Loading...
09/15/2025Monday, September 15, 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 September 15, 2025Council Work Session Work Session Agenda 1. Call to Order 2. Presentations September Service Awards2.1 End of Session Report - Senator Ed Hooper2.2 End of Session Report - Senator Nick DiCeglie2.3 Clearwater Delegation Visit to Nagano, Japan Presentation – Amber Brice, Art and Cultural Affairs Manager 2.4 3. City Manager Approval of a three-year Interlocal Agreement between the City of Clearwater and the Clearwater Community Redevelopment Agency (CRA) to provide staffing and administrative services and authorize appropriate officials to execute same. 3.1 4. Office of Management and Budget Amend the City’s fiscal year 2024/25 operating and capital improvement budgets at third quarter and pass Ordinances 9851-25 and 9852-25 on first reading. 4.1 5. Finance Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2025 through September 30, 2026 in the not to exceed amount of $1,620,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 5.1 6. Economic Development and Housing Provide direction on the 17-25 Call for Development Concepts.6.1 7. Gas System Approve a Utility Work by Highway Contractor Agreement with the State of Florida Department of Transportation (FDOT) to remove or to place out of service including grouting natural gas mains during a road improvement project along Alternate US Highway 19, at an estimated cost of $43,374.87, and authorize the appropriate officials to execute same. (consent) 7.1 Page 2 City of Clearwater Printed on 9/11/2025 September 15, 2025Council Work Session Work Session Agenda 8. Human Resources Authorize an amendment with Cigna Healthcare (Cigna) for city medical insurance (under a self- insured funding arrangement) and a purchase order to Evernorth Behavior Health (Evernorth) for the employee assistance program for period January 1, 2026 through December 31, 2026, pursuant to RFP 26-22, for a total not-to-exceed amount of $31.0 million ($30,940,000 for Cigna and $60,000 for Evernorth), to be funded by city budgeted funds, payroll deductions of employees and retiree premiums; and authorize the appropriate officials to execute same. (consent) 8.1 9. Parks and Recreation Authorize purchase orders to Average Joe Landscape LLC, Botanical Dimensions, Inc., J & J Diversified LLC dba Diversified Landscape Maintenance, and MMM Property Maintenance and Lawn LLC for citywide landscaping services in the cumulative annual not-to-exceed amount of $661,324.00 for the initial one-year term beginning October 1, 2025 through September 30, 2026, with the option for three one-year term extensions pursuant to Invitation to Bid 42-25, Landscape Maintenance Services, and authorize the appropriate officials to execute same. (consent) 9.1 Approve a one-year Agreement with Juvenile Welfare Board (JWB) and the City of Clearwater for funding youth programs, approve a first quarter budget amendment of $569,723 in special program G2107, JWB Youth Programming, and authorize the appropriate officials to execute same. (consent) 9.2 Award a construction contract to Concrete Protection & Restoration, LLC, of Oakland Park, MD for renovations and structural repairs at BayCare Ballpark in the amount of $967,670.63 pursuant to Invitation to Bid 25-00022-PR and authorize the appropriate officials to execute the same (consent) 9.3 Approve amendment of the Florida Recreation Development Assistance Program (FRDAP) project grant agreement for the renovations and improvements of Edgewater Drive Park, 1923 Edgewater Drive, and authorize the appropriate officials to execute same. (consent) 9.4 Approve a purchase order to Bandes Construction, of Dunedin, Florida for certain maintenance and improvements to the picnic shelter and restroom building at Marymont Park located at 1900 Gilbert Street in the total amount of $170,384.75 and authorize the appropriate officials to execute same. (consent) 9.5 Page 3 City of Clearwater Printed on 9/11/2025 September 15, 2025Council Work Session Work Session Agenda 10. Police Department Approve a three-year Interlocal Agreement between the Clearwater Community Redevelopment Agency and the Clearwater Police Department to provide CRA increment funding to underwrite the cost of additional Community Policing services in the Downtown CRA boundaries and authorize the appropriate officials to execute same. 10.1 11. Public Works Approve a purchase order to All Around Maintenance and Rehabs II, LLC of Palm Harbor, FL for ditch mowing and general ditch maintenance in an annual not-to-exceed amount of $750,000.00 for an initial one-year term, with one, one-year renewal option 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) 11.1 Authorize purchase orders to multiple vendors as listed below for citywide heavy equipment rental for operational needs in a cumulative annual not-to-exceed amount of $640,000.00 for an initial one-year term with two optional one-year renewals, pursuant to ITB 27-25 and authorize the appropriate officials to execute same. (consent) 11.2 12. Planning Provide direction regarding North Ward Elementary School. (WSO)12.1 13. Marine & Aviation Approve amendments to the Clearwater Code of Ordinances, Chapter 2 Administration by amending Article III Appointed Authorities, Boards, Committees, Division 2 Airpark Advisory Board and Chapter 4 Airports and Aircraft by amending Article I In General and Article II Airports and pass Ordinance 9825-25 on first reading. 