mr. Hoyle served as the Project Manager for the disaster management and debris monitoring at Guntersville, Buck’s Pocket, and Morgan’s Cove State Parks following the crippling tornados of April 2011. The campgrounds were totally destroyed and massive amounts of debris were scattered in the roadways, trail systems, and fire lines. At peak, 90 crews were mobilized, managed, and monitored. Contract value totals $1.5-million. Texas and Louisiana, Hurricane Ike Long Term Recovery, Infrastructure Repair and Grant Management Administration, 2008 – 2011 | Following the devastating impact that Hurricanes Ike made on the Texas and Louisiana coast, Mr. Hoyle implemented and managed over 15 large long term recovery, infrastructure repair, and grant administration programs in Texas and Louisiana and helping obtain over $250 million FEMA PA, FHWA ER, and CDBG DR funds on behalf of local governments and agencies such as the Port of Galveston, City of Galveston, and Texas Department of Transportation. Norman, Oklahoma, Ice Storm Deployment, 2008 | Following a crippling ice storm in Norman, Oklahoma in 2008, Mr. Hoyle served as the Principal in Charge for a program to document and account for contracted response, recovery, and debris removal operations initiated by the City. The effort documented and substantiated over $3 million worth of eligible FEMA and FHWA funding. Florida and Mississippi, Hurricane Deployment, Hurricane Katrina, 2005 – 2007 | Mr. Hoyle deployed teams to simultaneously respond to multiple local governments in Florida and Mississippi to provide debris monitoring and grant administration assistance. The effort documented and substantiated the removal of over 5,000,000 cubic yards of debris, representing $175 million of FEMA and FHWA reimbursement to local governments. PAGE 1 / 2 Nathaniel Counsell Executive Vice President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: Economics MBA: International Business EXPERIENCE 19 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FEMA Hazard Mitigation Grant Program (404 and 406) | FEMA Severe Repetitive Loss Program | FHWA ER Program | CDBD Disaster Recovery | CDBG Housing Mr. Counsell has 19 years of experience providing management and oversight for disaster response and recovery efforts throughout the United States. He has managed 80 projects under contracts that total over $1.5 Billion in recovery efforts that required the mobilization of over 5,000 field and professional personnel. PROJECT EXPERIENCE Lee County, Florida, Hurricane Ian Disaster Recovery Operations, 2022 – 2023 | Mr. Counsell served as the principal-in-charge / corporate resource officer for Lee County, Florida following the large-scale impacts of Hurricane Ian in 2022, one of the deadliest hurricanes to impact the State of Florida. Mr. Counsell worked closely with the County and the County’s debris removal contactor ensuring all projects had the resources necessary to implement monitoring operations. Thompson substantiated the removal of over 5.7 million cubic yards of debris from the County. Additionally, Thompson has monitored the removal of over 43,450 hazardous limbs and trees throughout the County. City of Mobile, Alabama, Hurricane Disaster Debris Removal Monitoring, 2020 - 2021 | Mr. Counsell served as the principal- in-charge / corporate resource officer for the City of Mobile following the effects of Hurricane Sally. Severe flooding produced large amounts of construction, demolition, and vegetative debris, and Thompson monitored the removal of over 660,000 CY of debris from the City. Mr. Counsell ensured all projects had the resources necessary to implement monitoring operations including special debris removal programs involving City parks and the environmental preservation of historical flora. Solid Waste Authority of Palm Beach County (SWA), Hurricane Irma, 2017 - 2018 | Mr. Counsell served as the principal-in-charge / program manager to coordinate debris monitoring and disposal operations throughout the county, this included performing monitoring services for 18 communities within the County and documenting all disposal loads brought to the SWA’s landfills. Overall Thompson provided the substantiation for more than 3M cubic yards of debris as a result of Hurricane Irma. Hurricane Irma, Disaster Recovery Operations, State of Florida, 2017 - 2018 | Mr. Counsell served as the principal-in- charge / corporate resource officer during Thompson’s state- wide mobilization in response to Hurricane Irma. Thompson conducted debris removal monitoring operations on behalf of 45 unique clients simultaneously. Mr. Counsell ensured all projects had the resources necessary to implement monitoring operations for all projects and programs. Thompson provided debris monitoring and substantiation for more than 11.6M cubic yards of debris as a result of Hurricane Irma. Louisiana Severe Flooding, City of Baton Rouge, Parish of East Baton Rouge and Denham Springs, LA, 2016 - 2017 | Mr. Counsell served as the principal-in-charge / corporate resource officer for the City of Baton Rouge, Parish of East Baton Rouge and Denham Springs disaster recovery operations conducted by Thompson. Each of these communities were severely impacted by massive flooding and required specialized debris removal programs. Recovery operations in the City / Parish of East Baton Rouge resulted in the collection of over 1.9M cubic yards of construction and demolition debris, the largest C&D removal program since Hurricane Katrina. Over 90% of the City of Denham Springs was impacted by flooding resulting in 250,000 CY of debris collected. Both projects also required extended ROW debris removal and Thompson worked with NATHANIEL COUNSELL PAGE 2 / 2 each community to implement a private property debris removal (PPDR) program. Mr. Counsell ensured all projects had the resources necessary to implement monitoring operations for all programs. He also worked closely with the leadership of each community to address public information concerns and worked closely with the debris removal contractors to assist in organized debris removal operations. South Carolina Department of Transportation, Severe Flooding, 2015 | Mr. Counsell served as the corporate resource officer during the SCDOT’s response to statewide severe flooding. Mr. Counsell ensured all projects had the resources necessary to implement debris removal monitoring in 11 counties throughout the State. South Carolina, Winter Storm Pax Regional Response and Disaster Recovery, 2014 | Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Thompson was activated by the South Carolina Department of Transpiration (SCDOT), Georgetown, Marion, Williamsburg, Aiken and Allendale Counties to provide debris removal monitoring services. Mr. Counsell served on the Thompson management team responsible for contract obligations, cost controls, and FEMA Category A&B reimbursement for all projects. Thompson monitored, documented, and substantiated reimbursement for the removal of over 2,900,000 cubic yards of debris and the removal of 400,000 hazardous limbs and trees. Louisiana and Mississippi, Hurricane Isaac Regional Response and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac struck the Louisiana and Mississippi gulf coast with Category 1 strength winds and 24 hours of sustained rainfall. Mr. Counsell served on the Thompson financial team responsible for contract cost controls and FEMA Category A&B reimbursement for multiple jurisdictions along coastal Mississippi and Louisiana, including Jackson and Hancock County, MS, and Terrebonne Parish and Denham Springs, LA. In all, Thompson’s data and financial management efforts authorized nearly a $1,000,000 of eligible contractor payments and substantiated reimbursement for the removal of nearly 100,000 cubic yards of debris from roadways, canals, and beaches. Virginia Department of Transportation (Multiple Locations), Hurricane Recovery and Debris Removal, 2011 | In the wake of Irene, the Virginia Department of Transportation (VDOT) called upon their pre-position contractors to assist it with collecting and disposing of debris strewn about its rights-of- way in the Central and Eastern regions of the State. Thompson was tasked with providing debris removal monitoring services in the Ashland, Chesterfield, Petersburg, South Hill, and Saluda Residencies, which included a territory of 23 Counties. Mr. Counsell served as Project Manager for this engagement and oversaw all debris monitoring operations. Calhoun County, Alabama, Tornado Disaster Debris Monitoring, 2011 | Mr. Counsell served as the Project Manager for disaster debris removal monitoring following the crippling tornados of April 2011. The project involved monitoring right-of-way collection of vegetative and construction and demolition (C&D) debris throughout the County and administering and monitoring contracted debris removal from private property through a right-of-entry (ROE) program as part of Operation Clean Sweep administered by FEMA and AEMA. Contract value totals $3-million. New Orleans, Louisiana, FEMA Funded Commercial and Residential Demolition Program, 2007-2009 | Between 2007 and 2009, Mr. Counsell served as the Program Manager of the City of New Orleans residential and commercial demolition program, helping the City design and implement a multi-phase process for the identification, historical review, decommissioning, demolition, and disposal of over 1,500 residential and commercial structures located throughout the City. The program required coordinated cost tacking to 5 large Project Worksheets totaling over $50 million in FEMA Public Assistance Funding. Louisiana and Texas, Hurricane Deployment, Hurricanes Dolly, Gustav, and Ike, 2008-2010 | Following the devastating impact that Hurricanes Dolly, Gustav, and Ike made on the Texas and Louisiana coast, Mr. Counsell deployed, implemented, and executed 10 large scale debris monitoring and grant administration programs in Texas and Louisiana and helped obtain $250 million FEMA PA, FHWA ER, and CDBG DR funds on behalf of local governments and agencies such as Terrebonne Parish, City of New Orleans, and City of Houston. South Florida, Hurricane Deployment, Hurricane Wilma, 2005-2006 | Mr. Counsell deployed teams to simultaneously respond to 17 local governments in Broward, Miami-Dade, and Monroe County, FL to provide debris monitoring and grant administration assistance. The effort documented and substantiated the removal of over 5,000,000 cubic yards of debris, representing $175 million of FEMA and FHWA reimbursement to local governments. PAGE 1 / 2 Simon Carlyle Vice President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EXPERIENCE 18 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FEMA Hazard Mitigation Grant Program (404 and 406) | FHWA ER Program | HUD CDBD Disaster Recovery | HUD CDBG Housing Mr. Carlyle has 18 years of experience providing management and oversight for disaster response and recovery efforts throughout the United States. He has managed over 30 of the most devastating disaster events in Florida, Texas, Alabama, Virginia, Louisiana, South Carolina, Georgia, and Mississippi. Mr. Carlyle has extensive experience in all stages of disaster recovery and has a thorough knowledge of federal, state, and local policies. PROJECT EXPERIENCE New Mexico Department of Transportation, Wildfire and Mudflows 2022-2023 | Mora and San Miguel County, New Mexico were severely impacted by wildfire and mudflows in 2022. Following the completion of a United States Army Corps of Engineers debris removal program, the New Mexico Department of Transportation (NMDOT) was tasked with completing remaining Private Property Debris Removal (PPDR) and demolition activities. Mr. Carlyle served as client liaison acting as the direct point of contact to address the NMDOT’s needs during project operations. State of Florida – Multiple Communities, Hurricane Ian, 2022 – 2023 | Mr. Carlyle served as the client liaison during mobilization efforts in response to the devastating impacts of Hurricane Ian. Mr. Carlyle managed multiple projects communicating with clients directly to address schedules and unique project goals/expectations. Thompson assisted 27 clients simultaneously the state and documented the removal of over 11.5M cubic yards of demolition and vegetative debris. Virginia Department of Transportation, Severe Winter Storm Debris Removal Monitoring, 2021 | Mr. Carlyle served as client liaison for the Virginia Department of Transportation where he provided senior management oversight, coordinated staffing and logistics support, ensured unique health and safety plan was executed and oversaw and audited daily reporting. State of Louisiana – Multiple Communities, Hurricane Laura, 2020 - 2022 | Mr. Carlyle served as the regional manager to multiple cities and parishes following the devastating effects of Hurricane Laura. He coordinated and provided support during debris monitoring and disposal operations throughout the state. State of South Carolina – Multiple Communities, Tornado Recovery Operations, 2020 | Mr. Carlyle served as the regional manager during mobilization in response to an unprecedented number of tornados affecting the state. Following the tornado outbreak, Mr. Carlyle managed multiple projects overseeing debris removal operations and debris site quality control. State of South Carolina – Multiple Communities, Hurricane Dorian Recovery operations, 2019 | Following the effects of Hurricane Dorian, an extremely powerful Category 5 hurricane, Mr. Carlyle served as the regional manager for multiple clients across the state. Mr. Carlyle provided program oversight, order preparation and quality assurance measures. Jefferson County & Orange County, Texas, Tropical Storm Imelda Disaster Recovery Operations, 2019 | Mr. Carlyle served as regional manager on behalf of Jefferson County and Orange County, Texas following the devastating effects of Tropical Storm Imelda. The storm caused wide-spread flooding and produced large quantities of debris throughout the state. Mr. Carlyle assisted the counties in the removal and substantiation of over 100,000 cubic yards of debris. SIMON CARLYLE PAGE 2 / 2 Lee County, Alabama, Tornado Disaster Recovery Operations, 2019 | Mr. Carlyle served as the project manager for Lee County after it was impacted by one of the most fatal and highly destructive tornadoes in recent history. Mr. Carlyle was able to mobilize to the County within hours of a notice-to- proceed and began immediate coordination with local, state and federal officials. Mr. Carlyle worked closely with the County and the County’s debris hauler to develop a debris removal strategy and schedule. Southwest Georgia – Multiple Communities, Hurricane Michael Response and Disaster Recovery, 2018 – 2019 | Hurricane Michael was an extremely destructive Category 5 storm that impacted multiple states across the panhandle including Georgia. Mr. Carlyle served as a regional manager under a team providing debris monitoring and documentation under the United States Army Corps of Engineers. Mr. Carlyle oversaw field operations and served in a client liaison role. State of Florida – Multiple Communities, Hurricane Irma Recovery and Debris Removal Monitoring, 2017 – 2018 | Mr. Carlyle served as regional manager on behalf of nearly 20 cities and counties in the state of Florida following the impacts of Hurricane Irma. As regional manager, Mr. Carlyle was responsible for communicating with various city and county administrators, scheduling debris removal operations, overseeing training, project staffing and data management, ensuring that debris and documentation remains accurate, representing clients in meetings with State and Federal officials, and coordinating government agency meetings. State of Texas – Multiple Communities, Hurricane Harvey Disaster Debris Monitoring & Recovery Services, 2017 – 2018 | Mr. Carlyle served as the regional manager for disaster debris removal monitoring in multiple cities and counties following Hurricane Harvey. Mr. Carlyle worked directly with impacted cities, counties, and respective communities, scheduling debris removal operations and task orders, and communicating all project matters related to the counties, cities, and towns to city and county staff. Beaufort County, South Carolina, Hurricane Matthew Recovery Operations & DDMP Development, 2016 – 2017 | Mr. Carlyle has worked closely with the County to provide support during annual trainings and assisted in the development of the County’s Disaster Debris Management Plan (DDMP). Following Hurricane Matthew in 2016, Mr. Carlyle served as the project manager on behalf of the county and oversaw debris removal operations including the removal of over 1.7M cubic yards of debris and the removal of over 62,000 Hazardous hanging limbs and leaning trees. In addition, he successfully oversaw a waterway debris and vessel removal program. State of South Carolina – Multiple Communities, Winter Storm Pax Disaster Recovery, 2014 | In February of 2014 Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Mr. Carlyle worked with multiple county and local governments to establish debris removal and incident response plans in order to begin responding to residential and community needs. Mr. Carlyle created debris removal and monitoring programs with communities that had no preposition contract or plans in place. City of Sioux Falls, South Dakota, Severe Winter Storm Recovery Operations, 2013 | The City was severely impacted by a severe winter storm that caused damage and hazardous debris. Mr. Carlyle served as the project manager overseeing the deployment and activation of staffing and equipment resources. Mr. Carlyle also assisted the City in utilizing unique mapping parameters and reporting protocols. Nearly 30,000 hazardous hanging limbs were removed from the City. Bastrop County, Texas, Wildfire Recovery Services, 2011 – 2012 | Mr. Carlyle served as the project manager following devastating wildfires that impacted the County. Mr. Carlyle led a team of experts who expedited project worksheets, maintained FEMA compliant documentation and initiated a private property debris removal program. City of Waveland, Mississippi, Hurricane Katrina Disaster Recovery & Private Property Debris Removal, 2006 | The City was severely impacted by Hurricane Katrina and suffered widespread damage. Mr. Carlyle served as the project manager on behalf of the City and oversaw right-of-way debris removal operations, the removal of hazardous leaning and hanging limbs and trees, City parks debris removal operations, and private property debris removal projects. TRAINING & CERTIFICATIONS - IS-100: Introduction to ICS - IS-120: Introduction to Exercises - IS-00556: Damage Assessment for Public Works - IS-00559: Local Damage Assessment - IS-00634: Introduction to FEMA’s PA Program - IS-700: Introduction to NIMS - Homeland Security Exercise and Evaluation Program (HSEEP) Certified PAGE 1 / 2 Oliver Yao Vice President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: Economics MBA: Management and Finance EXPERIENCE 18 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) Mr. Yao has 18 years of experience providing program management and oversight of disaster response and recovery projects throughout the United States. His experience spans recovery efforts following hurricanes, tornadoes, ice storms, wildfires, and other debris generating incidents. Mr. Yao is a subject matter expert in FEMA Public Assistance criteria and documentation standards and has overseen the data management and documentation of over 116 million cubic yards of debris over the course of his career. PROJECT EXPERIENCE Houston, Texas, Severe Storms & Hurricane Beryl, 2024 – 2025 | The City of Houston was severely impacted by back-to- back disaster incidents in 2024, including Hurricane Beryl and damaging severe storms. Mr. Yao served as the project controls specialist overseeing operational needs and ensuring contract terms and budgets were kept. Thompson monitored the removal of over 5.6M cubic yards of debris from the City. New Mexico Department of Transportation, Wildfire and Mudflows 2022 – 2023 | Mora and San Miguel County, New Mexico were severely impacted by wildfire and mudflows in 2022. Following the completion of a United States Army Corps of Engineers debris removal program, the New Mexico Department of Transportation (NMDOT) was tasked with completing remaining Private Property Debris Removal (PPDR) and demolition activities. Mr. Yao served as a subject matter expert supporting NMDOT with PPDR and demolition program management and monitoring services. Livingston Parish, Louisiana, Hurricane Ida Recovery, 2022 | In addition to generating disaster debris along the Parish right- of-way and public property, Hurricane Ida also severely impacted Parish waterways. The Parish was successful in submitting waterways for approval under the Natural Resources Conservation Service (NRCS) Emergency Watershed Protection program. Mr. Yao servers as a senior manager supporting the documentation and management of the NRCS waterways debris removal program. Terrebonne Parish, Louisiana, Hurricane Ida Recovery, 2022- 2023 | As part of recovery efforts following Hurricane Ida, the Parish initiated and private property debris removal and demolition program. Mr. Yao serves as a senior manager supporting the Thompson field manager in the oversight and quality assurance of PPDR and demolition program documentation and program CalRecycle, California, Wildfire Recovery, 2021 | Mr. Yao served as a senior manager and supported project controls for the 2021 Wildfire structural debris and hazard tree assessment and removal program. The program consisted of two divisions, the North Division which included the counties of Lassen, Plumas, Siskiyou, Tehama, and Trinity; and the Central Division which included the counties of Alpine, El Dorado, Placer, Nevada, and Lake. Mr. Yao supported project setup including workplans, staffing, and data documentation and reporting. State of Louisiana, Hurricane Ida Program Management, 2021 | Mr. Yao provided senior management oversight and project controls for 11 projects within the State of Louisiana including St. John the Baptist, St. James, Iberville, and St. Helena Parishes. Mr. Yao’s senior oversight included over 4.7 million cubic yards and over 82,000 hazardous trees from the 11 combined projects. State of Louisiana, Hurricanes Delta and Zeta Program Management, 2020 | Hurricanes Delta and Zeta were two late season hurricanes that impacted Louisiana. Mr. Yao provided senior management oversight and project controls for six OLIVER YAO PAGE 2 / 2 projects including Acadia and St. Martin Parish. The response and recovery operations for Hurricanes Delta and Zeta were completed on average within 30 days and totaled 167,000 CY of debris and 3,800 hazardous trees. Baldwin County, Alabama, Hurricane Sally Program Management, 2020 | Hurricane Sally impacted the State of Alabama as a strong Category 2 hurricane and caused extensive damages to Baldwin County. Mr. Yao served as part of the senior management team and supported project setup, documentation, staffing, reporting, and project controls. The project resulted over 4.4 million cubic yard of debris and over 46,000 hazardous trees and stumps. Mr. Yao also supported the County in responding to FEMA requests for information and supporting documentation. State of Louisiana, Hurricane Laura Program Management, 2020 | Hurricane Laura impacted the State of Louisiana as a destructive category 4 hurricane. Mr. Yao served as senior leadership and oversaw project setup, documentation, staffing, and project controls for 15 clients in Louisiana. Work included the City of Lake Charles, Calcasieu Parish, the City of Sulphur, Allen Parish, Vermillion Parish, and the City of Alexandria to name a few. Mr. Yao’s senior oversight included over 15.3 million cubic yards and over 130,000 hazardous trees from the 15 combined projects. Mr. Yao also supported the two Private Property Debris Removal programs for Calcasieu Parish and the Town of Vinton. CalRecycle, California, Camp Fire, 2019 | The Camp Fire Incident destroyed over 13,000 structures. Mr. Yao served as a senior manager supporting project setup, staffing, data management, financial accounting, and project controls. This program resulted in the documentation of over 3.6 million tons of structural debris. State of Florida, Hurricane Michael Program Management, 2018 | Hurricane Michael impacted the Florida panhandle region as a Category 5 hurricane. Mr. Yao provided management and data oversight for 11 projects in Florida including Bay County, Franklin County, Wakulla County and the cities of Lynn Haven, Springfield, and Callaway. Mr. Yao supported the oversight and documentation of over 5.5 million cubic yards and over 21,000 hazardous trees. State of Georgia, Hurricane Michael Program Management, 2018 | In addition to impacting the State of Florida, Hurricane Michael also severely impacted the State of Georgia. The United States Army Corps of Engineers (USACE) was activated to coordinate debris removal in 13 counties. Mr. Yao served as a senior manager and was responsible for project setup, controls, reporting, and staffing. In total, over 3.4 million cubic yards of debris was documented and collected. State of Florida, Hurricane Matthew Program Management, 2016 | Hurricane Matthew impacted the east coast of Florida. Mr. Yao served as a senior manager and data management coordinator 21 projects including the counties of Volusia, Flagler, St. Johns, and Brevard County. Mr. Yao supported the documentation and data management of over 3.2 million cubic yards of debris. State of South Carolina, Hurricane Matthew Program Management, 2016 | Mr. Yao served as a senior manager and data management coordinator for over 11 projects in South Carolina including Beaufort County and the Town of Hilton Head Island. Mr. Yao supported the documentation and reporting of over 4.4 million cubic yards of debris. State of Texas, Severe Storms, Tornadoes, Straight-Line Winds and Flooding Program Management, 2015 | Mr. Yao served as a senior manager and data management coordinator for the City of Houston, Hays County, and Caldwell County following severe storms and flooding that resulted in a disaster declaration. Mr. Yao supported project documentation and reporting. State of Alabama, Severe Storms and Tornadoes Program Management, 2014 | Mr. Yao served as a senior manager and data management coordinator for the counties of Blount and Limestone. Mr. Yao supported documentation, data management, and reporting deliverables for the projects. New Jersey Department of Environmental Protection, Hurricane Sandy, 2012| Mr. Yao served as a senior manager and data management coordinator for NJDEP waterways debris removal program. This program included the removal of submerged and partially submerged hurricane debris as well as sediment removal that was a result of the hurricane. City of New Orleans, Louisiana, Hurricane Katrina Data Management, 2011 | Mr. Yao served as a senior data manager and was responsible for the coordination, data management, reporting, and invoice reconciliation of over 1,700 residential structural demolitions that were a result of Hurricane Katrina. State of Texas, Hurricane Ike Data Management, 2008 | Mr. Yao served as a senior data manager and was responsible for the coordination, data management, reporting, and invoice reconciliation of multiple projects including the City of Houston, City of Galveston, and Galveston County. PAGE 1 / 2 Daniel Gardner Vice President / Data Operations FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BSBA: Management Information Systems MBA: Finance and Management EXPERIENCE 16 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FEMA Hazard Mitigation Grant Program (404 and 406) | FEMA Severe Repetitive Loss Program | CDBD Disaster Recovery | CDBG Housing Mr. Gardner has served a program manager and grant management consultant for multiple federally funded grant programs on projects totaling approximately $2 billion. His extensive understanding of the eligibility requirements, regulations and policies across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. He provides oversight throughout grant and project implementation and is intimately familiar with such activities as application development, public outreach, environmental review, vendor procurement, project and process monitoring, fair housing and Davis Bacon compliance, project closeout and program audits. Mr. Gardner has assisted clients obtain funding from multiple federally funded grant programs including the U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) Program, the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program and the FEMA Hazard Mitigation Grant Program (HMGP). PROJECT EXPERIENCE Hurricane Helene Disaster Recovery, State of Georgia, 2024 – 2025 | Mr. Gardner served as the data manager during Thompson’s state-wide Georgia mobilization in response to Hurricane Helene. Thompson conducted debris removal monitoring operations on behalf of 22 unique Georgia clients simultaneously. Mr. Gardner was responsible for the overall data management, reconciliation, and daily reporting for all projects. Thompson provided debris monitoring and substantiation for more than 10.5M cubic yards of debris. Hurricane Ida, Disaster Recovery Operations, State of Louisiana, 2021 – 2024 | The State of Louisiana was severely impacted by Hurricane Ida, and Thompson conducted debris removal monitoring operations on behalf of 13 unique clients simultaneously. Mr. Gardner served as the data manager during Thompson’s state-wide mobilization and was responsible for overseeing all daily ticket review, detailed road review and daily reporting. In addition, Mr. Gardner performed contract reviews and invoice reconciliations. Overall, Thompson monitored the removal of approximately 15.1M cubic yards of debris. U.S. Army Corps of Engineers (USACE), Louisville District - Kentucky, Tornado Recovery Operations, 2021 – 2022 | In December of 2021, Graves County and the City of Mayfield were devastated by a Major EF4 tornado that required a massive emergency response and recovery operation. Thompson responded to both the City and County as the debris monitoring subconsultant to the U.S. Army Corps of Engineers (USACE). Mr. Gardner served as the Data Manager overseeing the Thompson data team who provided quality assurance, project reporting, mapping, data management, and invoice reconciliation support. Overall, Thompson monitored the removal of more than 433,000 cubic yards of debris from the County and City. Grant Parish, Louisiana, Hurricane Laura Disaster Recovery Operations, 2020 - 2021 | Mr. Gardner served as the Data Manager overseeing all data operations for Grant Parish following the severe effects of Hurricane Laura. He was responsible for daily ticket reviews, data reconciliation and validation, daily reporting and contractor invoice tracking. Overall, Thompson has monitored and documented the removal of over 1.1M cubic yards of debris from the Parish. DANIEL GARDNER PAGE 2 / 2 Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2017 - 2018 | Hurricane Maria is regarded as the worst natural disaster on record to impact Puerto Rico. Following the devastating impacts of the storm DTOP selected Thompson to perform debris monitoring services in three DTOP zones. Mr. Gardner served as Data Manager and was responsible for overseeing all daily ticket review, detailed road review and daily reporting. In addition, Mr. Gardner performs all contract review and invoice reconciliation. Hurricane Irma, Disaster Recovery Operations, State of Florida, 2017 - 2018 | Mr. Gardner served as the lead Data Manager overseeing Thompson’s state-wide mobilization in response to Hurricane Irma. Thompson conducted debris removal monitoring operations on behalf of 45 unique clients simultaneously within the State. Mr. Gardner was responsible for all QA/QC activities as well as contractor invoice reconciliation. Thompson substantiated more than 11.6M cubic yards of debris as a result of Hurricane Irma. South Carolina Department of Transportation, Severe Flooding Statewide Response, 2015 - 2016 | The SCDOT activated Thompson to provide debris removal monitoring services in 11 counties throughout the State following severe storms and flooding. Mr. Gardner served on the on-site project kickoff team and managed the data reporting and invoice reconciliation tasks throughout the projects. He oversaw the daily review of data and produced reports for the Counties including a daily summary, cost estimation and contractor summary. South Carolina, Winter Storm Pax Regional Response and Disaster Recovery, 2014 | In February of 2014 Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Thompson was activated by the South Carolina Department of Transpiration (SCDOT), Georgetown, Marion, Williamsburg, Aiken and Allendale Counties to provide debris removal monitoring services. Mr. Gardner managed the Thompson data management team responsible for validation and reporting of all project data. He was also responsible for data reconciliation and contractor invoicing. Thompson monitored, documented, and substantiated reimbursement for the removal of 2,000,000 cubic yards of debris and the removal of 400,000 hazardous limbs and trees. City of Hoboken, NJ, Emergency Operations Planning, Debris Monitoring, and FEMA PA Consulting, Hurricane Sandy 2012- 2013 | The City of Hoboken was severely impacted by Hurricane Sandy, experiencing widespread flooding throughout the majority of the City. Mr. Gardner assisted with the oversight and coordination of debris removal operations immediately following the hurricane, and served as the Senior Grant Consultant during preparation the City’s FEMA Project Worksheets. Louisiana and Mississippi, Hurricane Isaac Regional Response and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac struck the Louisiana and Mississippi gulf coast with Category 1 strength winds and 24 hours of sustained rainfall. Mr. Gardner served on the Thompson financial team responsible for contract cost controls and FEMA Category A&B reimbursement for multiple jurisdictions along coastal Mississippi and Louisiana, including Jackson and Hancock County, MS, and Terrebonne Parish and Denham Springs, LA. In all, Thompson’s data and financial management efforts authorized nearly a $1,000,000 of eligible contractor payments and substantiated reimbursement for the removal of nearly 100,000 cubic yards of debris from roadways, canals, and beaches. City of Tuscaloosa, Alabama, Public Assistance and Long Term Recovery Grant Program, 2011 | The City of Tuscaloosa was impacted by multiple large and small tornadoes in April, 2011. The largest tornado flattened a one mile by six mile swath of the City causing an estimated $85M in damage. Critical infrastructure was damaged and hundreds of residents lost their homes and property during the event. Mr. Gardner aided the City secure federal funding across several grant programs including CDBG, to assist with the rebuilding of lost public housing while focusing on the goal of energy efficiency and sustainability. TRAINING & CERTIFICATIONS - Homeland Security Exercise and Evaluation Program (HSEEP) - FEMA IS-100a: Introduction to the Incident Command System - FEMA IS-208a: State Disaster Management - FEMA IS-230: Principles of Emergency Management - FEMA IS-253: Coordinating Environmental and Historic Preservation Compliance - FEMA IS-386: Introduction to Residential Coastal Construction - FEMA IS-632: Introduction to Debris Operations in FEMA’s PA Program - FEMA IS-700a: National Incident Management System (NIMS) An Introduction PAGE 1 / 2 Nicole Lehman Director of Client Services / Program Manager FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: Psychology and Spanish EXPERIENCE 17 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program | CDBG Disaster Recovery | CDBG Housing Ms. Lehman has 17 years of experience providing grant and program management support and oversight for disaster response and recovery efforts throughout the United States. Following Hurricane Ike, she managed multiple projects for Galveston County and the City of Galveston, the most heavily impacted communities by the storm. Presenter: National Hurricane Conference, 2013 – Debris Monitoring and Contracting Training Workshop PROJECT EXPERIENCE Hurricane Milton Disaster Recovery, State of Florida, 2024 – 2025 | Ms. Lehman served as a client liaison and program manager during Thompson’s state-wide Florida mobilization in response to Hurricane Milton. Thompson conducted debris removal monitoring operations on behalf of 28 unique Florida clients simultaneously. Ms. Lehman was responsible for coordinating project resources such as staff and equipment as well as ensuring client and contracting needs were met. Thompson provided debris monitoring and substantiation for more than 9.6M cubic yards of debris across Florida. Lee County, Florida, Hurricane Ian Disaster Recovery, 2022 – 2023 | Lee County suffered widespread flooding and extensive damage as a result of Hurricane Ian. Ms. Lehman served as an onsite program manager during the recovery operations and coordinated closely with the County overseeing day-to-day operations for monitoring projects and providing planning support. Thompson has monitored the removal of over 5.7M cubic yards of debris and over 43,450 hazardous limbs and trees throughout the County. Escambia County, Florida, Hurricane Disaster Recovery Operations, 2020 - 2021 | Ms. Lehman served as a program manager during the recovery operations and response by Escambia County following Hurricane Sally. She was responsible for ensuring all projects had the adequate resources necessary for completion, and that all projects were adhering to all federal, state, and local requirements. As the County’s stand-by debris monitoring service provider, Ms. Lehman has provided planning support and preparedness services to the County. Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2017 - 2019 | Ms. Lehman served as a program manager overseeing project operations for debris monitoring services in three DTOP designated zones. She was responsible for ensuring all projects were operating in accordance with federal, state and local requirements. Fort Lauderdale, Florida, Hurricane Irma Disaster Recovery, 2017 | Ms. Lehman served as program manager for Fort Lauderdale's recovery efforts following Hurricane Irma. Thompson monitored the removal of over 600,000 cubic yards of vegetative and construction and demolition debris, as well as the removal of hazardous limbs from 13,000 trees and the complete removal of over 450 hazardous leaning trees. In addition, Thompson implemented a sand recovery and screening operation to return the displaced sand to the public beaches. She coordinated closely with the City and the debris removal contractors to implement and carry out debris removal programs. City of Daytona Beach, Florida, Disaster Debris Management Plan Update, 2015 | Ms. Lehman led a planning team in the update of the City’s Disaster Debris Management Plan. The update included ensuring the plan met new FEMA policy and procedure guidance as well as a review and update of the City’s NICOLE LEHMAN PAGE 2 / 2 debris management roles and responsibilities and the debris collection and monitoring strategies. Alabama Department of Transportation Southwest Region, Disaster Debris Management Plan, 2014 - 2015 | Ms. Lehman assisted in the development and preparation of a Disaster Debris Management Plan (DDMP) for the ALDOT Southwest Region. She worked closely with the Region to develop the debris collection and monitoring strategies included in the plan. In addition Ms. Lehman reviewed debris management site options throughout the Region. South Carolina Department of Transportation (SCDOT), Winter Storm Pax Recovery Operations, 2014 | Ms. Lehman is currently serving as operations manager for the SCDOT debris removal monitoring mission in Georgetown County. She is in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners and hangers on SCDOT maintained roadways throughout the County. Georgetown County, South Carolina, Winter Storm Pax Recovery Operations, 2014 | Ms. Lehman served as the operations manager for debris removal monitoring operations in Georgetown County. She was in charge of overseeing day- to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners and hangers on County maintained roadways. City of Hoboken, NJ, Emergency Operations Planning, Debris Monitoring, and FEMA PA Consulting, Hurricane Sandy 2012- 2013 | The City of Hoboken was severely impacted by Hurricane Sandy, experiencing widespread flooding throughout the majority of the City. Ms. Lehman has served as the City’s Project Manager for debris operations immediately following the hurricane, and PA Consultant in preparing the City’s FEMA Project Worksheets. Additionally, Ms. Lehman assisted in the preparation of the City’s Emergency Operations Plan, to help prepare the City and all department personnel to respond during future disaster events. Louisiana and Mississippi, Hurricane Isaac Regional Response and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac struck the Louisiana and Mississippi gulf coast with Category 1 strength winds and 24 hours of sustained rainfall. Ms. Lehman served on the Thompson debris program team responsible for mobilizing and deploying project staff and resources to multiple jurisdictions along coastal Mississippi and Louisiana, including Jackson and Hancock County, MS, and Terrebonne Parish and Denham Springs, LA. Trinity Bay Conservation District, Texas, Disaster Debris Management Planning, 2012 | Ms. Lehman assisted in the development and preparation of a Disaster Debris Management Plan (DDMP) for the Trinity Bay Conservation District in Chambers County, Texas to ensure increased eligibility for federal PA cost-share in accordance with recent changes to FEMA’s PA Pilot Program. City of Tuscaloosa, Alabama, Severe Storms, Tornadoes, Straight-line Winds, and Flooding, 2011 | Ms. Lehman served as project manager for the City of Tuscaloosa, Alabama and ran the FEMA Public Assistance (PA) and assisted the City with the design and implementation of Housing Demolition Programs following the April 2011 tornadoes that devastated the City and caused an estimated $85M in damages. Escambia County, Florida, BP Deepwater Horizon Oil Spill Response, 2010 | Ms. Lehman served as Program Manager of a program designed to minimize the impact that the BP oil spill made on Escambia County’s (Pensacola area) beaches, waterways, and tourism. During this effort, over $1.5 million in claims for oil containment and public outreach were documented and substantiated. Ms. Lehman coordinated and documented the efforts of participating local, state, federal, and private to substantiate the BP claims. City of Galveston, Texas, Standing Dead Tree Removal Program, Hurricane Ike, 2009-2010 | Following Hurricane Ike, Ms. Lehman monitored a contracted program to remove over 10,000 standing dead trees throughout the City that were killed as a result of saltwater inundation. The monitoring and documentation efforts substantiated over $3.5 Million in FEMA PA funding. In addition, Ms. Lehman worked with Galveston County to monitor and document over $62 million worth of debris removal programs including sand removal, vessel recovery, and private property debris removal. TRAINING & CERTIFICATIONS - HAWOPER 40-hour Certification - OSHA 30-hour Certification - ISO 9000 - Applying for Federal Grants and Cooperative Agreements for Recipients Certificate - FEMA IS 700.a – National Incident Management Systems (NIMS) an Introduction PAGE 1 / 2 Patrick Gardner GIS Manager FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BS: Marine Science MS: Fisheries and Aquatic Sciences EXPERIENCE 10 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) Mr. Gardner brings GIS and data management experience from the State University System of Florida. He oversaw data collection and processing for state and federally funded research projects. During this time, he worked both locally and internationally to complete grant deliverables. These deliverables included the creation of publication quality maps and figures which communicated complex spatial data into clear and coherent representations. Most recently, Mr. Gardner assists with data management, invoice reconciliation, and GIS analysis. PROJECT EXPERIENCE New Mexico Department of Transportation (NMDOT), Wildfire Recovery Operations, 2022 – 2023 | Widespread wildfires caused significant damages throughout the State in 2022. Thompson was activated by the New Mexico Department of Transportation (NMDOT) in San Miguel and Mora counties to provide disaster debris removal monitoring services on NMDOT maintained roadways and to conduct special programs including private property debris removal and waterway debris removal. Mr. Gardner coordinated with the NMDOT to provide geospatial analysis, maps, and figures for the simultaneous project operations. To date, Thompson has monitored the removal of over 170,000 tons of debris and 12,000 hazardous trees and limbs on behalf of the NMDOT. City of Mobile, Alabama, Hurricane Sally Recovery Operations, 2020 - 2021 | Mr. Gardner served as the GIS manager for the City following Hurricane Sally. He was responsible for coordinating with the City to provide geospatial analysis and maps and figures representing City- wide debris monitoring operations data. Overall, Thompson monitored the removal of over 850,000 cubic yards of debris. Hurricane Michael, Disaster Recovery Operations, Florida and Georgia, 2018 - 2019 | Mr. Gardner provided GIS and data management services during Thompson’s mobilization in response to Hurricane Michael which included over 12 contract activations. Mr. Gardner coordinated with each community to establish eligible roadway maps and was responsible for mapping data points through GIS and providing support to the QA/QC team. Hurricane Florence, Disaster Recovery Operations, North Carolina, 2018 | Mr. Gardner provided GIS support for all of Thompson’s projects following Hurricane Florence, including the NCDOT, Carteret and Cumberland Counties and the City of Jacksonville. Mr. Gardner also provided geospatial analysis utilizing Thompson’s drone capabilities to measure and substantiate disaster debris piles. Hurricane Irma, Disaster Recovery Operations, State of Florida, 2017 - 2018 | Mr. Gardner provided GIS and data management services during Thompson’s state-wide mobilization in response to Hurricane Irma. Thompson conducted debris removal monitoring operations on behalf of 45 unique clients simultaneously within the State. Mr. Gardner was responsible for mapping data points through GIS and providing support to the QA/QC team. Thompson substantiated more than 11.6M cubic yards of debris as a result of Hurricane Irma. Sevier County, Tennessee, Chimney Tops 2 Wildfire, 2016 - 2018 | Mr. Gardner served as the onsite project manager overseeing debris monitoring services for right-of-way tree removal of standing dead trees as a result of the 2016 wildfires which burned over 17,000 acres and destroyed more than 2,400 properties. In addition, Mr. Gardner administered the private property debris removal program established to eliminate hazardous conditions located on private property. PATRICK GARDNER PAGE 2 / 2 Dare County and included municipalities, North Carolina, Hurricane Matthew, 2016 | Dare County activated Thompson to provide debris removal monitoring services to the county and local municipalities following Hurricane Matthew. Mr. Gardner assisted with data management and invoice reconciliation. South Carolina Department of Transportation, Severe Flooding Statewide Response, 2015 - 2016 | The SCDOT activated Thompson to provide debris removal monitoring services in 11 counties throughout the State following severe storms and flooding. Mr. Gardner assisted with data reporting and invoice reconciliation tasks throughout the projects. Putnam, Fentress and Overton Counties, Tennessee, Sever Winter Storm, 2015 | Mr. Gardner assisted with data reporting and invoice reconciliation tasks throughout the projects. He oversaw the daily review of data for the Counties. All data was submitted to FEMA in a Project Worksheet ready package for immediate review and submission for reimbursement. South Carolina, Winter Storm Pax Regional Response and Disaster Recovery, 2014 | In February of 2014, Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Thompson was activated by the South Carolina Department of Transpiration (SCDOT), Georgetown, Marion, Williamsburg, Aiken and Allendale Counties to provide debris removal monitoring services. Mr. Gardner assisted with the data management and invoice reconciliation. Thompson monitored and substantiated reimbursement for the removal of approximately 2,000,000 cubic yards of debris and the removal of 400,000 hazardous limbs and trees. Brevard County, FL, Hurricane Sandy Beach Renourishment, 2013 - 2014 | Federal funding following Hurricane Sandy provided funding for Beach renourishment on Florida’s east coast. While working for Land and Sea Surveying Concepts Inc., Mr. Gardner acted as surveying technician using real-time kinematic GPS to produce 1000 m beach elevation transects before and after sand renourishmnet. Environmental Project Experience Exploration, Habitat Characterization, and Coral Health Assessment in Flower Garden Banks National Marine Sanctuary, 2015 -2016 | Mr. Gardner served as a Research Coordinator at Harbor Branch Oceanographic Institute at Florida Atlantic University. While assisting with this project in the lab, Mr. Gardner used transect photos to characterize habitat on shallow and mesophotic reefs. Field collections included technical diving to 170 fsw collect live coral tissue for RNA sequencing analyses. Development of Fisheries Independent, Habitat-Based indices of Abundance for Pre-Reproductive Gag Grouper in the Northeastern Gulf of Mexico, 2013 - 2015 | As a research assistant Mr. Gardner performed counts of gag grouper on artificial reefs using closed-circuit rebreathers. He interpreted and classified side scan SONAR data, constructed sampling regimes, validated and analyzed data for use by resource managers, and created publication quality maps in ArcGIS. Impact of invertebrate grazers on freshwater algae in Kings Bay, FL, 2013 - 2015 | As a research assistant, Mr. Gardner conducted fieldwork collecting freshwater invertebrate grazers and implemented lab studies to determine grazing rates on freshwater algae. Reproductive Biology of Invasive Lionfish (Pterois volitans/miles complex) from Little Cayman Island, 2013 - 2014 | Mr. Gardner developed, implemented, and published results determining spawning seasonality, frequency and batch fecundity of invasive lionfish. This project was completed in fulfillment of his master’s degree at the University of Florida. (Peer reviewed publication: Gardner PG, Frazer TK, Jacoby CA, Yanong RPE. 2015. Reproductive biology of invasive Lionfish (Pterois volitans) from Little Cayman. Frontiers in Marine Science 2:7). Assessing Organic Soil Amendments in Saltwater Marsh Restoration, 2007 - 2009 | While a student at Eckerd College, Mr. Gardner served as a research assistant working in the field to collect plant biomass, invertebrate, and water samples. In the lab, he performed sulfide analysis, prepared plant biomass for nitrogen analysis, and composed a research paper on the effects of sulfides on wetland plants. In a supervisory role, he trained volunteers and interns for various project tasks. TRAINING & CERTIFICATIONS - Federal Aviation Administration Certified Remote Pilot for Small Unmanned Aircraft Systems - U.S. Environmental Protection Agency Scientific Diver - NAUI SCUBA Instructor - Department of the Interior Motorboat Operations Certification Course - First Aid, CPR, Oxygen Delivery, and Blood Bourne Pathogens - GIS Applications for Natural Resource Management, Florida Sea Grant PAGE 1 / 2 Jonathan Clark Senior Closeout Specialist / FEMA Consultant FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION MA Business Management and Leadership BA Homeland Security and Emergency Management EXPERIENCE 18 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) | FEMA Hazard Mitigation Grant Program (404 and 406) | HUD CDBG Disaster Recovery | ROE / PPDR Removal Programs Jonathan Clark has over 18 years of experience in the disaster response and recovery industry. He is a multifaceted consultant with a broad and diverse set of experience working with several federal and state grant programs. Mr. Clark has served as a grant management consultant for both Grantees and Applicants/Sub-Grantees, giving him experience in all roles involved in grant management programs. Mr. Clark has managed the financial recovery of communities receiving more than $800 million in federal funding. PROJECT EXPERIENCE Denham Springs Housing Authority, Louisiana, Severe Flooding FEMA PA, HUD CDBG-DR and Hazard Mitigation Consulting, 2016 - 2023 | Severe storms and flooding left Authority owned buildings and housing units severely damaged and unlivable. As the Project Manager, we are in the process of managing a $13 million dollar recovery, including construction program oversight, and recovering funds from multiple agencies (CBDG-DR, FEMA), ensuring each agency’s requirements are met and adhered to. New Mexico Department of Transportation, FEMA PA 2022- 2023 | Mr. Clark served as the Recovery and Public Assistance Manager for the Hermits Peak Fire recovery response. Mr. Clark was responsible for managing the debris and permanent work projects (damage assessments, hazard mitigation proposals, etc.), mission assignments with New Mexico Homeland Security and Emergency Management (NMHSEM) and assisting in the construction and closeout process. Projects included Categories A, B, C, and D, which total an estimated $50 million. Brevard County, Florida, Hurricanes Ian, Nicole, Irma & Micheal FEMA PA 2022-2023 | Mr. Clark assisted the County with legacy projects including Hurricane Irma and Matthew, processing them through closeout. As respondent to Hurricane Ian and Nicole with a combined total estimate of over $50 million in active project costs, Mr. Clark managed recovery processes, performed site assessment and inspections, as well as provided hazard mitigation proposals. City of Fort Lauderdale, Florida, Hurricane Irma, and COVID- 19, 2017 - 2023 | During Hurricane Irma, the City incurred damages to its beaches, parks, buildings, and utility infrastructure. Mr. Clark processed category A and B claims totaling more than $25 million as well as multiple permanent work projects, including categories E, F and G, to restore damaged buildings, utilities and parks. Mr. Clark is also assisting the city with its’ COVID-19 pandemic response efforts which includes approval of a temporary non-congregate shelter to house vulnerable residents of the community. City Denham Springs, Louisiana, Severe Flooding FEMA PA, HUD CDBG-DR and Hazard Mitigation Consulting, 2016 - 2020 | Severe storms and flooding left over 1,000 homes severely damaged and public infrastructure devastated, including a destroyed City Hall and over one dozen lift stations in Denham Springs, LA. Mr. Clark is supporting the City in developing FEMA PA and Hazard Mitigation documentation to