13.1 14. Public Utilities Approve settlement of Department of Environmental Protection (DEP) vs. City of Clearwater, OGC File No. 25-1120 for In-kind Project in the amount of at least $1,314,183.00. (consent) 14.1 Page 4 City of Clearwater Printed on 9/11/2025 September 15, 2025Council Work Session Work Session Agenda Award a construction contract to Milburn Southeast LLC dba Milburn Demolition for the demolition of two elevated water storage tanks in the amount of $763,400.00 pursuant to Invitation to Bid (ITB) 21-0020-UT; approve an increase to our current purchase order with Engineer of Record Biller Reinhart (EOR) for Supplemental Work Order 2 in the amount of $156,640.00, bringing the total to $256,003.00 pursuant to RFQ 34-23; and authorize the appropriate officials to execute same. (consent) 14.2 Authorize award of a construction contract to Razorback LLC of Tarpon Springs, Florida, for RO1 Dual Media Filter Rehab, in the amount of $1,054,130.00 pursuant to ITB 23-0043-UT; approve an increase to purchase order with Engineer of Record (EOR) Mead & Hunt for Supplemental Work Order One (SWO1) in the amount of $73,293.00 for a new work order total $172,813.00 pursuant to RFQ 34-23, EOR - Continuing Contract, and authorize the appropriate officials to execute same. (consent) 14.3 Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $32,000,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) 14.4 Approve the First Amendment to the City of Clearwater and Pinellas County’s Contract for Purchase and Sale of potable water to serve the customers in the City’s water service area dated September 27, 2005 and authorize the appropriate officials to execute same. (consent) 14.5 15. Solid Waste Approve a purchase order to Pinellas County Solid Waste for the disposal of solid waste at the Pinellas County waste-to-energy plant/landfill in the not-to-exceed amount of $5,500,000.00 for the period October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances, Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 15.1 16. City Attorney 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. 16.1 Page 5 City of Clearwater Printed on 9/11/2025 September 15, 2025Council Work Session Work Session Agenda 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). 16.2 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). 16.3 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. 16.4 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). 16.5 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). 16.6 Adopt Ordinance 9837-25 on second reading, annexing certain real property whose post office address is 3133 Downing Street, Clearwater, Florida 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 16.7 Adopt Ordinance 9838-25 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 3133 Downing Street, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Urban (RU). 16.8 Adopt Ordinance 9839-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3133 Downing Street, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 16.9 Page 6 City of Clearwater Printed on 9/11/2025 September 15, 2025Council Work Session Work Session Agenda Adopt Ordinance 9841-25, increasing domestic water, lawn water, wastewater collection, and reclaimed water rates annually by 8.00% effective October 1, 2025 through October 1, 2029 on second reading. 16.10 Approve addendum to agreement with Bryant Miller Olive and task order with Public Resources Advisory Group. 16.11 17. City Manager Verbal Reports 18. City Attorney Verbal Reports 19. Council Discussion Item Resolution for Red Star City – Mayor Rector19.1 Approve City Manager 2026 Goals.19.2 Approve City Attorney 2026 Goals.19.3 20. 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). 