substantiate over $12 million in disaster recovery costs. Mr. Clark is also managing the City’s HUD CDBG-DR claims, which will provide funding for the non-federal share of the FEMA PA project costs. JONATHAN CLARK PAGE 2 / 2 Volusia County, Florida, Hurricane Irma, 2017 – 2020 | Following Hurricane Irma, Mr. Clark assisted Volusia County, FL with the preparation of PWs for both emergency and permanent work. The County suffered widespread damages generating more than 750,000 cubic yards of debris and destroying County infrastructure such as buildings and equipment. In total Mr. Clark prepared project worksheets totaling nearly $20 million in eligible FEMA PA damages. Additionally, Mr. Clark provided consultation regarding hazard mitigation opportunities to limit the potential damage during future disasters. South Carolina Department of Transportation (SCDOT), Severe Flooding FEMA PA Consulting, 2015 -2016 | Mr. Clark served as a FEMA PA grant administration consultant for the SCDOT. Mr. Clark prepared both large and small projects for approximately 100 roads and bridges throughout the State. In this role, Mr. Clark conducted site visits with SCDOT engineers, State representatives and FEMA staff and provided policy guidance and consulting support to maximize reimbursement for the SCDOT. Additionally, Mr. Clark identified mitigation opportunities and prepared Section 406 hazard mitigation requests to further strengthen SCDOT’s infrastructure. New York State Office of Emergency Management, Hurricane Sandy FEMA PA Consulting, 2012 - 2014 | Mr. Clark assisted multiple Long Island applicants in a grantee role as part of the NYSOEM team. His duties included documentation collection and review, project worksheet development, and program management of FEMA PA applicants' large projects. Emergency Management Consultant, 2011 - 2012 | As an Emergency Management Consultant, Mr. Clark coordinated with and assisted federal, state and local emergency management agencies in developing Emergency Response, Multi-Hazard Functional, and/or Mitigation Plans in accordance with Federal and State requirements. His responsibilities included coordinating and assisting federal, state and local emergency management agencies with developing Continuity of Operations, Continuity of Government, Business Continuity Plans, and emergency communication and notification plans and procedures. In addition, Mr. Clark coordinated and assisted in the design, development, facilitation and evaluation of tabletop, functional and full-scale exercises, as well as developed, defined, and established correlation and maintained metrics. Through this valuable experience, he often interfaces and communicates with clients to execute project plans and prepare project deliverables. Planning Section Chief 2010-2011 | Mr. Clark served as acting Branch Planning Chief. In this position, he collected and organized incident status and situation information as defined within ICS. This involved coordinating, evaluating, analyzing, and displaying information for supervisory managers. In addition, Mr. Clark was responsible for developing, defining, establishing, correlating, and maintaining performance metrics. Other duties included plan, establish and maintain mission assignments, goals and benchmarks for operational planning. FEMA, Ground Support Unit Lead (Coordinating and Planning) 2005-2009 | While at FEMA, Mr. Clark planned, coordinated, and managed staff and resources as Deputy Logistic Chief Understudy. He also evaluated and analyzed resources and market trends and research. Other responsibilities at FEMA included: - Federal Equipment Manager: Includes maintenance, tasking, mobilization, and installation. - Acting Program Analyst: Created and evaluated logistic operational plans and statistical reports. - Project Manager: Maintained oversight on special projects and departmental budgets. - Contracting Officer: Technical Representative managing contracts of more than 5 million USD. - Resource, Supply, Documentation and Procurement Supervisor - ICS Team Lead for logistics during Federal response of Gustav and Ike operations. TRAINING & CERTIFICATIONS - Graduate Certificate – Public Policy, Hamline University - Graduate Certificate – Economic Development, Hamline University - Graduate Certificate – Finance, Rice University - Environmental Management, Oklahoma State University at Tulsa - Transportation of Hazardous Materials (DOT), Oklahoma State University at Tulsa - Management of Solid and Hazardous Waste (RCRA), Oklahoma State University at Tulsa - RS Means Construction Cost Estimating Concepts - Executive Certificate Certified Professional Project Manager (CPPM), St. Thomas University, Minneapolis MN - FEMA E0930, Local ICS Management Course - Construction Management Certificate, Fordham University (in progress) PAGE 1 / 2 Jeff Hollis Field Operations Supervisor FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EXPERIENCE 18 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program Mr. Hollis has 18- years of experience supporting and managing debris monitoring operations throughout the United States. He has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE Lakeland, Florida, Hurricane Ian Disaster Recovery Operations, 2022 | Mr. Hollis served as the operations manager overseeing day-to-day debris removal monitoring operations throughout the City of Lakeland following Hurricane Ian. He oversaw all debris removal monitoring operations including right-of-way debris removal and hazardous tree and limb removal. Overall, 117,102 cubic yards of debris was documented and removed from the City. Terrebonne Parish, Louisiana, Hurricane Ida Disaster Recovery Operations, 2021 | Hurricane Ida was the second most destructive hurricane to make landfall in Louisiana. Mr. Hollis served as the operations manager for Terrebonne Parish. He oversaw all debris removal monitoring operations including right-of-way debris removal and hazardous tree and limb removal. Overall, 2,775,000 cubic yards of debris was documented and removed from the Parish. Winn Parish, Louisiana, Hurricane Laura Disaster Recovery Operations, 2020 | Mr. Hollis served as the operations manager for Winn Parish following Hurricane Laura. He oversaw all debris removal monitoring operations including right-of-way debris removal and hazardous tree and limb removal. Overall, 149,000 cubic yards of debris was documented and removed from the Parish. Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2017 - 2018 | Hurricane Maria is regarded as the worst natural disaster on record to impact Puerto Rico. Mr. Hollis served as the operations manager overseeing day-to-day debris removal monitoring operations from the South DTOP Zone. City of Santa Fe, Texas, Hurricane Harvey Recovery, 2017 - 2018 | Mr. Hollis served as the operations manager overseeing day-to-day debris removal monitoring operations throughout the City of Santa Fe. The City performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on County maintained roadways. City of St. Augustine, Florida, Hurricane Matthew Recovery Operations, 2016 - 2017 | Mr. Hollis served as the operations manager overseeing day-to-day debris removal monitoring operations throughout the City of St. Augustine following Hurricane Matthew. The City performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on City maintained roadways. Thompson documented over 83,000 cubic yards of vegetative debris. Lumberton, North Carolina, Hurricane Matthew, 2016 – 2017 | Mr. Hollis served as operations manager for debris removal monitoring in Lumberton County, NC following Hurricane Matthew. He oversaw day-to-day operations including up to 35 debris removal monitors ADMS units for right-of-way collection on County maintained roadways. Overall, Thompson substantiated more than 26,000 cubic yards of vegetative debris. City/Parish of East Baton Rouge, Louisiana, Severe Flooding, ROW and PPDR Program Management, 2016 - 2017 | Mr. Hollis served as a senior field supervisor for debris removal monitoring efforts on behalf of the City/Parish. He assisted in daily field operations for all monitoring programs including JEFF HOLLIS PAGE 2 / 2 right-of-way (ROW) debris removal and an extended ROW Private Property Debris Removal (PPDR) program. To date over 1.8 million cubic yard of construction and demolition debris have been collected and more than 1,450 applicants participated in the extended ROW PPDR program. South Carolina Department of Transportation, Horry and Georgetown Counties, South Carolina, Severe Flooding Recovery Operations, 2015 | Mr. Hollis served as operations manager for debris removal monitoring in Horry and Georgetown Counties on behalf of SCDOT following a severe flooding event. He oversaw day-to-day operations for right-of- way collection on SCDOT maintained roadways throughout the Counties. Allendale County, South Carolina, Winter Storm Pax Recovery Operations, 2014 | Mr. Hollis served as the operations manager for debris removal monitoring operations in Allendale County following Winter Storm Pax. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners, hangers on County maintained roadways. County-wide, nearly 30,000 cubic yards of vegetative debris was collected, temporarily disposed, and burned. In addition, over 6,000 hazardous trees were addressed. South Carolina Department of Transportation (SCDOT), Winter Storm Pax Recovery Operations, 2014 | Mr. Hollis served as operations manager for the SCDOT debris removal monitoring mission in Dillon County. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners and hangers on SCDOT maintained roadways throughout the County. County-wide, nearly 200,000 cubic yards of vegetative debris was collected, temporarily disposed, and burned. Harris County, TX, Hurricane Debris Removal Monitoring, 2008 | In 2008, Mr. Hollis served as a field operations manager for the Harris County debris monitoring effort. Mr. Hollis managed a field team responsible for monitoring the removal of over 2,500,000 cubic yards of debris. City of New Orleans, Louisiana, Demolition Field Manager, 2007-2008 | Mr. Hollis served as a demolition field manager on the City of New Orleans residential demolition program in 2007 and 2008. Mr. Hollis was responsible for ensuring that each FEMA eligible property had been properly condemned, posted, and decommissioned prior to being demolished. In addition, Mr. Hollis was responsible for ensuring that properties containing Asbestos Containing Materials (ACM) were properly demolished and disposed of at Type I Disposal facilities. St. Landry Parish, Louisiana, Hurricane Gustav, 2008 | Following the devastating impact that Hurricane Gustav, Mr. Hollis served as the field project manager for the Parish’s debris removal monitoring program. Mr. Hollis’s field team monitored and documented the removal of eligible storm debris and worked with the Parish, State, and FEMA to address many unique challenges. Parish-wide, nearly 225,000 cubic yards of vegetative and construction and demolition debris was collected. Escambia County, Florida, Hurricane Debris Disposal Monitoring, 2004 | Mr. Hollis served a field supervisor responsible for overseeing field monitors and ensuring only eligible debris was collected. County-wide, nearly 8,000,000 cubic yards of vegetative and construction and demolition debris was collected. TRAINING & CERTIFICATIONS - OSHA 29 CFR 1910.120 40-Hour HAZWOPER Training PAGE 1 / 2 Connie Stewart Field Operations Supervisor FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EXPERIENCE 18 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program Ms. Stewart has 18 years of experience supporting and managing debris monitoring operations throughout the United States. She has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE Lee County, Florida, Hurricane Ian, Disaster Recovery Operations, 2022 – 2023 | Ms. Stewart served as the operations manager for Lee County following the devastating impacts of Hurricane Ian. She oversaw debris removal operations such as right-of-way (ROW) debris removal programs and hazardous tree/limb removal on County maintained roadways. Overall, Thompson monitored the removal of more than 5.7M cubic yards of debris from the County. Alabama Department of Transportation (ALDOT), Hurricane Sally Disaster Recovery Operations, 2020 - 2021 | Hurricane Sally inundated the Gulf Coast with heavy rains and destructive winds causing a large amount devastating debris. Ms. Stewart served as the operations manager for ALDOT and oversaw debris removal operations such as right-of-way (ROW) debris removal programs and hazardous tree/limb removal on ALDOT maintained roadways. Overall, more than 2.4M cubic yards of debris was monitored, collected, and removed. Jackson County, Florida, Hurricane Michael, 2018 - 2019 | Ms. Stewart served as the operations manager overseeing day-to- day debris removal monitoring operations throughout the County following Hurricane Michael. The County performed right-of-way (ROW) debris removal programs, hazardous tree, limb and stump removal, and County parks debris removal projects. Thompson substantiated more than 120,000 cubic yards of debris. Carteret County, North Carolina, Hurricane Florence, 2018 - 2019 | Following the landfall of Hurricane Florence, Carteret County experienced pervasive damage and extensive flooding. Ms. Stewart served as operations manager overseeing debris removal monitoring operations including right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal throughout the County. Overall, approximately 1.5 million cubic yards of debris was removed from the County. Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2017 - 2018 | Hurricane Maria is regarded as the worst natural disaster on record to impact Puerto Rico. Ms. Stewart served as the project coordinator overseeing day-to-day personnel management for various debris programs. Lee County, Florida, Hurricane Irma Recovery, 2017 - 2018 | Ms. Stewart served as the operations manager overseeing day- to-day debris removal monitoring operations throughout the Lee County, including the City of Fort Myers and the Town of Fort Myers Beach. The County performed both hazardous tree and limb removal, right-of-way (ROW) and waterway collection programs on County maintained roadways/waterways. Overall, Thompson substantiated more than 2.4 million cubic yards of vegetative debris. City of Ormond Beach, Florida, Hurricane Matthew Recovery Operations, 2016 - 2017 | Ms. Stewart served as the operations manager overseeing day-to-day debris removal monitoring operations throughout the City of Ormond Beach following Hurricane Matthew. The City performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on City maintained roadways. CONNIE STEWART PAGE 2 / 2 Sumter County and City of Sumter, SC, Winter Storm Pax, 2014 | Ms. Stewart served as a project manager and oversaw debris removal monitoring project operations from project inception to closing the local field office. Duties also included hiring, training and managing field supervisors and field monitors. New York Department of Transportation, Hurricane Sandy, 2012 – 2013 | Ms. Stewart served as a project data manager and disposal site supervisor. Her responsibilities included overseeing a crew of oil recovery technicians along the shoreline and barrier islands of the Mississippi coast line. US Army Corp of Engineers, New Orleans, LA, Levee Restoration, 2010- 2011 | Ms. Stewart operated heavy equipment, including trackhoes, dozers and off-road dump trucks in removing and stockpiling clay for the USACE Levee Restoration Mission. In addition, Ms. Stewart served as the site Safety Officer. Decon Facility, Pascagoula, MS, BP Deep-water Horizon Oil Spill Response, 2010 | Ms. Stewart served as a project manager overseeing a crew of oil recovery technicians along the shoreline and barrier islands of the Mississippi coast line. Galveston County, TX, Hurricane Debris Removal Monitoring, 2008 | In 2008, Ms. Stewart served as a field operation manager for the Galveston County debris monitoring effort. Ms. Stewart managed a field team responsible for monitoring the removal of debris from the Bolivar Peninsula off of Galveston County. St. Landry Parish, LA, Hurricane Debris Removal Monitoring, 2008 | Ms. Stewart served as a field operation manager for St. Landry Parish following Hurricane Gustav. Ms. Stewart was responsible for the hiring, training and management of field debris monitors overseeing right-of-way and leaner and hanger debris removal programs. Norman, Oklahoma, Ice Storm Deployment, 2007 - 2008 | Following a crippling ice storm in Norman, Oklahoma in 2008, Ms. Stewart served as a field supervisor overseeing daily activities of a group of debris removal monitors and ensured project compliance. Monroe County, Florida, Hurricane Wilma, Waterway Debris Removal 2006 | Ms. Stewart was responsible for hiring, training and managing field monitors to document waterway debris removal and derelict vessel removal programs throughout the Florida Keys. In addition, Ms. Stewart performed canal surveys identifying debris posing potential navigational hazards. City of Gulfport, MS, Hurricane Katrina, 2005-2006 | Ms. Stewart was responsible for hiring, training and managing field monitors to document a variety of debris removal programs including, right-of-way, saltwater kill tree removal, private property debris removal, hazardous leaning tree and hanging limb removal, and abandoned storm damaged car and boat removal. She also oversaw a special program to provide temporary fencing around swimming pools. TRAINING & CERTIFICATIONS - FEMA Professional Development Series (consists of 7 different courses) - FEMA IS-00005.A An Introduction to Hazardous Materials - FEMA IS-00100.B Introduction to Incident Command Systems ICS-100 - FEMA IS-00340 Hazardous Materials Prevention - FEMA IS-631 Public Assistance Operations 1 - FEMA IS-00632.A Introduction to Debris Operations - FEMA IS-00634 Introduction to FEMA’s Public Assistance Program - FEMA IS-00700.A National Incident Management System (NIMS) An Introduction - FEMA IS-00703.A NIMS Resource Management - FEMA IS-00704 NIMS Communications and Information Management - FEMA IS-00800.B Nation Response Framework, An Introduction - FEMA IS-00805 Emergency Support Function (ESF) #5 Emergency Management - FEMA IS-00810 Emergency Support Function (ESF) #10 Oil and Hazardous Materials Response - OSHA 16 Hour Course #7600 Disaster Site Worker - OSHA 40 Hour HAZWOPER + 8 Hour Refresher to Stay Current - OSHA 10 Hour Construction Safety and Health - OSHA 30 Hour Construction Safety and Health - OSHA 510 – Construction Safety and Health - OSHA 500 – Authorized Construction Safety and Health Instructor - TWIC Card - Class D CDL PAGE 1 / 2 Raul Cardenas Project / Operations Manager FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: Political Science MA: Liberal Studies – Political Theory EXPERIENCE 19 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program Mr. Cardenas has 19 years of experience supporting and managing debris monitoring operations throughout the United States. He has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE South Carolina Department of Transportation (SCDOT), Hurricane Helene Disaster Recovery, 2024 – 2025 | Mr. Cardenas served as a project manager during Thompson’s state-wide mobilization in response to Hurricane Helene. Thompson conducted debris removal monitoring operations throughout SCDOT maintained roadways across 18 unique South Carolina counties, cities and towns simultaneously. Mr. Cardenas was responsible for overseeing project operations and ensuring that staffing and equipment resource needs were met. Thompson provided debris monitoring and substantiation for more than 2.3M cubic yards of debris across SCDOT roadways. New Mexico Department of Transportation, New Mexico Wildfires Disaster Recovery Operation, 2022 - 2023 | New Mexico Wildfires suffered devastating impacts from a series of wildfires making their way through the State burning more than 904,422 acres of land. Mr. Cardenas served as the operations manager for NMDOT and monitored all debris removal operations. Thompson has monitored the removal of over 49,522 tons of debris from NMDOT maintained roadways. LADOTD District 62, Louisiana, Hurricane Ida Recovery Operations, 2021 – 2022 | Mr. Cardenas served as the project manager for debris removal monitoring operations on behalf of the LADOT following Hurricane Ida. Mr. Cardenas oversaw day-to-day operations of the extensive right-of-way (ROW) and hazardous tree and limb removal programs. Overall, Thompson substantiated the removal of over 2 million cubic yards of vegetative debris. City of Mobile, Alabama, Hurricane Sally Disaster Recovery Operation, 2020 - 2021 | Hurricane Sally inundated the Gulf Coast with heavy rains and damaging winds causing large amount of disaster debris. Mr. Cardenas served as the operations manager for the City and monitored all debris removal operations including right-of-way (ROW) removal projects and hazardous tree and limb removal projects. Overall, Thompson monitored the removal of over 848,000 cubic yards of debris from the City. Aransas County, Texas, Hurricane Harvey Recovery Operations, 2017 – 2018 | Mr. Cardenas served as the project operations manager for debris removal monitoring services on behalf of Aransas County following Hurricane Harvey. Mr. Cardenas oversaw day-to-day operations of the extensive right-of-way (ROW), parks, and private property debris removal (PPDR) programs. Thompson substantiated the removal of over 2.8 million cubic yards of vegetative debris. Chatham County, Georgia, Hurricane Matthew Recovery Operations, 2016 – 2017 | Mr. Cardenas served as senior operations manager for debris removal monitoring services on behalf of Chatham County following Hurricane Matthew. Mr. Cardenas oversaw day-to-day operations of the extensive right-of-way (ROW), hazardous tree and limb, and private property debris removal (PPDR) programs. Thompson substantiated the removal of over 1,400,000 cubic yards of vegetative debris. City/Parish of East Baton Rouge, Louisiana, Severe Flooding, ROW and PPDR Program Management, 2016 - 2017 | Mr. Cardenas served as a senior field supervisor for debris removal RAUL CARDENAS PAGE 2 / 2 monitoring efforts on behalf of the City/Parish. He assisted in daily field operations for all monitoring programs including right-of-way (ROW) debris removal and an extended ROW Private Property Debris Removal (PPDR) program. To date over 1.8 million cubic yard of construction and demolition debris have been collected and more than 1,450 applicants participated in the extended ROW PPDR program. South Carolina Department of Transportation, Dorchester and Berkeley Counties, South Carolina, Severe Flooding Recovery, 2015 | Mr. Cardenas served as operations manager for debris removal monitoring in Dorchester and Berkeley Counties on behalf of SCDOT following a severe flooding event. He oversaw day-to-day operations for right-of-way collection on SCDOT maintained roadways throughout the Counties. South Carolina Department of Transportation (SCDOT), Winter Storm Pax Recovery Operations, 2014 | Mr. Cardenas served as the operations manager for the SCDOT debris removal monitoring mission in Marion County. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners and hangers on SCDOT maintained roadways throughout the County. County- wide, nearly 500,000 cubic yards of vegetative debris was collected, temporarily disposed, and burned. In addition, nearly 45,500 hazardous trees were addressed. Marion County, South Carolina, Winter Storm Pax Recovery Operations, 2014 | Mr. Cardenas served as the operations manager for debris removal monitoring operations in Marion County. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners, hangers on County maintained roadways. Virginia Department of Transportation (VDOT), Hurricane Irene Recovery Operations, 2011 | Mr. Cardenas served as field supervisor overseeing disaster debris removal operations in the Richmond and Fredericksburg VDOT Districts which included six different residencies across the eastern part of state. The recovery efforts included the collection and removal of over 450,000 cubic yards of debris. MEMA, Hurricane Deployment, Hurricane Katrina, 2005- 2007 | Mr. Cardenas worked as part of a disaster recovery team contracted by MEMA following Hurricane Katrina. The team was responsible for conducting damage assessments, reviewing Right-off-Way collection and disposal operations and the permitting of temporary debris sites. In addition, Mr. Cardenas would review leaner and hanger debris removal programs, private property debris removal programs, and other specialized debris removal programs performed by local governments and the United States Army Corps of Engineers to closely monitor compliance, eligibility, and proper documentation. South Florida, Hurricane Deployment, Hurricanes Charley, Frances and Jeanne, 2004-2005 | Mr. Cardenas was a part of a response team to provide immediate on-site assistance and a wide range of disaster recovery management and storm debris clean-up monitoring services to aid multiple South Florida communities in making a quick recovery. Mr. Cardenas was assigned to multiple municipalities in Broward County, where he oversaw collection and disposal operations performed at County Debris Management Sites. In addition, Mr. Cardenas provided Quality Assurance/Quality control over municipal debris being disposed of and reduced at County Temporary Debris Management Sites. TRAINING & CERTIFICATIONS - OSHA 29 CFR 1910.120 40-Hour HAZWOPER Training - OSHA 29 CFR 1910.120 8-Hour Refresher Trainings - National Safety Council Defensive Driving Training - TSCA Title II 24-Hour Asbestos Inspection and Assessment Training - FEMA IS 700a. – National Incident Management System, An Introduction PAGE 1 / 2 Tiffany Thompson Project Manager FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EXPERIENCE 10 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program | Automated Debris Management Systems (ADMS) Ms. Thompson has ten years of experience supporting and managing debris monitoring operations throughout the United States. She has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE Town of Minden, Iowa, Tornado Disaster Debris Removal Operations, 2024 | Ms. Thompson served as an operations manager in the Town of Minden on behalf of the Iowa Department of Administrative Services following a severe windstorm/tornado that impacted multiple communities throughout the State. Ms. Thomspon was responsible for overseeing day-to-day debris removal monitoring operations throughout the Town, and overall, Thompson monitored the removal of over 3,280 tons of debris in less than twenty (20) days. City of Fort Myers, Florida, Hurricane Ian Disaster Recovery Operations, 2022 – 2023 | Hurricane Ian caused widespread damage across the State of Florida including in the City of Fort Myers. Ms. Thompson served as the operations manager on behalf of the City during complex disaster recovery operations including right-of-way debris removal, City maintained facilities debris removal, and debris removal from City waterways. Thompson monitored the removal of over 838,000 cubic yards of debris and the removal of over 8,000 hazardous limbs and trees from throughout the City. City of Natchitoches, Louisiana, Hurricane Laura, ROW and Debris Removal Monitoring, 2020 | Ms. Thompson served as the operations manager overseeing day-to-day debris removal monitoring operations for the City of Natchitoches following Hurricane Laura. The City performed right-of-way (ROW) collection programs on City maintained roadways, and overall Thompson substantiated the removal of over 31,600 cubic yards of debris from the City. Dare County, North Carolina, Hurricane Dorian, 2019 | Ms. Thompson served as the operations manager overseeing day- to-day debris removal monitoring operations throughout Dare County. The County performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on County maintained roadways. Town of Paradise, California, Wildfire Recovery Operations, 2019 | Ms. Thompson served as the task force lead overseeing for debris removal efforts following the devastating wildfires that swept Northern California. Tiffany was in charge of overseeing day-to-day debris removal monitoring operations throughout the Town of Paradise. The Town performed emergency road clearance and debris removal operations and right-of-way collection of vegetative, construction and demolition (C&D) debris throughout the affected areas. Horry County, South Carolina, Hurricane Florence, ROW and Debris Removal Monitoring, 2018 - 2019 | Ms. Thompson served as project/operations manager for debris removal monitoring efforts on behalf of the County. She was in charge of overseeing day-to-day operations for all monitoring programs including right-of-way (ROW) debris removal and hazardous tree and stump removal. To date over 1.8 million cubic yards of debris have been collected. City of Atlantic Beach, South Carolina, Hurricane Florence, ROW and Debris Removal Monitoring, 2018 - 2019 | Ms. Thompson served as the operations manager overseeing day- TIFFANY THOMPSON PAGE 2 / 2 to-day debris removal monitoring operations throughout the City of Atlantic Beach. The City performed right-of-way collection, and removal of hazardous leaners, hangers on City maintained roadways. City of Hialeah, Florida, Hurricane Irma, 2017 – 2018 | Ms. Thompson served as an operations manager for debris removal monitoring efforts on behalf of Hialeah, Florida following Hurricane Irma. Tiffany oversaw truck certification, monitor onboarding and badge distribution, right-of-way collection and tree work using ADMS and TDMSweb. Tiffany performed QA/QC and on-site data collection utilizing ADMS handheld devices in the field. Over 200,000 cubic yards of debris have been collected and monitored from Hialeah. Horry County, South Carolina, Hurricane Matthew Recovery Operations 2016 - 2017 | Ms. Thompson served as an operations manager for debris removal monitoring efforts on behalf of Horry County following the landfall of Hurricane Matthew. She was in charge of overseeing day-to-day operations for all ADMS monitoring projects including handheld deployment, truck certification, monitor intake and badge distribution, emergency road clearance and debris removal operations and right-of-way collection of vegetative and construction and demolition (C&D) debris throughout the affected areas. Ms. Thompson was also responsible for assisting for generating reports on TDMSweb for daily distribution to project stakeholders. South Carolina Department of Transportation, Dorchester and Berkeley Counties, South Carolina, Severe Flooding Recovery, 2015 | Ms. Thompson served as field supervisor for debris removal monitoring in Dorchester and Berkeley Counties on behalf of SCDOT following a severe flooding event. She oversaw day-to-day operations for right-of-way collection on SCDOT maintained roadways throughout the Counties. Horry County, South Carolina, Winter Storm PAX Response and Disaster Recovery, 2014 | In February of 2014 Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Thompson was activated by Horry County to provide debris removal monitoring services. Ms. Thompson served as the field supervisor responsible for overseeing all of the County’s debris removal monitoring programs. The County performed ROW debris removal, hazardous trees and limb removal. TRAINING & CERTIFICATIONS - FEMA IS-00633 Debris Management Plan Development - FEMA IS-00321 Hurricane Mitigation - FEMA IS-00632 Debris Monitoring - FEMA IS-00320 Wildfire Mitigation - FEMA ICS 100 – 600 - FEMA 35.17 Safety - OSHA 15-Hour Course - OSHA 30-Hour Course for General Construction - OSHA 40-Hour HAZWOPER PAGE 1 / 2 Don Grainger Operations Manager FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 MILITARY EXPERIENCE United States Army EXPERIENCE 8 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FHWA ER Program Mr. Grainger has over eight years of experience supporting and managing debris monitoring operations throughout the United States. He has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE Bentonville, Arkansas, Severe Storm Disaster Recovery, 2024 | Mr. Grainger served as a project manager on behalf of the City of Bentonville following severe storms, flooding, and tornados that impacted the State of Arkansas. The City carried out debris removal projects throughout City right-of-way as well as throughout the City’s extensive parks and world renowned mountain-biking trails. Mr. Grainger oversaw debris removal monitoring and recovery projects resulting in the substantiation of over 333,000 cubic yards of debris. New Mexico Department of Transportation, New Mexico Wildfires Disaster Recovery Operation, 2022 - 2023 | New Mexico Wildfires suffered devastating impacts from a series of wildfires making their way through the State burning more than 904,422 acres of land. Mr. Grainger served as a project manager for NMDOT and monitored all debris removal operations. Thompson has monitored the removal of over 49,522 tons of debris from NMDOT maintained roadways. State of California, Wildfire Recovery Operations, 2021 | Mr. Grainger served as the operations chief overseeing debris removal efforts following the devastating wildfires that swept California. Don was in charge of overseeing day-to-day debris removal monitoring operations throughout affected areas in the State. The impacted areas performed emergency road clearance and debris removal operations and right-of-way collection of vegetative, construction and demolition (C&D) debris throughout the affected areas. Baldwin County, Alabama, Hurricane Sally Disaster Recovery Operations, 2020 - 2021 | Hurricane Sally inundated the Gulf Coast with heavy rains and destructive winds causing a large amount devastating debris. Mr. Grainger served as the project manager for Baldwin County and oversaw debris removal operations such as right-of-way (ROW) debris removal programs and hazardous tree/limb removal on County maintained roadways. Overall, more than 1.7M cubic yards of debris was monitored, collected, and removed. Hamilton & Davidson County, Tennessee, Tornado Recovery, 2020 | Mr. Grainger served as the project manager overseeing day-to-day debris removal monitoring operations throughout Hamilton and Davidson counties following devastating tornados. The counties performed right-of-way (ROW) debris removal programs, hazardous tree, limb and stump removal, and County parks debris removal projects. Dorchester County, South Carolina, Hurricane Dorian, 2019 | Following the landfall of Hurricane Dorian, Dorchester County experienced pervasive damage. Mr. Grainger served as project manager overseeing debris removal monitoring operations including right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal throughout the County. Overall, approximately 31,500 cubic yards of debris was removed from the County. Multiple Counties, Georgia, Hurricane Michael, 2018 | Hurricane Michael was a category 3 hurricane that impacted multiple states. Mr. Grainger served as the program manager for multiple contract activations across Georgia including DON GRAINGER PAGE 2 / 2 Dougherty, Lee, Terrell, and Crisp counties. The counties performed right-of-way (ROW) debris removal programs, hazardous tree, limb and stump removal. Overall, 4.2M cubic yards of debris was monitored, collected, and removed across the State. Puerto Rico Department of Transportation and Public Works (DTOP), Hurricane Maria, 2018 | Mr. Grainger served as a project manager overseeing project operations for debris monitoring services in the West DTOP designated zone. He was in charge of overseeing day-to-day debris removal monitoring operations throughout affected areas and DTOP zones. Miami-Dade County, Florida, Hurricane Irma Recovery, 2017 - 2018 | Mr. Grainger served as the project manager overseeing day-to-day debris removal monitoring operations throughout Miami-Dade County. The County performed both hazardous tree and limb removal, right-of-way (ROW) and waterway collection programs on County maintained roadways/waterways. Overall, more than 3 million cubic yards of vegetative debris was removed from the County. Harris County, Texas, Hurricane Harvey Recovery Operations, 2017 | Mr. Grainger served as the operations manager overseeing day-to-day debris removal monitoring operations throughout Harris following Hurricane Harvey. The County was severely impacted and performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on County maintained roadways. Beaufort County, South Carolina, Hurricane Matthew, 2016 – 2017 | Mr. Grainger served as the operations manager overseeing debris removal efforts on behalf of Beaufort County following Hurricane Matthew. Don was in charge of overseeing day-to-day debris removal monitoring operations throughout the County. The impacted areas performed emergency road clearance and debris removal operations and right-of-way collection of vegetative, construction and demolition (C&D) debris throughout the affected areas. TRAINING & CERTIFICATIONS - FEMA Emergency Management Institute o IS-00100.b: Introduction to Incident Command System o IS-00200.b: ICS for Single Resources and Initial Action Incident o IS-00800.b: National Response Framework o IS-01000: Public Assistance Program and Eligibility o IS-01001: The Public Assistance Delivery Model Orientation o IS-01002: FEMA Grants Portal o IS-01006: Documenting Disaster Damage and Developing Project Files o IS-01014: Integrating 406 Mitigation Considerations into Your Public Assistance Frant o IS-01016: Environmental and Historic Preservation (EHP) Considerations/Compliance - HAZWOPER 40HR - HAZWOPER Supervisor - HAZMAT- Transportation - OSHA 10- Construction Safety EXHIBIT 2-3: LETTERS OF REFERENCE DATE: January 31, 2025 SUBJECT: Letter of Reference for Thompson Consulting Services Whom it May Concern, The City of Tampa was severely impacted by back-to-back hurricanes Helene and Milton in 2024. Hurricane Helene brought record storm surge, and Hurricane Milton produced tropical storm force winds and inundated the City with prolonged rainfall. Both storms produced widespread damage and flooding throughout the City. Thompson has served as the City’s stand- by disaster debris monitoring services provider since 2023 and was able to immediately assist in our disaster recovery. Following notice-to-proceed, Thompson mobilized the necessary staff and equipment to begin Helene recovery efforts promptly monitoring over 52,400 cubic yards and 2,600 tons of debris in thirty (30) days. Hurricane Milton made landfall during Helene recovery operations, and Thompson worked closely with the City and our selected debris removal contractor to maintain a complete separation of projects in order to seek recovery reimbursement funding. Thompson recruited and staffed over 350 temporary debris removal monitors following Milton to perform right-of-way debris removal and hazardous hanging and leaning limbs and tree removal operations throughout the City. Thus far, Thompson has assisted the City in monitoring the removal of approximately 1,328,000 cubic yards of debris, 13,600 tons of debris, and over 22,900 limbs, trees, and stumps. The City has been highly satisfied with Thompson’s level of knowledge, professionalism, and dedication to timely response and support for their clients. We would recommend Thompson to others in need of their services. Please feel free to contact me at 813-348-6529 or jonathan.kane@tamapgov.net for any additional information. Respectfully, Jonathan Kane Business Programs Supervisor, City of Tampa Solid Waste Department Solid Waste & Environmental Program Management Larry A. Washington, MPA, Director 4010 W. Spruce Street Tampa, Florida 33607 Office (813) 348-1146 3 – 1 TAB 3 Technical Approach & Methodology Our Understanding The City of Clearwater (City) is the county seat of Pinellas County, Florida. The City encompasses 35.92 square miles and is bordered on the west by the Gulf of Mexico and on the southeast by Tampa Bay. In 2024, the City experienced major impacts from back-to-back Hurricanes Helene and Milton, including storm surge, flooding and heavy winds, from which it continues to recover. Due to its natural and built environment, the City is highly vulnerable to the impacts of future debris-generating disasters such as hurricanes, tropical storms, and tornadoes. Furthermore, the ever-present threat of rapid and dramatic rising sea levels around Florida’s Gulf coast increases the likelihood of increased severe flooding from tropical weather events. As such, the City maintains a constant, high level of readiness to respond to a variety of hazards that may impact its citizens and consequently, is seeking proposals from qualified consultants to provide debris monitoring support and assist the City in navigating the funding and compliance channels of the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program. Thompson has an extensive history providing disaster recovery services along the central Florida Gulf coast. Thompson understands the City’s unique operational needs and the challenges the City may face prior to and following a future disaster. Furthermore, we have the capacity to provide a dedicated project team and the capacity to deliver an unparalleled level of service to the City following a future event. We will use what we have learned from previous disaster recovery projects in the State of Florida and throughout the United States to improve the efficiency of debris removal programs, reduce the overall cost of the various debris removal programs, and expedite the City’s recovery following a future disaster event. Utilization of Technology Solutions Thompson’s Automated Debris Management System (ADMS) Thompson has invested considerable resources in technologies to support more efficient debris removal monitoring. Among these technologies is our best-in-class ADMS solution, the Thompson Data Management Suite (TDMS). TDMS is a collection of hardware, software, and communications infrastructure for the management of data and documents related to disaster recovery. The suite provides near real time debris collection data to applicants, grantees, FEMA, FHWA, debris removal contractors, and others without disrupting the speed of the recovery. Each major component of TDMS is summarized below: TDMSmobile: is an ADMS hardware solution that provides clients with the option to manage and monitor debris recovery missions electronically in the field utilizing a handheld device and hip printer. The handheld device and system have configurable security settings to protect use and data. Specified locations, such as debris pickup and disposal sites, are captured by the GPS capabilities of the handheld 13+ years of TDMS deployments TECHNICAL APPROACH & METHODOLOGY 3 – 2 and verified in the web-based system. TDMSmobile also has disconnected architecture and is fully operational in a post storm environment where cellular networks are compromised or destroyed. TDMSweb: is a web-based application that serves as the backbone of the TDMS for storage and data management. TDMSweb provides access to viewing, querying, sorting, reporting, mapping, and managing project related data and documents including electronic tickets, contractor invoices, text message updates, reports, and FEMA data and image exports. TDMSmaps: is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities. TDMSmaps provide full access to live maps, progress maps, and query maps, which assist in the evaluation of progress, assignment, or re-assignment of crews and provide graphical information to make debris management decisions that support effective and efficient operations. Thompson can tailor progress and real-time operation mapping to meet the needs of the project. TDMSportal: is a web-based portal that serves as the client and contractor information center for contract documents, project costs, electronic tickets, accounting transactions and invoices. TDMSportal will be the City’s secure and single sign-on resource to access all project data and documentation. TDMSportal also provides access to viewing, querying, sorting, reporting, mapping, and managing project related data and documents. The portal eliminates email for document sharing and transfer and ultimately increases visibility between the applicant, Thompson, and the debris contractor. Through the implementation of these technologies, TDMS limits the propensity for human error, fraud, data entry error, and reconciliation challenges, resulting in efficiencies, increased accuracy, and cost savings. Thompson owns and maintains TDMS and does not lease any part of our ADMS solution from an alternate provider. Successful Deployment History TDMS has been deployed by Thompson on nearly every FEMA eligible disaster debris removal monitoring project we have performed since 2012. TDMS can be utilized for a variety of programs and activities, including but not limited to: • Truck Certification • Right-of-Way (ROW) Collection • Hazardous Tree Work (L/H/S) • Private Property Debris Removal (PPDR) • Demolitions • Haul Out/Disposal • Project and Data Administration • Monitor Role and Time Management TDMS has also been evaluated and proven to meet the process requirements for the U.S. Army Corps of Engineers (USACE) Advanced Contracting Initiative (ACI). The following list includes a summary of each disaster incident and the number of handheld units deployed. Table 3-1: TDMS Deployments Disaster Units Deployed Disaster Units Deployed 2024 Hurricane Milton 1,040 2019 Hurricane Dorian 91 2024 Hurricane Helene 1,729 2018 Hurricane Michael 1,300 2024 Hurricane Debby 103 2018 Hurricane Florence 235 2024 Hurricane Beryl 963 2017 Hurricane Maria 375 real-time access to data TECHNICAL APPROACH & METHODOLOGY 3 – 3 Disaster Units Deployed Disaster Units Deployed 2024 TX Severe Storms 362 2017 Hurricane Irma 1,200 2023 Hurricane Idalia 83 2017 Hurricane Harvey 400 2022 Hurricane Ian 2,015 2016 Hurricane Matthew 876 2021 KY Sever Winter Storm 689 2016 Louisiana Flooding 330 2020 Hurricane Delta 61 2015 South Carolina Flooding 180 2020 Hurricane Zeta 343 2014 Winter Storm Pax 475 2020 Hurricane Sally 1,619 2012 Hurricane Sandy 100 2020 Hurricane Laura 438 2012 Hurricane Isaac 12 Thompson maintains over 3,500 TDMSmobile units on hand and has access to additional units within 24 hours of notification when necessary. In addition, TDMSmobile can operate on both Android and Apple devices further strengthening our ability to access additional units even during disaster conditions or global supply chain issues. Thompson’s TDMSmobile devices have been deployed successfully over the last 13 years, and Thompson will be able to provide the City with paperless ticketing from day one of debris removal operations. GIS Mapping Capabilities Thompson continues to expand our geographic information system (GIS) resources and capabilities to better support debris removal management. This includes enhanced gathering, managing, and analyzing data to provide spatial location information, such as project boundaries and roadway maintenance responsibility designations (e.g., local vs. state roadways). Figure 3-1: Road Responsibility Designation Map Thompson employs ArcGIS Pro, ESRI’s latest desktop GIS application, which allows for seamless integration with our company’s ArcGIS Online and Enterprise platforms. Additionally, we can integrate data collected through ESRI’s Survey123 and Field Maps for display in ArcGIS applications (Web Mapping Applications, Dashboards, or StoryMaps). TDMSmaps is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities and is available to our clients through TDMSportal. Thompson’s clients have full access to a variety of live maps, progress maps, and query maps, and can be tailored to the needs of the City. TECHNICAL APPROACH & METHODOLOGY 3 – 4 Pass, Progress, and Activity Mapping Progress and pass mapping, which geographically present debris removal contractor activity, is a valuable tool for our clients, the contractors, and the community. The ability to show which roadways debris removal crews have performed collection allows the client and project managers to evaluate progress, assign or re-assign crews, and make general debris management decisions. Figure 3-2: Road Clearance Pass Map Progress maps can be URL/web-based and shared with the public to communicate debris removal activity. Zoom functions within the map can provide street-level detail. Debris monitor activity maps depict, in real-time, where monitors are documenting debris removal. Zoom features provide street-level view and ticket details including date, time, location, debris collection type, and quantity. Activity maps can also be searched by exact street addresses to check progress. Figure 3-3: Daily Debris Monitor Activity Maps Dashboards Thompson can also create a GIS Operations Dashboard that displays real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. Dashboards can be created for a variety of debris removal programs, including private property debris removal. TECHNICAL APPROACH & METHODOLOGY 3 – 5 Figure 3-4: Punch List and Pass Map Dashboard Approach to Debris Removal Monitoring Maximizing Reimbursement Thompson’s approach to providing disaster debris removal and disposal monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. Through experience and lessons learned, we have been able to develop a fine-tuned and tested approach to efficiently and effectively meet or exceed the FEMA compliance regulation standards for maximum reimbursement to our clients. When dealing with disaster recovery and compliance with FEMA and other federal agency regulations, not many things can take the place of first-hand experience. Our debris monitoring and reimbursement procedures, tools, and training methods are the results of a unique blend of theoretical and applied implementation strategies on real recovery projects. This approach is applied throughout all contract activities and all phases of the disaster preparedness, response, and recovery program for disaster debris removal monitoring. Figure 3-5: Disaster Debris Removal Monitoring Phase and Task Summary TECHNICAL APPROACH & METHODOLOGY 3 – 6 Non-Event / Preparedness and Planning Part of Thompson’s commitment to pre-positioned clients is providing planning and training services to the communities we serve. Our team is constantly expanding education, training, and field experience in the disaster debris monitoring, grant management, and emergency management fields and will share their knowledge with City leadership and staff. Following the contract award, Thompson will coordinate training schedules with the City to provide departments and key staff members training which will address prioritized topics, as requested by the City. In addition, Thompson can provide a variety of planning services, training programs, tools and templates that can be utilized by the City in future disasters or participate in exercises related to the City’s disaster preparedness, response, and recovery. A list of sample services that can be provided to the City is provided below. • Disaster Debris Management Plans (DDMP) • FEMA Public Assistance (PA) Training • Identification of Debris Management Sites (DMS) • Procurement Assistance • Public Information • Mitigation Planning and Support • Comprehensive Emergency Management Planning • Executive Guidance to Commissions, Boards, and Panels Post-Event / Disaster Debris Removal Monitoring Operations Thompson has functionally organized our disaster debris removal monitoring operations by task predicated on the various debris streams and programs that can be expected based on our experience monitoring and documenting large scale debris removal operations. Thompson will tailor our approach to the City’s debris recovery effort based on disaster specific challenges. Our tasks and task approach can be modified and scalable and our mobilization times can be either compressed or extended based on the needs of the City and the public. Table 3-2: Mobilization Timeline Task Mobilization Time Mobilization Program Management Immediately following NTP Damage Assessment 12-24 hours following notice-to-proceed (NTP) Onboarding and Training of Employees 12-24 hours following NTP Debris Program Implementation Health and Safety Plan Implementation 12-24 hours following NTP Measure and Certify Trucks by FEMA PAPPG Standards 12-24 hours following NTP Deploy Field Supervisors / Field Supervisors 12-24 hours following NTP Deploy Loading Site Collection Monitors 24-48 hours following NTP Deploy Debris Management Site Monitors 24-48 hours following NTP Monitor the Removal of Leaning Trees, Hanging Limbs, and Hazardous Stumps 24-48 hours following NTP TECHNICAL APPROACH & METHODOLOGY 3 – 7 Task Mobilization Time Perform Special Debris Removal Programs (e.g., private property debris removal) TBD, based on input from FDEM and FEMA Data Management Accumulate and Review Daily Field Data (QA/QC) Onset of debris collection activities Reporting and Progress Mapping On-going throughout recovery operation Reconcile Contractor Invoices On-going throughout recovery operation Mobilization Mobilization | Program Management Thompson will assist the City in in overseeing the debris management operations, obtaining proper approvals for special debris removal programs, and providing in-depth working knowledge of a variety of recovery operations, USACE debris management guidelines, and FEMA eligibility and reimbursement guidelines. Thompson will work with the City to develop a project management plan to ensure that contracted debris removal is properly documented to substantiate FEMA PA, FHWA ER, and NRCS funding. Some of the initial considerations will include, but not be limited to: • Single/multiple debris removal contractors • Debris removal contractor rates and specifications • Debris estimates, by collection zone • Debris removal from gated communities • Crew/Monitor Estimates, by collection zone • Onboarding and safety training locations and procedures • Operations Manager/Supervisor Assignments • Progress reporting distribution lists and protocols In most cases, Thompson will deploy our project team in anticipation of receipt a notice-to-proceed so that we can be responsive to the City’s needs and effectively manage the deployment of personnel and resources. Upon receipt of a notice-to-proceed, Thompson will deploy Project Quality Assurance and Project Administrative initiation teams to the City. The Project Quality Assurance Team will consist of the Project Manager and appropriate number of Field Supervisors, based on the severity of the event. In addition to providing surge support to the City, the Project Quality Assurance Team will serve as the field project management team. The Project Quality Team will be deployed with equipment kits to accommodate all field staff. The Project Administrative Team will consist of administrative/human resource employees. The Project Administrative Team will be temporarily deployed to the City to support the monitor on-boarding process, including: • Employee application reviews • Motor Vehicle record checks • Debris Monitor Training • Health and Safety Plan Implementation Collaboration with the City: Immediately following notice-to-proceed, Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities. Thompson will need the following information from the City prior to or upon mobilization: • Points of Contact • Copy of contract between City and debris removal contractor(s) TECHNICAL APPROACH & METHODOLOGY 3 – 8 • GIS shapefiles • List of priority roads • Preferred debris removal zones (if available) • Any inter-local agreements or memoranda of understanding with State, County, or other municipalities Throughout the project, the Thompson Project Manager will identify critical path functions that will require close coordination between the City and Thompson. These may include: • Public Information • Private Property Issues • Special Needs Assistance • Information on FEMA • Damage reports and resolution Thompson will identify a lead for each function to serve as a direct interface with the appropriate City staff on each issue. The Thompson team member will be available in person, by phone, or email to communicate with the City and project stakeholders. To the extent that cellular connectivity is not available, Thompson will secure alternative communications methods (radios, satellite, etc.). Resource and Budget Estimates: Thompson provides a dedicated project team to ensure that each debris removal program is managed and documented properly to maximize available federal reimbursement. Additionally, the use of an Automated Debris Management System (ADMS) significantly reduces the quantity of hours and positions required to deliver FEMA compliant monitoring services including post-event activities such as assembling, documenting, and submitting supporting reimbursement documentation for FEMA claims and other grant-funding sources. The savings recognized are through the reduction of the number of staff required for supervisor and assistant (administrative and financial) positions. A key differentiator of Thompson is our best management practices coupled with our ADMS technology which allow us to provide industry leading field monitoring and documentation with minimal administrative costs passed on to the client. The total amount of debris generated by any particular disaster will depend on the location and type of event experienced, as well as its severity, duration, and intensity. Following a disaster event that impacts the City, Thompson will work with the City and the City’s debris removal contractor to develop a debris estimate based on the event, scope of work necessary to clean-up the debris, and budget to monitor the actual quantity of equipment that the contractor has pledged to execute the scope of work. Thompson’s Automated Debris Management System (ADMS), the Thompson Data Management Suite (TDMS), will allow the City access to near real time financial encumbrances and project progress that can be tracked via the internet. To date, we have observed cost savings to our clients ranging from 20-30 percent with the use of our ADMS solution. FEMA and State Agency Coordination: To the extent that it is required by the City, Thompson will serve as a liaison between FEMA, FDEM, and other public entities to document and demonstrate that debris removal, response and recovery activities are eligible, allowable, and in compliance with FEMA Publication FP-104-009-2 Public Assistance Program and Policy Guide (PAPPG). Thompson will work with the City, FDEM, FEMA Region 4, and FEMA Headquarters to facilitate a transparent, well documented partnership throughout the recovery effort. This will allow Thompson to integrate Disaster Specific TECHNICAL APPROACH & METHODOLOGY 3 – 9 Guidance (DSG) issued from FEMA into the City’s debris removal efforts, and pro-actively create a positive working relationship with participating stakeholder regulatory agencies. Public Information Support: Thompson has a variety of resources and tools to assist the City’s public information and outreach efforts. During non-event times, prior to and immediately following a disaster incident, Thompson can work with the appropriate City staff to develop press releases to inform the public on topics related to debris removal efforts, including proper setout procedures for bring debris to the right-of-way, anticipated collection start, progress and end dates, and notification of special debris collection programs available to the public. Thompson can also utilize our technology solutions, including our enhanced mapping capabilities, to provide project data summaries including debris types and collection totals as well as URL/web-based maps and dashboards that the City can share with the public. As part of Hurricane Ian recovery efforts, Lee County, Florida, wanted to provide a public facing website to update residents on recovery progress. Working closely with the County, Thompson provided data and mapping information that was displayed through a public dashboard hosted by the County and available to citizens online and through mobile devices. Thompson can also establish and staff a hotline to assist with public telephone inquiries and complaints regarding debris removal operations. Thompson will ensure that all calls are documented and assigned a status to track the complaint and resolution. Damage complaints concerning debris removal will be tracked and reported by debris contractor(s). All complaints will be provided to the project management team for resolution with the debris contractor. Thompson will provide a log of inquiries and complaints and their resolution to the City Project Manager on a weekly basis. Mobilization | Debris Removal Contractor Coordination Thompson recognizes that each disaster situation is going to be different and therefore promotes a collaborative working relationship with the City and their debris removal contractors. Immediately following a notice-to-proceed, Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities. These activities may include: Identification/Confirmation of Equipment Staging Area: If a staging location is identified during planning sessions and the site is compromised/unavailable due to the event, Thompson will work with the contractor to identify an area outside of the impacted zone to stage equipment and begin equipment certification. Emergency Push: Thompson will work with the City and contractor(s) to ensure that all hours and activities are well documented to substantiate FEMA reimbursement. Thompson will also work to expedite 70-hour push activities, focusing on the City’s list of priority roadways, while ensuring that the period of performance adheres to FEMA’s eligibility standards and all labor and equipment time is tracked and documented. TECHNICAL APPROACH & METHODOLOGY 3 – 10 Zone Assignment to Contractors and Subcontractors: Thompson will work with the debris removal contractors to coordinate and schedule the appropriate number of crews for each pass. Zone parameters will be entered into TDMS to generate detailed reports by zone, contractor, debris type, etc. Distinct Field Management Based on Authorized Scopes of Work: ADMS will be configured to discreetly document and manage multiple contractors and the type of debris that has been approved for collection. For example, if a contractor is tasked only with the collection of vegetative debris, the ADMS devices will only be configured to that specific debris type. A monitor will not be able to issue a ticket for C&D debris if the hauler has only been approved to collect vegetative debris. DMS Permitting: Thompson will ensure that each contractor obtains environmental authorization and/or permits for DMS sites. Thompson will also work with each contractor to obtain copies of permits for final disposal locations. Mobilization | Damage Assessment At the direction of the City, Thompson can assist with preliminary damage assessments in accordance with the FEMA Damage Assessment Operations Manual. Thompson will perform damage assessments with the City and City contractors to determine the scope of the damage, identify the need for special debris programs such as leaner/hanger/stump removal, and develop crew configurations and assignments. Damage assessment assistance may include, and is not limited to, participation in one or more of the following tasks: • Identifying damaged facilities • Documenting damages • Documenting work and cost • Other Considerations (codes and standards, repair vs. replacement, hazard mitigation etc.) All damage assessment documentation will be captured, digitized, and managed using TDMS. This information will allow Thompson and the City Contractor(s) to develop budget estimates to be used for task orders and Project Worksheet development. Estimation Methodology: For purposes of pre-event planning and understanding resource requirements, Thompson utilizes the US Army Corps of Engineers (USACE) debris-estimating model for developing debris estimates. The USACE developed this model based on debris generated by Hurricanes Frederic, Hugo and Andrew. The model contemplates the number of households in an urban/suburban area, as well as the category of storm, vegetative characteristics, commercial density and precipitation. The estimated quantities produced by the model have a predicted accuracy of ± 30%. Because of the margin of error in the model, Thompson validates the modeled result via windshield surveying and unmanned aerial systems assessments in a post-disaster scenario. Windshield surveys provide debris removal professionals the opportunity to estimate the quantity of debris per parcel surveyed, which can be extrapolated to include the number of parcels within jurisdictional limits of the community. Unmanned aerial systems assessments are important because they provide Thompson with the ability to gauge the consistency of the damage across the jurisdiction and provide a means for identifying areas that have been compromised which may be isolated without means of conventional travel due to debris or flooding. TECHNICAL APPROACH & METHODOLOGY 3 – 11 Mobilization | Onboarding and Training of Employees Thompson’s staffing plans are designed to be flexible and scalable so that we can effectively and efficiently respond to the City’s needs no matter the operating climate. Thompson is fully prepared to deploy the appropriate number of fully trained field staff to the City within 24 hours of receiving a notice-to-proceed and will make every effort to hire residents from impacted communities within the City to serve as debris monitors. Following an event, Thompson will establish a location within or near the City of Cape Coral from which to perform recruiting, onboarding, and training. Thompson knows that immediately following a disaster incident, access to a project operations office and communications infrastructure is critical to building a local workforce. However, with the potential for office facilities and hotels being damaged in the event, it is imperative to have a reliable alternative. Therefore, Thompson has invested in a fully functional mobile field office that can be utilized to implement initial debris removal monitoring operations regardless of environmental conditions. We can implement onboarding and equipment staging from the mobile field office, and with integrated satellite capabilities, our mobile office can serve as a stand-alone communication center. Thompson’s mobile field office is also beneficial when trying to onboard field personnel and establish field operations in remote locations. Thompson deployed our mobile field office following Hurricanes Laura, Sally, Delta, and Zeta in 2020, Hurricane Ida in 2021, and Hurricane Ian in 2022. These activities will be coordinated and supported from our headquarters in Maitland, Florida. Thompson will also make every effort to hire residents from within the City to serve as debris monitors. This effort will help skilled residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. In accordance with FEMA Public Assistance Program and Policy Guide, FP-104-009-2, Thompson will train debris monitors, City employees, and other project stakeholders to have a complete understanding of the roles and responsibilities of the debris manager, including: • Accurate and objective debris estimating techniques • Process for determining debris eligibility: (1) threat to public health/safety, (2) direct result of the disaster event, and (3) existing in the public right-of-way • A comprehensive understanding of all phases of debris management operations, including loading sites, debris management sites (DMS), and final disposal locations • The ability to differentiate between debris types • Understanding of Collection Site and DMS safety procedure • Understanding of the Thompson Field Health and Safety Plan • Understanding of the terms, conditions, and scope of the debris removal contract and other disaster specific guidance provided by the City, FDEM, FDEP, and FEMA Ability to Onboard & Train within 48 Hours: Thompson has made a tremendous investment in our personnel, resources, technology, and tools to have the flexibility and scalability necessary to be an industry leader in debris monitoring. Part of this investment is in a proven process to identify, train, and equip local hires in a safe manner in extremely short periods of time. Thompson begins the process of recruiting and on-boarding immediately upon contract award, not reactively following a notice to 2,500+ field staff recruited & hired following Hurricane Ian TECHNICAL APPROACH & METHODOLOGY 3 – 12 proceed. Thompson will issue contingent job postings through a variety of outlets to pre-identify a pool of existing candidates to serve as field monitors. The table below outlines Thompson’s local hire tasks and timelines to ensure that we deploy trained and safe local hires within 24 hours of a notice-to-proceed and fully staff the project within 72 hours of receipt of notice-to-proceed. Table 3-3: Local Hire Task Summary Task Mobilization Time Non- event local hire recruiting Year-round Local hire recruiting (activation imminent or issued) 48-72 hours prior to landfall (known event) Driver motor vehicle record check 12-48 hours Health and safety training 12-48 hours Debris collection and disposal monitor training 12-48 hours TDMS – debris management system training 12-48 hours Issuance of personnel protective equipment (PPE) First day of field operations for each monitor Project is fully staffed < 72 hours Thompson stands prepared to meet the needs of the City and has a proven ability to deploy more than 100 monitors within 24 hours of initial activation. Following Hurricane Ian in Florida, Thompson on- boarded, trained and deployed more than 2,500 monitors to support client needs during the first 24- hours of operations, while also deploying experienced field supervisors and operations managers across the State in preparation for truck certification and regular debris removal activities. Over 1,570 field monitors were hired and trained in Lee County alone. To date, Thompson has on-boarded more than 10,750 debris monitoring staff, nearly 3,000 of whom are Florida residents. Subcontractor Participation: Thompson maintains the resources and experience to fulfill the scope of work requested by the City without the need to employ an additional subcontractor. However, should the scope of work expand to include an opportunity to engage additional resources, Thompson will work with the City to identify an appropriate subcontractor. Thompson has a proven history of meeting or exceeding our subcontracting goals on past projects, and we will take all steps to confirm compliance with all applicable federal or state laws or ordinances for DBE participation, including 2 CFR 200.321. Debris Program Implementation Debris Program Implementation | Health and Safety Plan Thompson employees are trained to put the safety of anyone on a jobsite above all else – even a project timeline. Our behavioral-based program enables employees to conduct risk assessments to identify and control or eliminate hazards. Most importantly, our employees are authorized and required to stop work when safety is compromised. Our employees work in a variety of environments, from the field to the office. We believe that the health and safety of our employees are best protected when our activities are properly planned, so we work in advance to determine the different types of training and information our employees need. TECHNICAL APPROACH & METHODOLOGY 3 – 13 Thompson will implement a Health and Safety Plan (HSP) that outlines site-specific precautions to be taken to avoid and mitigate the risk of hazards associated with work performed in the elements, around heavy equipment, near tree work, and close to vehicle traffic. The HSP will establish that work performed on the project shall comply with all applicable OSHA, State of Florida, and all other safety requirements provided by FEMA and its authorized contractors. Thompson will also provide a hard hat, reflective vest, safety glasses, and hearing equipment to collection and disposal monitors and field supervisors. In addition, Thompson will ensure that all collection and disposal monitors and field supervisors report to work with a cell phone, protective shoes, long pants, hot, cold, and/or wet weather gear, sunscreen, and a supply of bottled water. Debris Program Implementation | Truck Certification In accordance with FEMA PAPPG standards, Thompson will complete equipment check-in and certification of trucks and other equipment mobilized by the Contractor so that debris removal operations can be recorded and substantiated in accordance with the terms, conditions, and unit rates in City’s debris removal contract. To comply with these standards, Thompson will observe and record the following information during truck certifications: • Valid truck registration • Volumetric capacity of the inside of the loading container • Calculated deductions of volumetric capacity for dog boxes, round container bottoms, and other volumetric capacity reductions • Brief physical description of the truck • Photographs of the truck and container Thompson will assign a unique identification number to each truck and a placard with the truck number affixed to each side of the debris removal truck. Debris Program Implementation | Deploy Field Supervisors Thompson will deploy Field Supervisors at a 10 monitor: 1 supervisor ratio to oversee, document, and substantiate debris removal efforts efficiently and effectively. Field Supervisors will: • Be prepared to operate a minimum of 12-14 hours per day, 7 days per week • Verify that only eligible debris is being removed from designated public ROW and public property within assigned collection zones • Maintain regular communication with and ensure that collection monitors are documenting the collection and removal of eligible debris from approved public areas • Confirm the completeness and accuracy of load tickets and field documentation generated by collection monitors to substantiate debris removal operations • Identify, address, and troubleshoot any questions or problems that could impact work safety and eligibility • Suggest methods to improve the efficiency of collection and removal of debris 10:1 monitor to supervisor ratio TECHNICAL APPROACH & METHODOLOGY 3 – 14 Debris Program Implementation | Deploy Field Monitors Debris Loading Site Collection Monitors: Thompson will deploy a debris removal collection monitor for each piece of loading equipment deployed by the Contractor. The Collection Monitor’s primary responsibility is to observe, document, and substantiate the removal of eligible storm debris from City property and other collection zones identified and approved by the City. The Collection Monitor will perform all services outlined in the City’s scope of services. Hazardous Leaning Tree, Hanging Limb, and Stump Removal Monitors: Thompson anticipates beginning hazardous tree removal operations prior to or concurrent with right-of-way (ROW) debris collection. By getting the bucket trucks out ahead of the debris removal trucks with hazardous tree and limb removal, the overall collection operation will be more efficient. Thompson will ensure that hazardous stumps are pre-approved by FEMA and that the stump removal process is documented to include before and after photographs and GPS coordinates. Debris Management Site Disposal Monitors: Thompson will work with the City and their contractor(s) to establish the appropriate number of debris management sites (DMS) required and staff each site with trained DMS Disposal Monitors. DMS Monitors are responsible for completing the load transactions and recording debris volumes for loads that have been transported to the DMS for processing and storage or final disposal. DMS Monitors will remain in contact with Field Supervisors and report any issues at the DMS site immediately. Debris Program Implementation | Thompson’s Staff Scheduling & Time Tracking System Thompson has developed a timekeeping module through our ADMS where field staff scan their badge, which is assigned to them following onboarding and training, to “check-in” and “check- out” each day. This data is populated to a timecard that is reviewed and approved by Thompson Field Supervisors. All of Thompson’s time will be organized by debris program, task, and labor position and we can organize invoices and back-up to meet the needs of the City while satisfying FEMA reimbursement requirements. Monitor Onboarding: Once local applicants have successfully completed the new hire paperwork, they will participate in comprehensive training on FEMA policy, debris monitoring responsibilities, and job site safety. Upon completion of required training, Thompson will onboard each new hire using their government issued driver’s license and take a photograph using an onboarding ADMS device. The information will be uploaded into TDMS and the employee’s personal identification information will be encrypted in a unique QR code. Thompson will print the badge with the photograph and encrypted QR code and give to the monitor prior to project/location assignment. Timekeeping QA/QC: After operations conclude each evening, Thompson Field Supervisors will perform QA/QC on all clock in/clock out times to ensure that electronic time stamps are captured in TDMS. Time entries will be finalized on a nightly basis. Following each work week, individual monitor time logs are distributed in the field for employee review and approval. Any discrepancies in time are reviewed and reconciled by management before the monitor signs their timesheet. Debris Program Implementation | Damage Complaint Tracking Mitigating Damages: Thompson will proactively work with debris removal contractor(s) to discuss operational conditions to mitigate damages. Collection and Disposal Monitors are trained to identify and notify the debris removal contractors of potential causes damages before they occur. Thompson can TECHNICAL APPROACH & METHODOLOGY 3 – 15 also appoint a Field Supervisor dedicated to receiving and documenting damages that occur and are reported from the Collection and Disposal Monitors. Documenting Damages: Collection and Disposal Monitors and Field Supervisors will be trained on the process for reporting and documenting damages, in addition Thompson will also appoint a dedicated Field Supervisor to each work zone for receiving damage reports and documenting all required information to track the incident from occurrence through resolution, including photographs, descriptions, and GPS coordinates. Tracking Damages: Thompson will assign a unique work order number to each damage complaint and will track the work order by the GPS coordinate of the complaint. A map will be maintained of all damage related work orders showing the status (identified, verified, and resolved) of each incident. Thompson will maintain the following information for each damage complaint work order and organize work orders by service area: • Work order point of contact • Responsible contractor/sub-contractor • Photographs of damage • Description of actions by responsible party • Photographs/other evidence of repair • Cost summary, if available Debris Program Implementation | Special Debris Removal Programs The damage caused by major debris events including hurricanes, tropical storms, tornadoes and flooding often create the need for special debris removal programs which include, but are not limited to: • Private property debris removal (PPDR) • Debris removal and restoration of waterways and canals • Debris removal from parks and recreation trails • Vehicle and vessel recovery and disposal • Hazardous waste and contaminated debris management • Debris removal from storm drains and catch basins To the extent necessary, Thompson management staff will review existing maintenance records to establish the pre-disaster conditions and ensure compliance with FEMA policy and work with the City’s contractors, FDEM, FDEP, NRCS, USACE, and other regulatory agencies to expeditiously remove storm generated debris from affected public facilities. Special debris program monitors will be responsible for: • Demonstrating that the debris/sediment/vehicle presents a hazard or immediate threat to public health and safety • Ensuring only eligible debris is removed as defined by FEMA PAPPG from approved public areas • Ensuring that contaminated debris/soil is handled, processed, and disposed in accordance with the type of contaminant • Verifying that any contaminated disaster-related debris is addressed by the specialist from FDEP and/or EPA and managed appropriately in the designated areas • Recording the date, GPS location, physical address, and time that the work was performed • Measure the eligible debris removal in accordance with the City’s contract (e.g., linear foot) • Ensuring vehicles and vessels are abandoned, i.e., the vehicle/vessel is not the owner’s property and ownership is undetermined TECHNICAL APPROACH & METHODOLOGY 3 – 16 • Verifying and documenting the chain of custody, transport and disposal of the vehicle or vessel • Photo documenting the work performed to facilitate an audit ready paper trail for FEMA review Private Property Debris Removal (PPDR) Monitoring: Thompson has extensive experience in developing and implementing private property debris removal (PPDR) programs, including the management of many of the largest multi‐phase, multi‐property demolition and housing initiatives in the United States over the past ten (10) years. Thompson will review local ordinances and design a PPDR program that demonstrates and documents that local governments have the legal authority (and FEMA eligibility) to perform a variety of debris removal programs on private property. We have performed comprehensive PPDR ordinance feasibility reviews and PPDR program implementation in Florida, California, Puerto Rico, Texas, Alabama, Mississippi, and Louisiana. To ensure that the PPDR program is successful, Thompson will have the following objectives during ordinance review: • Identify an ordinance that clearly grants the City with the authority to enter private property to remove and dispose of debris, such as a nuisance abatement or public nuisance ordinance. This is critical to establish legal authority and FEMA eligibility. • Establish multi-step process to ensure that all proper notifications are made to property owners. • Develop a public outreach plan to ensure that residents in need can participate in the program. Upon review and approval of a proposed PPDR program by the City, FDEM, and FEMA, Thompson will implement and document the program to maximize available reimbursement. PPDR programs may include: • Vegetative, construction and demolition (C&D), and mixed waste debris removal • Residential and commercial structural demolitions • Leaner, hanger, and stump removal In managing, monitoring, and documenting PPDR programs, Thompson will develop a property identification number