21. Closing Comments by Mayor 22. Adjourn 23. Presentation(s) for Council Meeting Constitution Week Proclamation23.1 End of Session Report - Representative Kimberly Berfield23.2 Page 7 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0527 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.1 SUBJECT/RECOMMENDATION: September Service Awards SUMMARY: 5 Years of Service: Matthew Stoeckicht Police Jeremy Alleshouse Public Works Joel Donagan Parks & Recreation Leah Murray Human Resources Christopher Harrington Parks & Recreation Robert Caswell Planning & Development William Collins Parks & Recreation 10 Years of Service: Rernardo Lowe Parks & Recreation Walter Ramos Mendez Fire Jarrod Young Police Torey Castleberry Public Utilities Terrance Blackwell Solid Waste Mary Sutton Police 15 Years of Service: William Olive Police 20 Years of Service: Kelly Rogers Finance/Procurement Pietro Mattiace General Services Jeff Roberts Fire Benjamin McBride Fire Fred Morris Fire Nathaniel Brooks Fire Brian Philbin Police Ruth Jansen Police 25 Years of Service: Scott McGrail Fire Ronald Rice Solid Waste 30 Years of Service: David Stewart Public Utilities Al Hinson Fire STRATEGIC PRIORITY: The city of Clearwater celebrates its employees and the Superior Public Service they provide to our Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0527 citizens. The city strives to attract and retain top-quality personnel through the maintenance of a competitive compensation program. The service awards are a testament to the city and our high performing government. Page 2 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0822 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.2 SUBJECT/RECOMMENDATION: End of Session Report - Senator Ed Hooper Page 1 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0901 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.3 SUBJECT/RECOMMENDATION: End of Session Report - Senator Nick DiCeglie Page 1 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0924 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.4 SUBJECT/RECOMMENDATION: Clearwater Delegation Visit to Nagano, Japan Presentation - Amber Brice, Art and Cultural Affairs Manager SUMMARY: Clearwater and Nagano have shared a Sister Cities partnership for more than 65 years, with their official relationship established in 1959. It is the second oldest Sister City relationship in Florida. Traditionally, the two cities exchange delegations every five years. However, a series of events including: a typhoon in 2019, the global Covid-19 shutdowns, and most recently the devastating impacts of Hurricanes Helene and Milton on Clearwater has led to multiple postponements. As a result, this marks Clearwater’s first visit to Nagano in nearly nine years. Page 1 City of Clearwater Printed on 9/11/2025 Clearwater Delegation Trip Nagano, Japan July 21 –July 29, 2025 History of Our Sister City Relationship Established in 1959, one of the earliest U.S.–Japan sister city relationships, and second oldest sister city in Florida. Built on shared interests as tourism destination cities, cultural exchange, and friendship. Over 50 years of delegation visits and more than 35 years of student exchanges. Celebrating Friendship and Cultural Exchange​ Tuesday, July 22 - Nagano Arrived at Nagano Station Marukome Miso Factory Tour Dinner with Nagano Citizens WELCOME TO NAGANO MARUKOME MISO FACTORY TOUR CITIZEN WELCOME DINNER Wednesday, July 23 -Kawanakajima School Visit KAWANAKAJIMA JUNIOR HIGH Wednesday, July 23 City Hall Visit & Reception Dinner CITY HALL VISIT OFFICIAL RECEPTION DINNER TEA CEREMONY SHODO DEMONSTRATION KOTO DEMONSTRATION Thursday, July 24 - Shrine & Cultural Visit Togakushi Shrine Oyaki Factory TOGAKUSHI SHRINE OYAKI FARM MAKING OYAKI Friday, July 25 - Zenkoji Temple Visit Saturday, July 26 & 27 - Kyoto CULTURAL TOUR Monday, July 28 - Tokyo Business Meeting BUSINESS MEETINGS BUSINESS MEETINGS Business Meetings Clearwater’s Mayor, City Council and City Manager met with the CEO of Daiso, who is opening a store in Clearwater in September. They also met with the Overseas Division Manager for Daiwa House. Clearwater City officials & staff met with the Japanese External Trade Organization The entire delegation visited the U.S. Embassy in Tokyo. Monday, July 28 & Tuesday, July 29 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0908 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approval of a three-year Interlocal Agreement between the City of Clearwater and the Clearwater Community Redevelopment Agency (CRA) to provide staffing and administrative services and authorize appropriate officials to execute same. SUMMARY: Since 2016, the City has provided the CRA department staff with salaries and benefits reimbursed by the CRA through Tax Increment Financing (TIF) funds. Section 163.387, Florida Statutes, permits the use of TIF funds for staff and other services in support of CRA redevelopment activities. The Agreement establishes the roles and responsibilities of both parties, including: ⦁CRA Responsibilities: Provide annual TIF funding to cover salaries, benefits, and internal service allocations, subject to CRA budget approval. 1 City Responsibilities: Provide staffing, IT, legal, clerk, and administrative support services, as well as office space for the CRA. This Agreement transitions from an annual term to a three-year term (FY 2025/26 - FY 2027/28), providing greater continuity in staffing and operations while maintaining annual budget approval and oversight. Funding will be provided annually through CRA-approved budgets utilizing TIF revenues. APPROPRIATION CODE AND AMOUNT: Funding will be provided annually through CRA-approved budgets utilizing TIF revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. 