for each property. Each property will have a PPDR “packet” that documents the following information: • Ordinance granting legal authority under which the private property debris removal work was performed • Documentation of all necessary actions taken to satisfy the requirements of the ordinance • Notification to property owner • Posting on property • Executed Right-of Entry Agreement • FEMA/FDEM Approval • FEMA Historic Preservation review / approval • Documentation of asbestos abatement (if necessary) • Documentation of utility disconnections (if necessary) • Field documents and site schematic documenting eligible work performed • Before/after photographs • Property close-out documentation All PPDR documentation is managed through multiple elements of TDMS, including organizing and storing program and property documentation, mapping, and property status and program statistics. TECHNICAL APPROACH & METHODOLOGY 3 – 17 Figure 3-6: TDMSweb Management and Administration of PPDR Documents Figure 3-7: PPDR Applicant Intake Dashboard Data Management Thompson utilizes technology as integral part of its approach to providing debris removal monitoring services for purposes of quality assurance/quality control (QA/QC), contractor invoice reconciliation, and reporting. Data Management | Quality Control / Quality Assurance Debris collection and disposal information generated from tickets created in the field utilizing TDMSmobile is uploaded into a secure electronic disaster debris data management system, TDMSweb, that summarizes debris quantities to include collection and disposal information by date, debris type, collection zone, and collection and disposal location. This information is reviewed daily through Thompson’s quality assurance/quality control (QA/QC) queries and parameters which check of irregularities and outliers. Such queries and parameters include: • Count of loads by collection truck • Trip time per load • Trip distance • Average load call by truck • Average load call by disposal monitor • Count of loads by collection location TECHNICAL APPROACH & METHODOLOGY 3 – 18 Figure 3-8: Ticket Data Presented in TDMSweb Thompson will also plot daily collection activities using GIS software to review collection locations against eligible City boundaries to ensure collection occurs in designated work zones. Figure 3-9: Ticket Location and Boundary Mapping Data Management | Reporting Thompson collects a large amount of information from field operations and can provide our clients with a variety of reports, maps, and dashboards to summarize this information. We develop and manage all reports in-house and can customize each product based on clients’ reporting needs and program configuration. Additional information on Thompson’s reporting standards is included in Tab 6, Compliance & Reporting. Data Management | Invoice Reconciliation Thompson will perform a thorough review and reconciliation of contractor invoices submitted to the City. For contractor payments to be verified as accurate and correct, Thompson verifies truck certification, load transactions and unit rate transactions with its database. The reconciliation will include a review of the collection date, time, and location, as well as the debris volume, disposal time, TECHNICAL APPROACH & METHODOLOGY 3 – 19 and location submitted by the Contractor against the data maintained by Thompson on behalf of the City. Upon completing the verification of each record being claimed for payment, Thompson will render a payment recommendation to the City. Thompson’s payment recommendation will include a copy of the contractor invoice, invoice back-up organized by program, date, service type, contract line item, and location, summary of discrepancies identified, a payment recommendation report, and a cover letter summarizing the reconciliation findings and payment recommendation. Closeout Thompson’s team of consultants, engineers, cost estimators and subject matter experts are disaster recovery and grant management practitioners and implementers who maintain an active knowledge of federal policy and industry leading expertise in navigating federal programs to maximize and retain federal funding for impacted communities. FEMA PA Worksheet Development Thompson will assist the City with developing Project Worksheets (PWs) and necessary documentation to substantiate cost claims to FEMA for the Public Assistance (PA) program. Thompson will deploy consultants to coordinate PA operations with FDEM officials and prepare small and large project PWs to capture eligible costs incurred by the City. Throughout the PA process, Thompson carefully tracks all associated labor and expenses in accordance with FEMA DAP 9525.9, outlining eligibility requirements for reimbursement of Direct Administrative Costs (DAC), allowing the City to be reimbursed for the majority of Thompson’s PA Consulting costs. Though some costs may remain ineligible for reimbursement by declaration in federal guidelines (i.e., indirect costs for FEMA PA), Thompson’s emphasis on efficient performance and accurate cost tracking will ensure the City receives maximum reimbursement for Thompson’s services. Thompson applies a forward-thinking, collaborative, and cost-effective approach to FEMA PA consulting. Our tried and tested consultants are knowledgeable of PA program policy, requirements, and best- practices and draw upon experience to make certain PWs are efficiently and properly prepared, and whenever possible, are audit-ready at the time of submission. Through encouraging transparency between the City, FDEM, and FEMA, Thompson will seek to expedite City’s recovery process, maximize reimbursement, and limit the need for post-submittal administration including audit preparation and appeals support. Thompson consultants have experience preparing and administering PWs in all categories of work. Audit Ready Documentation Throughout the duration of the project, the City will be provided with access to TDMSportal, which will include all project documentation and reports required by FEMA for review. Thompson’s documentation process mirrors the FEMA GrantsPortal to expedite the submittal and review process. For example, all reconciled invoices are delivered to the City for submission to FEMA as audit ready packages which include the contractor invoice, all supporting data in MS excel, Thompson’s payment recommendation, and an Adobe PDF of all associated load and unit tickets. Upon project completion, Thompson will provide the City with a final report that captures all reconciled cumulative project totals, TECHNICAL APPROACH & METHODOLOGY 3 – 20 with quantities broken out by debris type, DMS site, and final disposal location. A separate cost report, broken out by contract line item, will also be provided at project completion. Audit Support To the extent necessary, Thompson will provide the City with first and second appeal support for unfunded or de-obligated disaster related projects or initiatives that the City and Thompson mutually agree may be determined eligible by FEMA based on a re-review of existing project documentation or other review of new information presented to substantiate the eligibility of the project. 4 – 1 TAB 4 Staffing & Resources Capacity Contractual Obligations Thompson strongly believes that responsible disaster response consultants should disclose their commitments so that perspective clients can gauge whether they can reliably provide critical resources in the event of mobilization. To ensure that we can deliver the full force of manpower committed in our proposal, Thompson limits its stand-by commitments to ensure that we can responsibly exceed our clients’ expectations. Thompson is fully prepared to respond to both large and small disaster incidents, our technical approach is carefully developed to be scalable and flexible so that we remain extremely responsive and provide the appropriate level of resources required by our clients. Thompson Consulting Services has never failed to respond to a client or had a contract terminated. The following table includes a list of Thompson’s current stand-by contract commitments. Table 4-1: Current Executed Contracts Contracts by State Alabama Alabama Department of Transportation Ono Island, Property Owners Association Alexander City, City of Orange Beach, City of Dauphin Island, Town of Prichard, City of Mobile, City of Saraland, City of Mobile County Spanish Fort, City of California Sonoma County Florida Altamonte Springs, City of New Port Richey, City of Apopka, City of New Smyrna Beach, City of Bonita Springs, City of North Palm Beach, Village of Boynton Beach, City of Ocala, City of Casselberry, City of Ocean Ridge, Town of Citrus County Ocoee, City of Cocoa, City of Orlando, City of Collier County Ormond Beach, City of Daytona Beach, City of Oviedo, City of DeBary, City of Palm Beach County School District Deland, City of Palm Beach County Solid Waste Authority Delray Beach, City of Pasco County Deltona, City of Pinellas County DeSoto County Plant City, City of Edgewater, City of Port Orange, City of Escambia County Putnam County Flagler County Sanibel, City of Fort Lauderdale, City of South Bay, City of Fort Myers, City of South Daytona, City of Gulf County St. Lucie County Hendry County Stuart, City of Hialeah, City of Sumter County Hillsborough County Tampa, City of STAFFING & RESOURCES CAPACITY 4 – 2 Contracts by State Holly Hill, City of Taylor County Lake Worth, City of Venice, City of Lake Worth Drainage District Vero Beach, City of Lakeland, City of Volusia County Largo, City of Wellington, Village of Lee County West Palm Beach, City of Lee County, School District of Winter Garden, City of Georgia Banks County Macon-Bibb County Chatham County Thomas County Effingham County Union County Fannin County Valdosta, City of Lowndes County Wayne County Lumpkin County Ware County Iowa Iowa Dept. of Administrative Services Marion, City of Kansas Olathe, City of Topeka, City of Kentucky KY Transportation Cabinet Mayfield, City of Louisville / Jefferson County Metro Government Louisiana Ascension Parish Sabine River Authority Baton Rouge, City and Parish of East Shreveport, City of Beauregard Parish Southeast Louisiana Flood Protection Authority Calcasieu Parish St. Bernard Parish Denham Springs, City of St. John the Baptist Parish Denham Springs Housing Authority St. Martin Parish Iberia Parish St. Tammany Parish Grant Parish Terrebonne Parish Jefferson Parish Vermilion Parish Jefferson Davis Parish Vernon Parish Livingston Parish Winn Parish Natchitoches, City of Maryland Ann Arundel County Howard County Harford County Mississippi Gautier, City of Pascagoula, City of Jackson County New Mexico New Mexico Department of Transportation New York Nassau County North Carolina Apex, Town of Kitty Hawk, Town of Brunswick County Mateo, Town of Carteret County Mooresville, Town of Currituck County New Hanover County Dare County North Carolina Department of Public Safety Duck, Town of North Carolina Department of Transportation STAFFING & RESOURCES CAPACITY 4 – 3 Contracts by State Greenville, City of Rocky Mount, City of Iredell County Southern Shores, Town of Jacksonville, City of Swansboro, City of Kill Devil Hills, Town of Wilmington, City of Oklahoma Norman, City of Tulsa, City of Sand Springs, City of Oregon Eugene, City of Puerto Rico Authority for the Financing of the Infrastructure Department of Transportation and Public Works South Carolina Charleston County Parks & Recreation Commission Newberry County Charleston, City of North Myrtle Beach, City of Florence, City of South Carolina Department of Transportation (SCDOT) Georgetown County Williamsburg County Horry County York County Horry County Solid Waste Authority (HCSWA) Tennessee Blount County Gatlinburg, City of Carter County Lakesite, City of Cocke County Putnam County Cookeville, City of Wilson County Texas Aransas County Midlothian, City of Bell County Orange, City of Chambers County - Alternate Orange County Cook County Pearland, City of Denton County Pharr, City Ellis County Polk County Fort Worth, City of Richardson, City of Friendswood, City of Santa Fe, City of Galveston County Silsbee, City of Hardin County Smith County Harris County – Alternate Sour Lake, City of Houston, City of Sugar Land, City of Houston-Galveston Area Council (H-GAC) Tarrant County Kaufman County – Alternate Texas City, City of Jackson County Trinity Bay Conservation District Lake Jackson, City of Tyler, City of Lumberton, City of Waller County McKinney, City of Wharton County Virginia Central Virginia Waste Management Authority (CVWMA) Newport News, City of Chesapeake, City of Norfolk, City of Chesterfield County Prince William County Washington Tacoma, City of STAFFING & RESOURCES CAPACITY 4 – 4 Thompson is fully prepared to respond to both large and small disaster incidents, our technical approach is carefully developed to be scalable and flexible so that we remain extremely responsive and provide the appropriate level of resources required by our clients. Capacity to Simultaneously Respond Thompson can deploy resources quickly and efficiently in disaster situations across the country and following major disaster events that require simultaneous multi- state, region, and local level contract activations. Responding to a major disaster incident often requires mobilizing and performing simultaneous operations in multiple cities and counties throughout the state. We are equipped and prepared to perform services in a state-wide response and possess the technology to electronically document and track disaster debris removal. The following table summarizes Thompson’s response to recent major disaster events requiring simultaneous contract activations. Table 4-2: Major Disaster Events and Simultaneous Contract Activations Disaster Event Contract Activations 2024 Hurricanes Beryl, Debby, Helene, and Milton 72 2023 Hurricane Idalia 7 2022 Hurricane Ian 30 2021 Hurricane Ida 10 2020 Hurricanes Laura, Sally, and Zeta 17 2018 Hurricane Michael 6 2017 Hurricanes Harvey, Irma, and Maria 54 2016 Hurricane Matthew 27 We recognize that each disaster situation is going to be different. Although we are able to leverage our extensive experience and capabilities, we are also prepared to draw on resources intelligently, prioritize efficiently, and act decisively when facing new challenges. In order to do this, Thompson promotes a collaborative working relationship with our clients and their debris removal contractors. Recent disaster incidents, including Hurricanes Beryl, Debby, Helene, and Milton in 2024, Hurricane Ian in 2022, Hurricane Ida in 2021, Hurricanes Laura, Sally, and Zeta in 2020, Hurricane Florence and Michael in 2018, Hurricanes Harvey, Irma, and Maria in 2017, and Hurricane Matthew in 2016 have tested and enhanced Thompson’s managerial capabilities across the United States. Large Scale ADMS Deployment to Monitor All Types of Debris Collection: Thompson’s ADMS deployment following Hurricanes Beryl, Debby, Helene, and Milton in 2024 was one of the largest simultaneous ADMS deployments in history, with over 3,000 units deployed to over 72 work locations. Thompson’s ADMS units were configured to monitor the collection of over 32 million cubic yards of disaster related debris. Thompson’s ADMS system (TDMSmobile) has been configured to monitor the removal of vegetative, construction and demolition (C&D), white goods, household hazardous waste, animal carcasses, sand, waterway, and private property debris removal. Staffing Execution Plan: Thompson maintains a professional recruiting and staffing department in-house so that we can respond quickly and efficiently to surge staffing demands. We maintain a network of over 1,000 potential field monitors on call to supplement monitors sourced locally. When recently tasked with ramping up quickly, efficiently, and simultaneously over a six (6) state area following Hurricane Helene, Thompson relied on dedicated resources that owned the ramp-up process. We did not, and do STAFFING & RESOURCES CAPACITY 4 – 5 not currently, rely on any third-party staffing firms that do not understand the disaster business. This is critical to our success when responding to small- and large-scale mobilizations. Thompson is proud of our response time record and our ability to deploy resources quickly and efficiently in disaster situations across the country. Thompson maintains a professional recruiting and staffing department in-house so that we can respond quickly and efficiently to surge staffing demands regardless of the size and scale of the disaster incident. As an example of our staffing abilities, we have summarized our response times to previous disasters and resources deployed in the following table. Table 4-3: Previous Response Times and Resources Deployed Disaster Year Number of Clients Response Time Field Staff Hired Hurricane Milton (FEMA DR-4834) 2024 28 Within 12-24 hours of NTP 2,690 Hurricane Helene (FEMA DR-4827 - 4831) 2024 33 Within 12-24 hours of NTP 3,110 Hurricane Beryl (FEMA-DR-4738) 2024 11 Within 12-24 hours of NTP 2,130 TX Severe Storms (FEMA DR-4781) 2024 6 Within 48 hours of NTP 730 Hurricane Idalia (FEMA-4738, 4734) 2023 10 Within 12-24 hours of NTP 240 Hurricane Ian (FEMA DR-4673) 2022 30 Within 12-24 hours of NTP 2,538 Kentucky Severe Winter Storm (FEMA DR-4592) 2021 1 Within 48 hours of NTP 529 Hurricane Ida (FEMA DR-4611) 2021 13 Within 12-24 hours of NTP 2,900 Hurricane Sally (FEMA DR-4563,4564) 2020 10 Within 12-24 hours of NTP 1,425 Hurricane Dorian (FEMA DR-4465) 2019 2 Within 24 hours of NTP 160 Hurricane Michael (FEMA DR-4399, 4400) 2018 13 24 hours prior to NTP 1,300 Hurricane Florence (FEMA DR-4393, 4394) 2018 13 48 hours prior to NTP 989 Hurricane Maria (FEMA DR-4339) 2017 1 Within 24 hours of NTP 1,200 Hurricane Irma (FEMA DR-4337, 4338) 2017 47 Within 12-24 hours of NTP 1,600 Hurricane Harvey (FEMA DR-4332) 2017 6 Within 12 hours of NTP 200 Hurricane Matthew (FEMA DR-4283-86) 2016 17 48 hours prior to NTP 600 Louisiana Severe Flooding (FEMA DR-4277) 2016 2 24 hours prior to NTP 440 South Carolina Severe Flooding (FEMA DR-4241) 2015 1 Within 48 hours of NTP 55 Winter Storm Pax (FEMA DR-4166) 2014 6 Within 48 hours of NTP 475 Financial Capacity Thompson has been in business for over 72 years. We are financially stable and have the necessary personnel, equipment, and financial resources to meet contractual obligations and can provide services at the level required. Thompson has both the financial capacity and the access to credit necessary to commence and continue project operations both before and while federal and/or state funds are approved. Through project initiation and implementation Thompson has demonstrated our capacity to perform monitoring programs prior to the obligation of grant funds. STAFFING & RESOURCES CAPACITY 4 – 6 In addition, Thompson’s financial condition and credit rating is “Excellent” through our banking institution, and we consistently maintain a bonding capacity of over $25 million. Thompson maintains the ability to meet the bonding requirements as set forth in the Request for Proposal. Our goal is to provide the highest level of consulting services to our customers in a cost-effective manner. Through the attainment of this goal, we have been able to develop long-lasting relationships with our clients which have allowed our Company significant growth over the years. Dedicated Project Team Thompson is committed to staffing the City’s debris monitoring and recovery services requirements in accordance with the staffing and key personnel proposed herein. Our technical approach is designed to be scalable in nature in order to effectively respond to both minor and catastrophic debris generating events as well as adjust to the changing needs of the City throughout the recovery process. The following organizational chart graphically presents Thompson’s proposed project staffing and key personnel. Thompson maintains the personnel and resources necessary to fulfill the City’s requirements, however, should the scope of services expand or the City’s needs change, we are prepared to provide alternative or back-up staff accordingly. Figure 4-1: Organizational Chart Key Personnel Overview JON HOYLE will serve as the Principal-in-Charge for the City and provide support as needed to ensure project operations are in accordance with the City’s expectations. Mr. Hoyle has over nineteen years of experience providing management and oversight for disaster response and recovery efforts and grant writing administration / program management throughout the Nation. He has managed 75 projects under contracts that total over $2.5 billion in grant administration and recovery efforts that required the mobilization of over 5,000 field and professional personnel over the past 10 years. His programmatic experience includes FEMA-PA, FHWA-ER, NRCS-EWP, HUD-CDBG, FEMA-HMGP, and others. STAFFING & RESOURCES CAPACITY 4 – 7 SIMON CARLYLE will serve as the Client Liaison for the City and serve as a direct point of contact to address the City’s needs throughout the term of the contract. Mr. Carlyle has over eighteen years of experience working with state and local governments providing disaster debris removal monitoring services. He has responded to over 30 disaster incidents and has extensive knowledge of federal, state, and local policies and reimbursement guidelines. OLIVER YAO will serve as the Project Controller for the City to oversee contractual requirements and budget expectations. He will also make certain project operations are implemented in accordance with the contract and task order(s) issued by the City. His experience spans seventeen years providing program management and oversight of disaster response and recovery projects following hurricanes, tornadoes, ice storms, wildfires, and other debris generating incidents. Mr. Yao is a subject matter expert in FEMA Public Assistance criteria and documentation standards and has overseen the data management and documentation of over 116 million cubic yards of debris over the course of his career. TIFFANY THOMPSON will serve as the Project Manager for the City and oversee day-to-day operations of the project and will also work closely with the City’s debris hauler to coordinate crew requirements and scheduling. She has over ten years of experience and has managed FEMA funded debris removal projects in Florida, Louisiana, North Carolina, and South Carolina. Most recently, Ms. Thompson assisted the City of Fort Myers, Florida, during recovery efforts following Hurricanes Milton in 2024 and Hurricane Ian in 2022, which accounted for over 1M cubic yards of debris. CONNIE STEWART will serve as the Alternative Project Manager on behalf of the City. Ms. Stewart has over seventeen years of experience managing debris monitoring and data management operations throughout the Southeast. She has served as both operations and project manager for multiple projects resulting in the removal of over 500,000 cubic yards of debris including serving as a project manager on behalf of the City of Sanibel following the impacts of Hurricane Ian and Hurricane Milton. She worked closely with City officials and City contractors to oversee debris removal operations resulting in the removal of over 2.6M cubic yards of debris. NICOLE LEHMAN will serve as the Planning and Preparedness Lead / Alternative Client Liaison for the City. Ms. Lehman has sixteen years of disaster response and recovery experience. She is well versed in the programs, agencies, procedures, and regulations involved in successfully running disaster debris management operations. In addition, Ms. Lehman provides annual training to many of our clients, including the City of Fort Lauderdale, Florida, regarding debris removal monitoring operations and FEMA policy guidance. DANNY GARDNER will serve as the Data Manager for the City. Mr. Gardner has served as a data manager, program manager and grant management consultant for multiple federally funded grant programs on projects totaling approximately $2 billion. His extensive understanding of the eligibility requirements, federal regulations and policies across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. JONATHAN CLARK will serve as the FEMA Coordination / Cost Recovery Specialist and work directly with the City as needed to oversee the financial recovery of all eligible costs associated with FEMA PA and FHWA-ER activities. Mr. Clark began his career in disaster recovery as a FEMA employee in Louisiana following Hurricane Katrina. Since that time, Mr. Clark has served as a grant management consultant for both Grantees and Applicants/Sub-Grantees, giving him experience in all roles involved in the FEMA Public Assistance grant program. Having served clients at the local, state and federal level, Mr. Clark has managed the financial recovery of communities receiving more than $2.5 billion in federal funding. STAFFING & RESOURCES CAPACITY 4 – 8 PATRICK GARDNER will provide GIS and mapping support to the City. Mr. Gardner has over nine years of experience and has supported recovery operations in this capacity for several large-scale, multi- state, region, and municipal disaster incidents. He is well versed in ESRI ArcGIS applications and utilizing geospatial data to convey project operations and progress. Mr. Gardner is also a Federal Aviation Administration Certified Remote Pilot for Small Unmanned Aircraft. Additional qualifications and resumes for Thompson’s proposed Project Management Team have been provided in Tab 2, Experience, Qualifications & References. Key Personnel Availability The following graphic represents the current commitment over the next year of key members of the assigned project personnel. The exact number of dedicated days of each assigned staff member as well as the various quantity of staff and technical expertise will vary depending on the severity and length of a disaster event and the subsequent recovery process. Figure 4-2: Availability – Assigned Personnel Dedicated Point of Contact with Thompson Thompson will provide a dedicated project team to ensure that debris removal programs are managed and documented properly to maximize available federal reimbursement. Thompson’s dedicated Client Liaison, Simon Carlyle, will be available to the City for the duration of any resulting contract and during all stages of disaster planning and/or recovery acknowledging all communication and information requests within 24-hours of receipt. In addition, we have provided the contact details for the City’s dedicated Project Manager, Tiffany Thompson, below. Tiffany will work closely with the City during disaster recovery efforts and assist in training as needed. Simon Carlyle, Client Liaison – Vice President 2601 Maitland Center Parkway, Maitland, FL 32751 O: 407.792.0018 |C: 504.252.8850 |F: 407.878.7858 E-mail: scarlyle@thompsoncs.net Tiffany Thompson, Project Manager 2601 Maitland Center Parkway, Maitland, FL 32751 O: 407.792.0018 |F: 407.878.7858 E-mail: tthompson@thompsoncs.net Thompson maintains the experience, personnel, and resources necessary to fulfill the scope of work required by the City. Following a future disaster, the City can expect the priority treatment that Thompson is committed to delivering. 0%10%20%30%40%50%60%70%80%90%100% Simon Carlyle Jonathan Clark Nicole Lehman Danny Gardner Connie Stewart Tiffany Thompson Oliver Yao Jon Hoyle Current Utilization Availability STAFFING & RESOURCES CAPACITY 4 – 9 Local Debris Removal Monitor Labor Force Sourcing Thompson’s proposed staffing plan is designed to be flexible and scalable so that we can effectively and efficiently respond to the City’s needs. We maintain a staff of full-time and on-call disaster debris monitoring experts, consultants and supervisors that will be available to support the implementation and management of debris removal monitoring operations. In addition, Thompson maintains professional human resources and recruiting staff that have over 13 years of experience in disaster response and recovery services available to assist in identifying and placing personnel. It is Thompson’s intent to fill temporary debris monitoring positions with qualified City residents in need of work. Thompson will provide qualified residents with safety training and on the job training with experienced debris monitoring supervisors. Thompson is the only debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screenings for its temporary employees. This practice results in a team of monitors that is both safe and committed to quality. We will make sure that all local hires are properly trained prior to being deployed to monitor a debris removal crew. In addition, this effort will help residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. Thompson maintains a national recruiting and hiring database comprised of over 19,500 temporary and on-call debris removal monitors, field supervisors, inspectors, etc. that have previously served in such roles with Thompson following a disaster event. This includes more than 9,500 Florida residents who can be contacted to expedite and supplement disaster recovery needs. Local hiring is prioritized; however, Thompson has the capacity to supplement the City’s staffing as needed. Thompson has made a tremendous investment in our personnel, resources, technology, and tools to have the flexibility and scalability necessary to be an industry leader in debris monitoring. Part of this investment is in a proven process to identify, train, and equip local hires in a safe manner in extremely short periods of time. Additional details about Thompson’s mobilization process and project operations have been provided in Tab 3, Technical Approach & Methodology. Equipment Resources Thompson has provided disaster recovery services to various clients over the years; on past projects we have not had any issues with supplying sufficient amounts of equipment and supplies. However, we do have pre-event contracts in place to provide additional supplies as needed within 24-hours. All equipment listed will be available to support the City during preparedness measures and post-disaster operations. The following items are supplied to field personnel prior to mobilization: • Safety Equipment: Hard hats, safety glasses, and safety vests are provided to all personnel. All personnel are required to wear steel-toed boots at their own expense. Field supervisors are provided with medical kits. • Communication Device: Cell phones, and/or radios are provided to our field personnel based upon project needs. 3,100+ field staff recruited & hired following Hurricane Helene STAFFING & RESOURCES CAPACITY 4 – 10 • Laptops and Portable Printers / Scanners / Copiers / Fax Machines: These items are provided to the Thompson Team’s management personnel for use in vehicles or mobile command centers as needed. • Additional Field / Office Supplies: All necessary forms (field documents, truck certification, etc.) and office supplies are kept in stock and provided prior to mobilization. A listing of our office and field equipment is shown in the following table. Table 4-4: Available Field Equipment Resources/Field Equipment Quantity Resources/Field Equipment Quantity Southeast Offices 26 Full Time Employees 550 ADMS Sets 3,500 Stand-by Disaster Recovery Employees 1,200 Computer – Desktop Station 175 Printers / Copier – Color Laser 100 Computer – Laptop 175 Printers – Black and White Laser 25 Starlink Units 33 Printer / Copier / Scanner / Fax– Portable 30 MiFi Access Point 50 Digital Cameras 25 Communication – Cell Phones 213 Handheld GPS Units 100 Communication – Radios 83 Boats (12’ to 22’) 10 Communication – Desktop Phones 350 Trucks 6 Thompson staffs a full-time equipment and logistics team that performs rigorous quality control tests on all equipment utilized during project operations both before deployment and upon return from the field. Depending on the size and severity of an event, a member of this team is either deployed or is made available virtually and in real-time for the duration of a project to ensure equipment is configured and working properly. A complete inventory of equipment is done quarterly to account for and replace lost or damaged field items. In addition, Thompson maintains several storage locations in the Southeast including in Maitland, Florida, and Mobile, Alabama. Connectivity Equipment Dependable infrastructure and communication access is not only necessary during immediate project staffing or mobilization, but also throughout project operations to ensure quicker and more efficient data collection and reporting. Therefore, Thompson has invested in 33 highly portable Starlink units that allow access to high-speed internet via satellites to clients across the United States and Caribbean. Although our debris removal monitoring technologies, such as TDMSmobile detailed within our proposal response have a disconnected architecture and are fully operational in a post storm environment where cellular networks are compromised or destroyed, the Starlink units give field teams the ability to move from a disconnected environment with nightly data uploads to near-real time, connected operations. This allows for quicker reporting and data QA/QC activities. Additionally, these units support Wi-Fi calling and texting increasing communication and safety of field teams located in remote or desolate areas. Thompson’s Starlink units have been utilized on the following projects: 2022 Puerto Rico: units were utilized following Hurricane Fiona on the western portion of the island where cell connectivity was scarce. STAFFING & RESOURCES CAPACITY 4 – 11 2022 Southwest Florida: units were deployed to the barrier islands following the devastating impacts of Hurricane Ian which completely destroyed cellular connectivity and communications infrastructure. 2023 New Mexico: units were used to support field operations and local data center in the Calf Canyon / Hermits Peak area following widespread fires throughout remote areas of northern New Mexico. 2024 Florida, Georgia, South Carolina, North Carolina, Tennessee: units were deployed to support field operations and local data centers in response to widespread, catastrophic damage across remote areas of the southeast caused by back-to back hurricanes Debby, Helene, and Milton. 5 - 1 TAB 5 Cost of Consulting Services Thompson has invested considerable resources in order to improve the efficiency of our administrative and accounting services, as well as our training and logistics operations. In turn, we pass on these efficiencies to our clients in the form of cost savings and no cost services. We understand the importance of minimizing costs and as such will not charge the City for positions that are duplicative in nature or unnecessary to perform the scope of services requested. Thompson has provided hourly rates separately within the City’s bid system, as requested. 6 – 1 TAB 6 Compliance & Reporting Reporting Thompson collects a large amount of information from field operations daily and can provide our clients a variety of reports, maps, and dashboards to summarize this information. We develop and manage all reports in-house and can customize each product based on the client’s reporting needs and program configuration. Daily Debris Collection Report: Thompson’s Daily Debris Collection Report is produced each day and summarizes the previous day’s field activities as well as providing project metrics and trend reporting. This can include, daily and cumulative haul totals or unit counts for each type of debris collected along with several other totals and statistics including but limited to: • Date of reporting, client, disaster number, project, and contract number • Summary of the previous day’s activities • Number of contractor certified equipment in field • Total number of monitors in the field • Minimum, maximum, and average load size • Average load call percentage • Days from debris removal start date • Days from FEMA Disaster Incident start • Disposal locations with debris totals The main body of the report contains standard reporting metrics to meet the requirements of FEMA, however, Thompson can adjust the Daily Debris Collection Report to also meet the needs of any additional contractual (e.g., requirement of minimum contractor trucks in field within a certain hours/days timeframe) or local needs (e.g., collection or political zones or districts). A sample report has been included as Exhibit 6-1 following this section. GIS Mapping and Dashboards: Thompson can also provide project data through GIS mapping and dashboards that also display real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. Figure 6 -1: Project Operations Dashboard COMPLIANCE & REPORTING 6 – 2 Our goal is to provide efficient and effective insight into the debris removal and recovery operation through a customized approach to avoid submitting an unnecessary or overwhelming amount of “off the shelf” reports. Field Documentation: Thompson captures a variety of physical and digital field documentation through logs and our automated debris management system. Unique to Thompson, our process retains one physical copy of the electronic receipts created at the disposal site or in the field for unit rate work. These paper copies are housed with the other paper field logs throughout the life of the project as a backup for any technical issue that may arise in the field. Additional copies of the paper ticket are provided to the truck driver, scale house (if applicable) and the debris contractor representative. TDMSportal: A main component of TDMS, the TDMSportal, serves as the client and contractor information center. The TDMSportal provides real-time access to project related documents and data, including but not limited to: • Contract documents • Environmental permits • Truck Certifications • Ticket and image details • Daily Reports • Maps (live, progress, pass, roadway) • Contractor invoice packages • Monitor invoice packages Additional information on Thompson’s utilization of TDMS for disaster debris removal programs, data management and reporting are included in Tab 3, Technical Approach & Methodology. EXHIBIT 6-1: SAMPLE REPORT ***All data contained in this report is estimated until final reconciliation has occurred*** Daily Report For: Client: Lee County Mission: Florida Hurricane Ian DR-4673-FL Debris Hauler: Crowder Gulf Report Generated On: Total Loads Collected: Average Loads per Truck/Trailer: Average Load by CYD: Minimum Load by CYD: Maximum Load by CYD: Days from Debris Removal Start: Days from FEMA Disaster Incident Start: 02/06 Haul in Trucks/Trailers: 02/06 Haul out Trucks/Trailers: - Cubic Yards per Day Tickets per Day 138 Cubic Yards per Day Truck & Trailer Count per Day Hazardous Hanging Limbs Hazardous Trees (All Size) - 31 51 318 4 65 DAILY DEBRIS ACTIVITY REPORT Monday, February 6, 2023 Monday, February 6, 2023 2/6/2023 2/7/2023 125 Monitor Count per Day - 121 EQUIPMENT HAUL IN TREND TREE WORK TREND 1/31 12,223 2/01 10,998 2/02 8,497 2/03 7,904 2/04 10,696 2/05 7,009 2/06 9,955 1/31 11,339 2/01 9,755 2/02 9,467 2/03 8,754 2/04 6,967 2/05 5,251 2/06 10,863 1/31 19 2/01 - 2/02 7 2/03 - 2/04 - 2/05 - 2/06 - 108 95 81 74 67 59 81 6 5 6 3 1 2 1 1/31 2/1 2/2 2/3 2/4 2/5 2/6 Haul Trucks Unit Trucks FIELD MONITORS 2/2 61 2/3 63 2/4 64 2/5 52 02/06 64 DAILY SUMMARY HAUL OUT TREND © Thompson Consulting Services 2022 Daily Debris Activity Report Page 1 of 10 ***All data contained in this report is estimated until final reconciliation has occurred*** Daily Report For: Client: Lee County Mission: Florida Hurricane Ian DR-4673-FL Debris Hauler: Crowder Gulf Report Generated On: DAILY DEBRIS ACTIVITY REPORT 2/6/2023 2/7/2023 Construction & Demolition (CD) Concrete Vessel Dirty Sand Dirty Sand (Morning of 02/07) HHW Waterway Vegetation Waterway C&D Reuse Mulch 1 36 484 10,375 - - 1,719 67,615 - - 90 3,412 Waterway Collection Totals - - 1,809 71,027 43,456 5,983,646 CYD Loads CYD Project to Date Debris Type Loads Monday, February 6, 2023 Daily Collection 40 68 Clean Sand Soil - - 4,296 125,076 9,192 Loads CYDDebris Type Mulch 25 2,773 5,301 - - Project to DateDaily Collection Monday, February 6, 2023 ROW Haul In Collection Detail 5,579 71,311 581,688 - - 11 598 206 CYD Collection Totals Vegetation Loads 9,955 CYDLoadsCYD 3,682,331 - 2,146,767 - Tons Processed Debris Haul Out Detail Monday, February 6, 2023 110 CYD Sand CD 19 1,369 179 143,575 120,745 Debris Type Loads 1 3 200 402 Tonnage Collection Totals 1 3 200 402 CYD - Debris Type Loads - 4,631 Compact CD 6,721 944,316 5,483 95 112 10,863 19,008 Debris Type 1,663,253 All Haul Out Totals Loads Tons Loads Project to Date Waterway Haul In Collection Detail Daily Haul Out 7,542 4,340 © Thompson Consulting Services 2022 Daily Debris Activity Report Page 2 of 10 7 - 1 TAB 7 Other Forms Thompson has completed and included the following forms in the subsequent pages of this section and as separate uploads within the City’s bid system. • W-9 • Scrutinized Companies and Business Operations Certifications • Exhibit C: Disclosure of Lobbying Activities • Compliance with Anti-Human Trafficking Laws • State of Florida Certificate of Good Standing State of Florida Department of State I certify from the records of this office that THOMPSON CONSULTING SERVICES,LLC is a Delaware limited liability company authorized to transact business in the State of Florida,qualified on May 5,2011. The document number of this limited liability company is M11000002276. I further certify that said limited liability company has paid all fees due this office through December 31,2024,that its most recent annual report was filed on May 1,2024,and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifteenth day of April,2025 Tracking Number:2813007044CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication RFP 25-25 | Debris Monitoring Services Interview Presentation | 6/12/2025City of Clearwater 2INTRODUCTIONSPresentation Team PRESENTATION OVERVIEWAgenda 3Firm IntroductionResponse to Questions:1. Monitoring Process & Compliance2. Technology Solutions 3. Subcontractors & Accountability 4. PricingValue Added ServicesClosing •Thompson has supported state and local governments through our family of companies since 1953 and provided disaster response and recovery services since 1979following Hurricane Frederic•Thompson Consulting Services was established in 2011to solelyprovide disaster response and recovery services•Thompson is a 100%employee-owned company explicitly focused on the goals and needs of our clients•Advanced and proven technology solutions including proprietary automated debris management system (ADMS) and innovative geospatial intelligence services•Headquartered in Maitland, Floridalocated less than two (2) hours from the City with capacity to support uninterpreted operations through 90-days–Equipment storage facilities–Mobile command center–33 Starklink devices4FIRM INTRODUCTIONThompson Consulting Services, LLC–3,500 ADMS units–Staffing team with over 9,500 previous FL hires 5APPROACH TO SCOPE OF WORKCan you walk us through your monitoring process to ensure accurate reporting and compliance with state and federal standards? •Thompson’s approach to providing disaster debris removal and disposal monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. –Proposed personnel are not only policy experts, but experienced practitioners –Dedicated client liaison throughout the term of the contract to assist in local, state, and federal policies and standards and changes 6MONITORING PROCESS & COMPLIANCECan you walk us through your monitoring process to ensure accurate reporting and compliance with state and federal standards?•Thompson’s process was developed and backed by industry experts with over 75years of combined experience •Data capture complieswith local, state and federal regulations, including the latest FEMA PAPPG guidelines •System was designed to provide project information and reporting in an audit-readyformat 7TECHNOLOGY SOLUTIONSWhat technology or tracking systems do you use to document debris removal and prevent fraud or misreporting?Thompson’s ADMS Solution •Thompson’s proprietary automated debris managementsystem (ADMS), the Thompson Data Management Suite(TDMS), was developed in-house with over 75years and$5.5billion of industry knowledge and experience •TDMS provides near real time debris collection data toapplicants, grantees, FEMA, FHWA, debris removal contractors, and others without disrupting the speed of the recovery•Thompson owns and maintains TDMS and does not lease any part of our ADMS solution from an alternate provider•TDMS meets the USACE ACI ADMS specifications and integrates with USACE uCOPdashboard •TDMS has been deployed on nearly every FEMA eligible disaster debris removal monitoring project Thompson has performed since 2012 •Thompson has documented over 165million cubic yards of debris utilizing TDMS •TDMSmobile: is an ADMS hardware solution to manage and monitor debris recovery missions electronically in the field utilizing a handheld device and hip printer. Operates on a disconnected architecture and is fully operational in a post storm environment.•TDMSweb: web-based application that serves as the backboneof the TDMS for storage and data management. Provides access to viewing, querying, sorting, reporting, mapping, and managing project related data and documents. •TDMSmaps:web-based GIS application that integrates geospatial and relational data to enhance project management capabilities. Access to live, boundary, progress and query maps, etc. •TDMSportal:web-based portal that serves as the client and contractor information center for contract documents, project costs, electronic tickets, accounting transactions and invoices. Increases transparency and efficiency. •Through the implementation of these technologies, TDMS limits the propensity for human error, fraud, data entry error, and reconciliation challenges resulting in efficiencies, increased accuracy, and cost savings8TECHNOLOGY SOLUTIONSWhat technology or tracking systems do you use to document debris removal and prevent fraud or misreporting? TECHNOLOGY SOLUTIONS•Thompson is continually developing project management tools and resources through the use of geospatial intelligence –Estimated production and project cost can be geospatially displayed through Thompson’s customized mapping products available in TDMS –Utilize computer database logic to provide routine quality assurance and quality control measures to protect against fraud, waste, abuse and mismanagement of funds•Mapping and project management tools include: –Project progress and completion mapping–Road and boundary integration–Collection and analysis of 2D and 3D imagery•Pre- and post-work site/road mapping with 360° imagery–AI modeling–Custom hub sites and dashboards to support program management, reporting and transparency •ESRI Partner Network9What technology or tracking systems do you use to document debris removal and prevent fraud or misreporting?360° BEFORE360° AFTER 10SUBCONTRACTORS & ACCOUNTABILITYCan you describe how your company manages subcontractors and ensures accountability throughout the debris removal process?•Thompson promotes a collaborative andtransparentworking relationship with the City and its debris removal contractor(s)•TDMSportalhelps to ensure accountabilityduring all phases of recovery operations with stringent QA/QC procedures for data analysis–On demand access to ticket data and supporting photos (LHS)–Total projected costs, total amount invoiced, and total amount pending billing–Count of loads by collection truck–Trip time per load–Trip distance–Average load call by truck–Average load call by disposal monitor–Count of loads by collection location•Thompson’s proprietary ADMS is configured to discretely documentand manage multiple contractors and types of debris that have been approved for collection 11PRICINGYour proposal did not include a pricing exhibit or all your services. Could you provide an explanation?•Proposed rate structure was built with an understandingof the scope of work requirements and backed by experience performing similar service̶Thompson’s proposed rates are comparable to Pinellas County•Thompson’s ADMS technology allows us to run efficient operations and reduce overall cost•The following additional rates may be needed to support the scope of services requested by the CityAdditional Costs Associated with the Scope of ServicesUnit CostUnit of MeasureDescriptionLine Item$ 69.00 Rate Per HourProject Manager1$ 49.00 Rate Per HourDebris Supervisor2$ 36.00 Rate Per HourLoading Site/Disposal Monitor3$ 55.00 Rate Per HourData/GIS/Billing Analyst4 12VALUE ADDED SERVICES•Annual pre-certification of City-owned vehicles*–Distinct separation of force account and third-party debris hauler efforts•Collaboration with the City and debris hauler to identify DMS locations*•Annual scenario-based meeting with stakeholder(s) to clearly identify post-disaster roles and responsibilities* •Dedicated team of PA consultants through project closeout * Services provided at no cost to the City •Assisted more than 390clients with recovering over $5.5billion•Responded to 8federally declared disaster incidents in the State of Florida supporting over 82local and state clients monitor the removal of over 46million cubic yards of disaster debris•Experience with Coastal communities –City of Sanibel–Ft. Myers Beach–City of Tampa•Thompson staff is versatile, highly qualified and committedto quality service and safety•USACE certified and implemented automated debris management system (ADMS)•Enhanced technology solutionsfor project efficiencies13CLOSINGBenefits of Thompson Consulting Services̶Hillsborough County̶Volusia County̶City of Daytona Beach June 12, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division has completed the evaluation process for RFP No. 25-25, Debris Monitoring Services. The top-ranked firms have been shortlisted, and an awarded recommendation is being made to Thompson Consulting Services LLC, the highest-ranked firm. The ranked firms in order are as follows: 1) Thompson Consulting Services, LLC 2) Tetra Tech, Inc Negotiations will commence 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 Council’s authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst I at (727) 444- 7902, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Leslie Greve Leslie Greve Procurement Analyst I 1) Debris Tech, LLC 2) Disaster Program & Operations Inc. 923 Goodyear Blvd 830-13 A1A North, #674 Picayune, MS 39466 Ponte Vedra, FL 32082-3557 3) Tetra Tech, Inc.4) Thompson Consulting Services, LLC 2301 Lucien Way, Suite 120 2601 Maitland Center Parkway Maitland, FL 32751 Maitland, FL 32751 (321) 441-8564 (407) 792-0018 ADVERTISED: TAMPA BAY TIMES 4/9/2025 POSTED:myclearwater.com 4/3/2025-5/2/2025 Due/Opening: May 2, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 25-25 Debris Monitoring Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9807-25 2nd rdg Agenda Date: 8/7/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9807-25 on second reading, annexing certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Florida 33759 with certain rights-of-way of Union Street, Soul Road, and County Road 193, Clearwater, Florida 33759 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9807-25 ORDINANCE NO. 9807-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTIES LOCATED ON THE NORTH AND SOUTH SIDE OF SUNSET POINT ROAD, APPROXIMATELY HALF WAY BETWEEN US HIGHWAY 19 AND MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 2885 AND 2860 SUNSET POINT ROAD, AND AN UNADDRESSED PARCEL ON SUNSET POINT ROAD, CLEARWATER, FLORIDA 33759, TOGETHER WITH CERTAIN RIGHTS-OF-WAY OF UNION STREET, SOULE ROAD, COUNTY ROAD 193 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for legal descriptions. (ANX2024-09007) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9807-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-09007 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 05-29-16-00000-120-0000 Metes and Bounds Tract 2860 Sunset Point Rd. The Northwest ¼ of the Northeast ¼ and the Southwest ¼ of the Northeast ¼ lying North of Sunset Point Road (County Road 50), all lying in Section 5, Township 29 South, Range 16 East, Pinellas County, Florida. Together with abutting Right of Way of Union St to the North, abutting Right of Way of Soule Rd to the West, and the section of CR 193 Right of Way North from CR 590, Sunset Point Rd, as recorded in OFFICIAL RECORD BOOK 09597, PAGE 0622, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 05-29-16-00000-130-0500 Metes and Bounds Tract 2885 Sunset Point Rd From the Southwest corner of the Southeast 1/4 of the Northeast ¼, run West 124.95FT to the POB then continue West 90FT, then run North 253FT, then run East 90FT, then run South 253FT to the POB. No. Parcel ID Lot No., Block No. Address 3. 05-29-16-00000-130-0600 Metes and Bounds Tract Unaddressed Sunset Point Rd East 124.95 feet of south 303.51 feet of Southeast ¼ of Southwest ¼ of Southwest ¼ of Section 5, Township 29 South, Range 16 East; Less and Except existing Sunset Point Road Right of Way. The above includes abutting Right of Way of CR 193 to the East. PROPOSED ANNEXATION Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) LOCATION MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) AERIAL PHOTOGRAPH Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) EXISTING SURROUNDING USES MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) Facing north at the subject property, 2860 Sunset Point Road Across from Sunset Point Road, facing south of the subject property Facing east of the subject property, 2860 Sunset Point Road Facing west of the subject property, 2860 Sunset Point Road Facing east along Sunset Point Road Facing west along Sunset Point Road ANX2024-09007 Sylvan Abbey Memorial Park Inc 2860 Sunset Point Road Facing south, looking at the subject properties Across Sunset Point Road, facing north at the subject properties Facing west at the subject properties Facing east of the subject properties Facing north along County Road 193 Facing south along County Road 193 ANX2024-09007 Sylvan Abbey Memorial Park Inc 2885 Sunset Point Road and Unaddressed Sunset Point Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9808-25 2nd rdg Agenda Date: 8/7/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9808-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, together with certain rights-of-way of Union Street, Soule Road, County Road 193, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Institutional (I). Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9808-25 ORDINANCE NO. 9808-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTIES LOCATED ON THE NORTH AND SOUTH SIDE OF SUNSET POINT ROAD, APPROXIMATELY HALF WAY BETWEEN US HIGHWAY 19 AND MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 2885 AND 2860 SUNSET POINT ROAD, AND AN UNADDRESSED PARCEL ON SUNSET POINT ROAD, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS INSTITUTIONAL (I) AND DRAINAGE FEATURE OVERLAY; PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “A” for legal descriptions. Institutional (I), Drainage Feature Overlay (ANX2024-09007) The map attached as Exhibit “B” incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9807-25. Ordinance No. 9808-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-09007 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 05-29-16-00000-120-0000 Metes and Bounds Tract 2860 Sunset Point Rd. The Northwest ¼ of the Northeast ¼ and the Southwest ¼ of the Northeast ¼ lying North of Sunset Point Road (County Road 50), all lying in Section 5, Township 29 South, Range 16 East, Pinellas County, Florida. Together with abutting Right of Way of Union St to the North, abutting Right of Way of Soule Rd to the West, and the section of CR 193 Right of Way North from CR 590, Sunset Point Rd, as recorded in OFFICIAL RECORD BOOK 09597, PAGE 0622, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 05-29-16-00000-130-0500 Metes and Bounds Tract 2885 Sunset Point Rd From the Southwest corner of the Southeast 1/4 of the Northeast ¼, run West 124.95FT to the POB then continue West 90FT, then run North 253FT, then run East 90FT, then run South 253FT to the POB. No. Parcel ID Lot No., Block No. Address 3. 05-29-16-00000-130-0600 Metes and Bounds Tract Unaddressed Sunset Point Rd East 124.95 feet of south 303.51 feet of Southeast ¼ of Southwest ¼ of Southwest ¼ of Section 5, Township 29 South, Range 16 East; Less and Except existing Sunset Point Road Right of Way. The above includes abutting Right of Way of CR 193 to the East. PROPOSED FUTURE LAND USE MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) LOCATION MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) AERIAL PHOTOGRAPH Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) EXISTING SURROUNDING USES MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) Facing north at the subject property, 2860 Sunset Point Road Across from Sunset Point Road, facing south of the subject property Facing east of the subject property, 2860 Sunset Point Road Facing west of the subject property, 2860 Sunset Point Road Facing east along Sunset Point Road Facing west along Sunset Point Road ANX2024-09007 Sylvan Abbey Memorial Park Inc 2860 Sunset Point Road Facing south, looking at the subject properties Across Sunset Point Road, facing north at the subject properties Facing west at the subject properties Facing east of the subject properties Facing north along County Road 193 Facing south along County Road 193 ANX2024-09007 Sylvan Abbey Memorial Park Inc 2885 Sunset Point Road and Unaddressed Sunset Point Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9809-25 2nd rdg Agenda Date: 8/7/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9809-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Clearwater, Florida 33759, together with certain rights-of-way of Union Street, Soule Road upon annexation into the City of Clearwater, as Institutional (I) Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9809-25 ORDINANCE NO. 9809-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTIES LOCATED ON THE NORTH AND SOUTH SIDE OF SUNSET POINT ROAD, APPROXIMATELY HALF WAY BETWEEN US HIGHWAY 19 AND MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 2885 AND 2860 SUNSET POINT ROAD, AND AN UNADDRESSED PARCEL ON SUNSET POINT ROAD, CLEARWATER, FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS INSTITUTIONAL (I); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9807-25. Property Zoning District See attached Exhibit “A” for legal descriptions.Institutional (I) (ANX2024-09007) Ordinance No. 9809-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-09007 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 05-29-16-00000-120-0000 Metes and Bounds Tract 2860 Sunset Point Rd. The Northwest ¼ of the Northeast ¼ and the Southwest ¼ of the Northeast ¼ lying North of Sunset Point Road (County Road 50), all lying in Section 5, Township 29 South, Range 16 East, Pinellas County, Florida. Together with abutting Right of Way of Union St to the North, abutting Right of Way of Soule Rd to the West, and the section of CR 193 Right of Way North from CR 590, Sunset Point Rd, as recorded in OFFICIAL RECORD BOOK 09597, PAGE 0622, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 05-29-16-00000-130-0500 Metes and Bounds Tract 2885 Sunset Point Rd From the Southwest corner of the Southeast 1/4 of the Northeast ¼, run West 124.95FT to the POB then continue West 90FT, then run North 253FT, then run East 90FT, then run South 253FT to the POB. No. Parcel ID Lot No., Block No. Address 3. 05-29-16-00000-130-0600 Metes and Bounds Tract Unaddressed Sunset Point Rd East 124.95 feet of south 303.51 feet of Southeast ¼ of Southwest ¼ of Southwest ¼ of Section 5, Township 29 South, Range 16 East; Less and Except existing Sunset Point Road Right of Way. The above includes abutting Right of Way of CR 193 to the East. PROPOSED ZONING MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) LOCATION MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) AERIAL PHOTOGRAPH Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) EXISTING SURROUNDING USES MAP Owner(s): Sylvan Abbey Memorial Park, Inc. Case: ANX2024-09007 Site: 2885 Sunset Point Road Unaddressed 2860 Sunset Point Road Sunset Point Road Property Size(Acres): ROW (Acres): 69.65± 2.60± Land Use Zoning PIN: 05-29-16-00000-120-0000 05-29-16-00000-130-0500 05-29-16-00000-130-0600 From: Institutional (I), Water R-A Residential Agriculture Atlas Page: 255B To: Institutional (I), Drainage Feature Overlay Institutional (I) Facing north at the subject property, 2860 Sunset Point Road Across from Sunset Point Road, facing south of the subject property Facing east of the subject property, 2860 Sunset Point Road Facing west of the subject property, 2860 Sunset Point Road Facing east along Sunset Point Road Facing west along Sunset Point Road ANX2024-09007 Sylvan Abbey Memorial Park Inc 2860 Sunset Point Road Facing south, looking at the subject properties Across Sunset Point Road, facing north at the subject properties Facing west at the subject properties Facing east of the subject properties Facing north along County Road 193 Facing south along County Road 193 ANX2024-09007 Sylvan Abbey Memorial Park Inc 2885 Sunset Point Road and Unaddressed Sunset Point Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9828-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9828-25 on second reading, annexing certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, together with the abutting right-of-way of Seabreeze Street, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9828-25 ORDINANCE NO. 9828-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 145 FEET EAST OF SUNNY PARK ROAD, WHOSE POST OFFICE ADDRESS IS 1408 SEABREEZE STREET, CLEARWATER, FLORIDA 33756, TOGETHER WITH ABUTTING SEABREEZE STREET RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 21, Block B, Sunny Park Groves, according to the Plat thereof, recorded in Plat Book 36, Page(s) 2, of the Public Records of Pinellas County, Florida; together with all the abutting unincorporated Right-of-Way (60LF, more or less) of 1408 Seabreeze Street Right-of-Way. (ANX2025-04004) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9828-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) LOCATION MAP Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) AERIAL PHOTOGRAPH Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) EXISTING SURROUNDING USES Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) ANX2025-04004 Emre and Sevim Erin 1408 Seabreeze Avenue Facing north at the subject property, 1408 Seabreeze Avenue Facing south of the subject property along Seabreeze Avenue Facing east of the subject property along Seabreeze Avenue Facing west of the subject property along Seabreeze Avenue Facing east along Seabreeze Avenue Facing west along Seabreeze Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9829-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9829-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1408 Seabreeze, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9829-25 ORDINANCE NO. 9829-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 145 FEET EAST OF SUNNY PARK ROAD, WHOSE POST OFFICE ADDRESS IS 1408 SEABREEZE STREET, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 21, Block B, Sunny Park Groves, according to the Plat thereof, recorded in Plat Book 36, Page(s) 2, of the Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2025-04004) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9828-25. Ordinance No. 9829-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) LOCATION MAP Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) AERIAL PHOTOGRAPH Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) EXISTING SURROUNDING USES Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) ANX2025-04004 Emre and Sevim Erin 1408 Seabreeze Avenue Facing north at the subject property, 1408 Seabreeze Avenue Facing south of the subject property along Seabreeze Avenue Facing east of the subject property along Seabreeze Avenue Facing west of the subject property along Seabreeze Avenue Facing east along Seabreeze Avenue Facing west along Seabreeze Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9830-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9830-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9830-25 ORDINANCE NO. 9830-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 145 FEET EAST OF SUNNY PARK ROAD, WHOSE POST OFFICE ADDRESS IS 1408 SEABREEZE STREET, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9828-25. Property Zoning District Lot 21, Block B, Sunny Park Groves, according to the Plat thereof, recorded in Plat Book 36, Page(s) 2, of the Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2025-04004) Ordinance No. 9830-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) LOCATION MAP Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) AERIAL PHOTOGRAPH Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) EXISTING SURROUNDING USES Owner(s): Emre Erin & Seray Sevim Erin Case: ANX2025-04004 Site: 1408 Seabreeze Street Property Size(Acres): ROW (Acres): 0.16 Acres 0.09 Acres Land Use Zoning PIN: 23-29-15-86958-002-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 315A To: Residential Low (RL) Low Medium Density (LMDR) ANX2025-04004 Emre and Sevim Erin 1408 Seabreeze Avenue Facing north at the subject property, 1408 Seabreeze Avenue Facing south of the subject property along Seabreeze Avenue Facing east of the subject property along Seabreeze Avenue Facing west of the subject property along Seabreeze Avenue Facing east along Seabreeze Avenue Facing west along Seabreeze Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9831-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9831-25 on second reading, annexing certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, together with certain Ridge Avenue right-of-way, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9831-25 ORDINANCE NO. 9831-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF RIDGE AVENUE APPROXIMATELY 432 FEET SOUTH OF LONG STREET, WHOSE POST OFFICE ADDRESS IS 1115 RIDGE AVENUE, CLEARWATER, FLORIDA 33755, TOGETHER WITH CERTAIN RIDGE AVENUE RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 5, Block 5, HIGHLAND PINES, a subdivision according to the plat thereof recorded at Plat Book 30, Page 41, in the Public Records of Pinellas County, Florida; together with all unincorporated Right-of-Way on Ridge Avenue abutting Lots 4 and 5, Blocks 5. (ANX2025-05005) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9831-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low(RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-05005 Kenneth & Amandine Bade 1115 Ridge Avenue Facing east at the subject property, 1115 Ridge Avenue Facing west of the subject property along Ridge Avenue Facing south of the subject property along Ridge Avenue Facing north of the subject property along Ridge Avenue Facing west along Ridge Avenue Facing north along Ridge Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9832-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.5 SUBJECT/RECOMMENDATION: Adopt Ordinance 9832-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1115 Ridge Avenue, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9832-25 ORDINANCE NO. 9832-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF RIDGE AVENUE APPROXIMATELY 432 FEET SOUTH OF LONG STREET, WHOSE POST OFFICE ADDRESS IS 1115 RIDGE AVENUE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 5, Block 5, HIGHLAND PINES, a subdivision according to the plat thereof recorded at Plat Book 30, Page 41, in the Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2025-05005) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9831-25. Ordinance No. 9832-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low(RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-05005 Kenneth & Amandine Bade 1115 Ridge Avenue Facing east at the subject property, 1115 Ridge Avenue Facing west of the subject property along Ridge Avenue Facing south of the subject property along Ridge Avenue Facing north of the subject property along Ridge Avenue Facing west along Ridge Avenue Facing north along Ridge Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9833-25 2nd rdg Agenda Date: 9/18/2025 Status: PassedVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9833-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 1/14/2026 Ordinance No. 9833-25 ORDINANCE NO. 9833-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF RIDGE AVENUE APPROXIMATELY 432 FEET SOUTH OF LONG STREET, WHOSE POST OFFICE ADDRESS IS 1115 RIDGE AVENUE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9831-25. Property Zoning District Lot 5, Block 5, HIGHLAND PINES, a subdivision according to the plat thereof recorded at Plat Book 30, Page 41, in the Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2025-05005) Ordinance No. 9833-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low(RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Kenneth Bade & Amandine Tedeschi Case: ANX2025-05005 Site: 1115 Ridge Avenue Property Size(Acres): ROW (Acres): 0.17 acres 0.20 acres Land Use Zoning PIN: 11-29-15-39060-005-0050 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 270B To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-05005 Kenneth & Amandine Bade 1115 Ridge Avenue Facing east at the subject property, 1115 Ridge Avenue Facing west of the subject property along Ridge Avenue Facing south of the subject property along Ridge Avenue Facing north of the subject property along Ridge Avenue Facing west along Ridge Avenue Facing north along Ridge Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0692 Agenda Date: 8/7/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.17 SUBJECT/RECOMMENDATION: Authorize an increase and extension on purchase order to Heath Consultants, Inc. of Houston, TX for gas leak surveys, corrosion inspections and meter maintenance in the annual amount of $85,072.22 for year three, increasing the annual not-to-exceed amount from $217,360.00 to $302,432.22 and extend by 149 Calendar days, through December 31, 2025, pursuant to Invitation to Bid (ITB) 15-22 and authorize the appropriate officials to execute the same. SUMMARY: On August 4, 2022, Council approved a purchase order to Heath Consultants, Inc. in an annual not-to-exceed amount of $217,360.00 with two, one-year renewal options pursuant to ITB 15-22 for gas leak surveys, corrosion inspections and meter maintenance. Gas leak surveys and atmospheric corrosion monitoring inspections on CGS Energy’s natural gas distribution pipeline system are required by the Code of Federal Regulations - Title 49, Part 192; and, by the “Natural Gas Safety Rules” of the Florida Public Service Commission (FPSC), Chapter 25-12 - FL Administrative Code (FAC). The FPSC verifies compliance with these code requirements through an annual inspection of leak survey and atmospheric corrosion monitoring records. These records are based on a calendar year inspection cycle. By extending this contract, CGS will ensure all 2025 annual surveys be performed by Heath Consultants and satisfy the calendar year survey completion requirement. CGS intends to rebid this contract in September and award a new contract with an effective date of 1/1/26, to ensure only one contractor will perform survey work under a regulated calendar year. Subsequently, all future leakage and atmospheric corrosion survey bid/contracts will be synchronized to a calendar year (i.e. 12/31) to avoid potentially having two different (2) contractors performing survey work under a single compliance year. APPROPRIATION CODE AND AMOUNT: Funding is budgeted and available in the Gas Department cost codes 4232066-530300 (Pinellas- Contractual Services) and 4232173-530300 (Pasco-Contractual Services). The Gas Department is funded by revenues from the Clearwater Gas Utility Enterprise Fund. STRATEGIC PRIORITY: Deliver effective and efficient services by optimizing City Assets and Resources. 1.2, 1.3. Page 1 City of Clearwater Printed on 1/14/2026 Amendment No. 3 to Services Agreement (Leak Survey) No. 901586 Between Heath Consultants Incorporated (Contractor) and City of Clearwater (Client) 1.EFFECTIVE DATE The Effective Date of this Amendment is July 21, 2025. 2.PURPOSE This Amendment modifies, alters or changes specific terms and conditions of the Services Agreement dated August 5, 2022 ("Agreement") that exists between the parties hereto, as amended on August 8, 2024, including all previous amendments agreed to by Contractor and Client, collectively the "Amendments". Except as modified in this Amendment or the Amendments, the Agreement will remain in full force and effect. 3.MODIFICATIONS 3.1 The term of the Agreement is hereby extended and will continue from August 4, 2025, through December 31, 2025. 3.2 Contractor shall complete all work under this Agreement no later than December 31, 2025. 3.3 The estimated hours and associated cost required to complete the work are as set forth below: Hours from August 4 through December 31, 2025: 1584 @ $52.94 per hour = $83,856.96 Projected number of grade 3 corrosion painted meters: 100 @ $12.22 per meter = 1,221.60 Total: $85,072.22 Notwithstanding the foregoing, Heath reserves the right to bill additional hours where the work extends beyond the initial estimate. Any such additional hours and costs will be communicated to the Client in advance and made subject to the Client's written approval. The parties have signed this Amendment acknowledging their agreement to its provisions as of the Effective Date. HEATH CONSULTANTS INCORPORATED By: _________________________ Name: ______________________ Title: _______________________ Docusign Envelope ID: E00F3F7C-3A9C-4FF1-8DA5-78BBE2EB313D VP of Operations Patrick Thompson Countersigned: By: Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: Michael Fuino Rosemarie Call Assistant City Attorney City Clerk Docusign Envelope ID: E00F3F7C-3A9C-4FF1-8DA5-78BBE2EB313D Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0691 Agenda Date: 8/7/2025 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Proclamations Process - Councilmember Mannino SUMMARY: At the July 10, 2025 council meeting, there was council consensus to defer discussion of the proclamation process to the August 4, 2025 work session. Page 1 City of Clearwater Printed on 1/14/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0444 Agenda Date: 8/7/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Diversity Poster Contest Presentation - Karen Swafford, HR Division Manager Page 1 City of Clearwater Printed on 1/14/2026 |1CITY OF CLEARWATER 2025 DIVERSITY POSTER CONTEST Age Group 6 - 9 3rd Place, Luke White, age 9, Morningside Camp 2nd Place, Areylia Villegas, age 9, Long Center Camp 1st Place, Jacqueline Mortham, age 9, Morningside Camp Age Group 10-13 3rd Place, Avery Robinson, age 11, Long Center Camp 2nd Place, Rowan Silverman, age 10, Long Center Camp 1st Place, Bradan Fitzgerald, age 12, Long Center Camp Age Group 14 & Up 3rd Place, Jhaki Howard, age 16, North Greenwood Camp 2nd Place, Arion Herring, age 14, North Greenwood Camp 1st Place, Naelle Charles, age 15, North Greenwood Camp Grand Prize Winners 3rd Runner Up, Jacqueline Mortham, age 9 2nd Runner Up, Bradan Fitzgerald, age 12 Grand Prize Winner, Naelle Charles, age 15 |18CITY OF CLEARWATER 2025 DIVERSITY POSTER CONTEST Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0672 Agenda Date: 8/7/2025 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: US Coast Guard Appreciation Month Proclamation SUMMARY: Page 1 City of Clearwater Printed on 1/14/2026 From:Ramirez, Jamil To:Wilmes, Edward Cc:Morrison, Emilly Subject:Agreement and RFP #24P-007: Atlantic Pipe Services, LLC Date:Wednesday, May 14, 2025 2:28:51 PM Attachments:image.pngOutlook-Community .pngVCCDD 24P-007 Atlantic Pipe Services LLC FE.pdf CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Afternoon Edward, Yes, you may proceed using the contract as requested. Attached for your reference is the fully executed agreement. Please let me know if you need any further information/documents. Thank you. Sincerely, Jamil Ramirez Procurement and Contracts Specialist 3571 Kiessel Road | The Villages, Florida 32163 Phone: 352-751-6700 | Fax 352-751-6715 Jamil.Ramirez@districtgov.org | www.DistrictGov.org Hospitality · Stewardship · Innovation & Creativity · Hard Work Note: Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by phone or in writing. From: Wilmes, Edward <Edward.Wilmes@MyClearwater.com> Sent: Wednesday, May 14, 2025 2:11 PM To: Farlow, Jennifer <Jennifer.Farlow@districtgov.org> Subject: FW: Agreement and RFP #24P-007: Atlantic Pipe Services, LLC Good afternoon. I am writing today regarding the captioned subject RFP/Agreement (Contract) awarded to Atlantic Pipe Services, LLC (APS), 1420 Martin Luther King, Jr. Blvd, Sanford, FL on, or about 10 April 2024. This Contract has been presented to the City of Clearwater by a representative of APS as being able to be used as a “piggyback” contract for the City of Clearwater for the services contained in the Contract at the unit rates listed therein. It is my understanding that unless a contract includes express consent that the Contract may be used for the purposes of “piggybacking”, written permission is required to be provided by the contract holder (The Villages) before the Contract may be used for the purposes of “piggybacking”. It is for this express reason that I am writing today. May the City of Clearwater use the captioned Contract awarded by The Villages to Atlantic Pipe Services for the purposes of “piggybacking” for the period of time that the contract is active ? As written, the Contract is valid thru 09/30/2026, with the option to renew for one, two-year period, which would extend the expiry date to 09/30/2028. I look forward to your confirmation that the Contract may be used to “piggyback” while it is an active contract for the Villages. My sincere thanks. Warmly, ew Edward Wilmes, Manager Stormwater Division Public Works Department City of Clearwater Teams (727)-444-8604 Cell Phone 727-294-3170 From:Velez, Annie To:Wilmes, Edward Cc:mwhitt@atlanticpipe.us; bduncan@atlanticpipe.us Subject:FW: [EXTERNAL] APS _ Martin Whitt _ Contract Blessing Request Date:Thursday, May 15, 2025 9:54:50 AM Attachments:imageedit_10_2664601043_b21e4e0c-8544-4703-8e10-11d489420d31.pngSocialLink_Linkedin_32x32_d0832db2-f74b-4cd0-90ff-a3e85148c5c9.png2024-083_GRUAtlantic_Pipe_Contract_FINAL_-_signed (3) (1).pdf CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Morning Edward, Based on the email request below, please note that you are hereby authorized to piggyback off the Contract referenced. Contract# 2024-083-A for Sanitary Sewer Line & Manhole Rehabilitation Services. I have attached a copy of the fully executed Contract herewith, please let me know if there is any other documentation that you require and I will gladly send it to you. Thank you. Regards, Annie Velez Procurement Specialist III Gainesville Regional Utilities 301 SE 4th Avenue, Sta. A130 Gainesville, FL 32061-6857 (352) 393-1282 Phone (352) 334-2989 Fax Veleza1@gru.com www.gru.com From: Martin Whitt <mwhitt@atlanticpipe.us> Sent: Thursday, May 15, 2025 9:31 AM To: Velez, Annie <veleza1@gru.com> Cc: Brandon Duncan <bduncan@atlanticpipe.us> Subject: [EXTERNAL] APS _ Martin Whitt _ Contract Blessing Request Good morning Annie, I have another client that wishes to use our contract. Can you please email Mr. Wilmes & extend your blessings please? Thank you very much!!! Get Outlook for iOS Martin Whitt Public Business Development Office. 407-792-1360 Mobile. 321-398-6600 1420 Martin Luther King Jr. Blvd Sanford, FL 32771 www.atlanticpipe.us mwhitt@atlanticpipe.us Attention: Beware of cyber-crime! If you receive an e-mail or any other communication that appears to be generated from Atlantic Pipe Services, LLC. employee that contains new, revised or altered bank wire/payment instructions, consider it suspect and call our office at a number you trust. Our wire/bankinstructions do not change. NOTICE: This e-mail message is intended to be received only by persons entitled to receive theconfidential information it may contain. E-mail messages to clients of Atlantic Pipe Services,LLC may contain information that is confidential and legally privileged. Please do not read, copy,forward, or store this message unless you are an intended recipient of it. If you have received thismessage in error, please forward it to the sender and delete it completely from your computersystem. From:Devan North To:Wilmes, Edward Cc:Myra Lisa Smith; Michael Ulrich Subject:RE: Master Agreement 780 12439--1 and 780 12503-2: Atlantic Pipe Services, LLC Date:Wednesday, May 14, 2025 2:58:19 PM Attachments:image001.png CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Afternoon Mr. Wilmes, Our Director Mike Ulrich has given his permission for you to use our Master Agreements 12439 and 12503 with Atlantic Pipe Services. Thank you, Devan North Management SpecialistVolusia County Public WorksWater Resources & Utilitiesdnorth@volusia.org386-822-6465 x 13639 From: Wilmes, Edward <Edward.Wilmes@MyClearwater.com> Sent: Wednesday, May 14, 2025 2:07 PM To: Devan North <DNorth@volusia.org> Subject: [EX] Master Agreement 780 12439--1 and 780 12503-2: Atlantic Pipe Services, LLC CAUTION: This email originated from outside Volusia County's email system. DO NOT CLICK links or attachments unless you recognize the sender and/or know the content is safe. Good afternoon. I am writing today regarding the captioned subject Master Agreements awarded to Atlantic Pipe Services, LLC (APS), 1420 Martin Luther King, Jr. Blvd, Sanford, FL on, or about 1 November 2024. These Agreements have been presented to the City of Clearwater by a representative of APS as being able to be used as a “piggyback” contracts for the City of Clearwater for the services contained in the Agreements at the unit rates listed therein. It is my understanding that unless a contract includes express consent language that the document may be used for the purposes of “piggybacking”, written permission is required to be provided by the contract holder, Volusia County, before the contract may be used for the purposes of “piggybacking”. It is for this express reason that I am writing today. May the City of Clearwater use the captioned Master Agreements awarded by Volusia County to Atlantic Pipe Services for the purposes of “piggybacking” for the period of time that the contract is active ? As written, the Agreements are valid thru 08/02/2025 and 08/11/2026 respectively. Please advice if these may be used as a “piggyback”, and if it is anticipated if the Master Agreement expiry dates will be extended, or if new Master Agreements are likely to be issued to this Vendor. I look forward to your response regarding being able to use thesesto “piggyback”, and regarding the expiry date and possible extension. My sincere thanks. Warmly, ew Edward Wilmes, Manager Stormwater Division Public Works Department City of Clearwater Teams (727)-444-8604 Cell Phone 727-294-3170