5.2 Generate organizational success through collaborative engagement and inclusive decision-making to create shared value outcomes. Page 1 City of Clearwater Printed on 9/11/2025 INTERLOCAL AGREEMENT This Interlocal Agreement is made and entered into this ________ day of _____________, 2025 by and between the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), a redevelopment agency established pursuant to law, and the City of Clearwater (CITY), a municipal corporation of the State of Florida. WHEREAS, this Agreement is made and entered between the parties pursuant to Section 163.01, Florida Statutes, the “Florida Interlocal Cooperation Act of 1969”; and WHEREAS, on May 16, 2016, the Community Redevelopment Agency approved the City Manager’s hiring of a CRA Director as a City employee; and WHEREAS, the City will provide additional staff to assist the CRA director, for which the CRA agrees to reimburse the City; and WHEREAS, Section 163.387, Florida Statutes, allows that moneys in the redevelopment trust fund may be expended from time to time for undertakings of a community redevelopment agency, including providing for staff, as described in the community redevelopment plan; and WHEREAS, the Clearwater Downtown Redevelopment Plan establishes that funds received by the CRA through the use of Tax Increment Financing (TIF) may be used for certain redevelopment activities; and WHEREAS, the CRA wishes to enter into a three-year Interlocal Agreement with the City for the City to provide staff to the CRA and outlining the scope of services and responsibilities of the parties. NOW THEREFORE, in consideration of the covenants made by each party to the other and of the mutual advantages to be realized by the parties hereto, the CRA and the CITY agree as follows: Section 1. Term. This Interlocal Agreement will be effective starting October 1, 2025 and will remain in effect unless terminated by either one of the parties. Section 2. Intent. It is the intent of the parties that the TIF funds paid to the CITY by the CRA pursuant to Section 163.387(6)(a), Florida Statutes, be used to provide the following staff in support of the CRA: Pay the salary and benefits for the CRA Department Staff as outlined in the Exhibit A department organizational chart for Fiscal Years INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 2 2025/2026; 2026/2027; 2027/2028 This amount may increase annually and is subject to approval in the CRA budget each year. Section 3. Responsibilities of the CRA Function: Provide TIF funding in the total on an annual basis for each contract year, said funds to be utilized by the City will be allocated in the following manner: A. An amount to pay the salary and benefits for CRA staff B. An amount to pay for City Internal Services These amounts are subject to adjustment and approval in the CRA budget each year. Section 4. Responsibilities of the CITY Scope of Duties: The services that the CITY will provide will be carried out by the City Manager. These services are: A. Provide staffing, Information Technology services, telephone services, Legal services, City Clerk services and other general services and office space in for the CRA. Adopt operational policies necessary to support the work of the CRA. Section 5. Notice. Sixty (60) days notice by either party to the other pursuant to the Interlocal Agreement shall be given in writing and hand- delivered or mailed as follows: Clearwater Community Redevelopment Agency Attn: CRA Executive Director PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4039 City of Clearwater Attn: City Manager PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4040 Section 6. Entire Agreement. This document embodies the whole Agreement of the parties. There are no promises, terms, conditions or allegations other than those contained herein. This Agreement shall be binding on the parties, their successors, assigns and legal representatives. INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 3 Section 7. Indemnification. The CRA and the CITY agree to be fully responsible for their own acts of negligence, or their respective agents’ acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence only to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity from or limitation from liability that the CRA and the CITY are entitled to under the doctrine of sovereign immunity (Section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the CRA or the CITY to be sued by third parties in any manner arising out of this Agreement. Section 8. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, the Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County after execution by the parties, and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto, or their law representatives, have executed this agreement as the date first above written. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: _________________________ Bruce Rector, Chairperson Approved as to form: Attest: ____________________________ _______________________________ David Margolis Rosemarie Call CRA Attorney City Clerk Countersigned: CITY OF CLEARWATER, FLORIDA INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 4 ___________________________ By:_________________________ Bruce Rector. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9851-25 9852-25 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Amend the City’s fiscal year 2024/25 operating and capital improvement budgets at third quarter and pass Ordinances 9851-25 and 9852-25 on first reading. SUMMARY: The fiscal year 2024/25 operating and capital improvement budgets were adopted in September 2024 by ordinances 9793-24 and 9794-24. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. The attached memorandum and the accompanying report provide this information and outline the issues at third quarter that require amendment. STRATEGIC PRIORITY: The budgeting process aligns resource allocation to the advancement of our community in all five strategic priorities: high performing government, economic and housing opportunity, community well-being, environmental stewardship, and superior public service. Page 1 City of Clearwater Printed on 9/11/2025 Third Quarter Budget Review Fiscal Year 2024-25 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Daniel Slaughter, Assistant City Manager Alfred Battle Jr., Assistant City Manager SUBJECT: Third Quarter budget review - amended City Manager's annual budget report DATE: September 2, 2025 Attached is the third quarter budget review in accordance with the City Code of Ordinances. This report is based on the first nine months of activity in the current fiscal year (October 2024 through June 2025). Contained within are comments on major variances and documentation of proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $402,985. The General Fund expenditure amendments at third quarter include an increase of $70,000 to the City Attorney’s Office for unforeseen costs (vacation sellback as allowed by City policy, new software needs, and outside counsel costs for affirmative litigation relating to Coachman Park); an increase of $382,985 to Police and Fire supplemental pension to bring the budget in line with actual revenues and expenditures; and increase of $450,000 to Fire Department personnel costs to cover emergency overtime costs from storm response and retirement payouts of long-term employees; and a decrease of $500,000 to Parks and Recreation to reduce Pier 60 operating costs due to closure from storm damage and lost revenue. At third quarter various revenues are amended to bring the budget in line with anticipated receipts for the year. This includes reductions to utility and franchise fee revenues, reduced sales tax revenue, and a reduction to Pier 60 revenues due to closure from storm damage. These decreases are offset by increases to various revenues including insurance recovery for lost revenues at Pier 60, increases to permit fees, state revenue sharing, EMS tax, red light camera fines, and dividends from the Gas system. Adjusted for expenditure increases noted above, this results in a net revenue surplus of $705,453 which reduces the use of reserves previously allocated this year. General Fund Reserves: In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at third quarter are approximately $60.9 million, or 27.2% of the proposed fiscal year 2025/26 General Fund expenditure budget, exceeding our minimum reserve requirement by $41.9 million. Third Quarter Budget Review Fiscal Year 2024-25 Significant amendments to other city operating funds are noted as follows: Gas Fund Amendments to Gas Fund expenditures reflect an increase of $1,264,959 to interfund transfers which represents the increase in the gas dividend payment to the General Fund. In addition, Gas revenues are amended by an increase of $725,000 for sale of property in Pasco County, and a decrease of $5,000,000 in PGA revenues due to market adjustments in the rate. An allocation of $5,539,959 of Gas Fund reserves is necessary to offset the net of revenue and expenditure amendments. Marine Fund Amendments to Marine Fund expenditures reflect a decrease of $2,000,000 to cost of goods sold (fuel purchases) offset by a revenue amendment decreasing fuel sales by $2,000,000 due to closure of the Marina for construction. Parking Fund Amendments to Parking Fund revenues reflect a decrease of $1,000,000 to parking revenues due to closures of beach parking lots during Hurricane Helene recovery. This reduction is offset by an allocation from fund reserves necessary to balance the budget. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $6,048,461. Amendments include the following increases previously approved by the Council: $2,670,554 in lease purchase revenue to the Motorized Equipment Replacement project; $1,523,634 in lease purchase revenue to the Motorized Equipment Purchase project; and $377,788 in grant revenue from FDOT and $94,447 in reimbursement revenue for the Apron Relayment project. Project activity not previously approved by the Council is summarized on page 19. Significant amendments include an increase of $193,642 in property owner share revenues in the Pinellas New Mains and Pasco Line Relocation projects; a decrease of $25,772 in lease purchase budget to close the P&R Vehicle Additions project; an increase of $400,000 in the Arts and Cultural Affairs project representing art funding transferred from capital projects; and an increase of $800,000 transferred from the General Fund to create the Landscape Renovation and Repairs project. Special Program Fund The Special Program Fund reflects a net budget increase of $1,658,772 at third quarter. Significant amendments include $54,283 in public safety grant/governmental revenues; $421,714 in contractual service revenue for police extra duty; $482,503 from the Pinellas County School Board for School Resource Officers for the 2025/26 school year; $87,581 in fines and court proceeds for public safety programs and the tree replacement program; $47,717 in special events revenues from the Sea Blues festival; and $532,183 transferred between existing special programs. CITY OF CLEARWATER THIRD QUARTER SUMMARY 2024/25 FY 24/25 Mid Variance % Adopted Year Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 226,606,480 232,577,336 180,858,308 51,719,028 78%402,985 232,980,321 Expenditures 226,606,480 232,577,336 172,697,982 59,879,354 74%402,985 232,980,321 Utility Funds: Water & Sewer Fund Revenues 115,202,440 115,202,440 87,264,985 27,937,455 76%- 115,202,440 Expenditures 115,202,440 115,202,440 94,966,968 20,235,472 82%- 115,202,440 Stormwater Fund Revenues 18,707,340 21,455,680 15,814,477 5,641,203 74%- 21,455,680 Expenditures 17,455,680 21,455,680 18,573,777 2,881,903 87%- 21,455,680 Gas Fund Revenues 47,782,630 47,782,630 31,414,416 16,368,214 66%1,264,959 49,047,589 Expenditures 47,782,630 47,782,630 37,284,939 10,497,691 78%1,264,959 49,047,589 Solid Waste and Recycling Fund Revenues 36,171,800 42,367,958 34,120,647 8,247,311 81%- 42,367,958 Expenditures 34,182,440 41,232,598 36,318,348 4,914,250 88%- 41,232,598 Enterprise Funds: Marine Fund Revenues 5,168,960 5,168,960 1,829,382 3,339,578 35%(2,000,000) 3,168,960 Expenditures 5,168,960 5,168,960 1,444,057 3,724,903 28%(2,000,000) 3,168,960 Airpark Fund Revenues 274,270 274,270 211,379 62,891 77%- 274,270 Expenditures 151,110 151,110 118,925 32,185 79%- 151,110 Clearwater Harbor Marina Fund Revenues 1,168,400 1,168,400 983,827 184,573 84%- 1,168,400 Expenditures 1,168,400 1,168,400 927,633 240,768 79%- 1,168,400 Parking Fund Revenues 42,285,720 36,285,720 7,823,040 28,462,680 22%- 36,285,720 Expenditures 42,285,720 36,285,720 33,214,811 3,070,909 92%- 36,285,720 Internal Service Funds: General Services Fund Revenues 8,668,890 8,668,890 6,522,025 2,146,865 75%- 8,668,890 Expenditures 8,668,890 8,668,890 6,469,148 2,199,742 75%- 8,668,890 Administrative Services Revenues 20,186,320 20,686,320 14,999,452 5,686,868 73%- 20,686,320 Expenditures 20,153,590 20,653,590 13,462,401 7,191,189 65%- 20,653,590 Garage Fund Revenues 18,445,200 19,928,580 13,538,334 6,390,246 68%- 19,928,580 Expenditures 18,432,510 19,915,890 11,252,389 8,663,501 56%- 19,915,890 Central Insurance Fund Revenues 40,048,550 40,048,550 35,486,277 4,562,273 89%- 40,048,550 Expenditures 40,039,250 40,039,250 29,433,835 10,605,415 74%- 40,039,250 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2024-25 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 7 Other Enterprise Funds Operating Budgets ................................................................................. 11 Internal Service Funds Operating Budgets ................................................................................... 15 Capital Improvement Program Budget ........................................................................................ 19 Special Program Fund Budget ....................................................................................................... 30 Special Development Fund ........................................................................................................... 36 Administrative Change Orders ...................................................................................................... 39 Ordinances ..................................................................................................................................... 40 The amended 2024/25 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2024, through June 30, 2025. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2025. Definitions associated with the operating funds information are presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 17, 2024. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2024/25 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of September 17, 2024, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed. Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description 288,208 At third quarter,approximately all property tax revenue has been received.The budget is increased by $288,208.00 to reflect actual collections to date. (125,000) At third quarter,utility tax revenues are approximately 63%of total.This is primarily due to timing of receipts. Amendments include the following:1)a decrease of $175,000.00 to electric utility;and 2)an increase of $50,000.00 to propane utility.This will bring the budget in line with anticipated receipts for the year. (796,000) At third quarter,approximately 56%of franchise fees revenue has been collected.This is primarily due to the timing of receipts.Amendments include a decrease of $700,000.00 to electric franchise fee revenues and a decrease of $96,000.00 to gas franchise fee revenues. This will bring the budget in line with anticipated receipts for the year. 578,460 Third quarter amendments to other permits and fees revenues include an increase of $522,460.00 to building/sign permit revenues,and an increase of $56,000.00 to forfeited permit fees to bring the budget in line with anticipated receipts for the year. 94,655 Third quarter amendments to intergovernmental revenue reflect a net increase of $94,655.00 to bring the budget in line with anticipated revenues.Amendments include the following:1)an increase of $277,320.00 to state revenue sharing;2)a decrease of $700,000.00 to local half cent sales tax;3)an increase of $382,985.00 to public safety supplemental pension revenue which offsets expenditure amendments in the Police and Fire Departments;4)a decrease of $252,080.00 to Fire Tax;and 5)an increase of $386,430.00 to EMS Tax. (1,941,000) Third quarter amendments to charges for service revenues reflect a decrease of $1,941,000.00 to Pier 60 revenues.Receipts have been lower than anticipated due to forced closures caused by damages from last year's hurricanes.This will bring the budget in line with anticipated receipts for the year. Charges for Service Intergovernmental Other Permits and Fees Franchise Fees City of Clearwater General Fund Revenues Third Quarter Amendments FY 2024/25 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2024/25 320,870 Third quarter amendments to fines revenues reflect a net increase of $320,870.00 to bring the budget in line with anticipated revenues.Amendments include the following:1)a decrease of $80,000.00 to code enforcement fines;and 2)an increase of $400,870.00 to red light camera fines. 1,423,286 Third quarter amendments to miscellaneous revenue reflect a net increase $1,423,286.00.Amendments include the following:1)an increase of $128,290.00 to beach rental contracts;2)an increase of $1,048,516.00 to insurance recovery for lost revenues due to damages at Pier 60 caused by Hurricane Helene;3)an increase of $131,480.00 to ticket sales;and 4)an increase of $115,000.00 to non-taxable general revenue. 1,264,959 Third quarter amendments to transfer in revenues reflect an increase of $1,264,959.00 to bring revenues in line with actual Gas Dividends received. (705,453) Third quarter amendments reflect a net surplus of $705,453.00 which represents the net of revenue amendments noted above and expenditure amendments. This will reduce the use of reserves allocated this year to $13,527,789.00. (705,453) 402,985 Judgments, Fines & Forfeitures Transfer (to) from Surplus Net General Fund Revenue Amendment Net Transfer (to) from Retained Earnings Transfers In Miscellaneous 4 Increase/ (Decrease)Description 70,000 At third quarter,expenditures reflect a net increase of $70,000.00.Amendments include:1)an increase of $20,000.00 to salaries and wages to fund vacation sellbacks for various staff;2)an increase of $20,000.00 to maintenance contracts for the case management system subscription;3)an increase of $25,000.00 to professional services for pre-suit legal expenses;and 4)an increase of $5,000.00 to contractual services for implementation of the Filevine system. 564,299 Third quarter Fire Department expenditures include a net increase of $564,299.00.Amendments include the following:1)an increase of $450,000.00 to personnel costs to provide funding for emergency overtime expenses during the hurricane storm response and for the retirement payouts of long-term employees,which is partially offset by an increase to Fire/EMS Tax revenues; and 2)an increase of $114,299.00 to Fire supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue. (500,000) Third quarter amendments to Parks &Recreation expenditures reflect a net decrease of $500,000.00. Amendments include:1)a decrease of $500,000.00 to inventory purchase for resale due to long term facility closure at Pier 60 from hurricane damage;and 2)a net zero amendment transferring $800,000.00 in budget savings to create capital project C2512,Landscape Renovation and Repair,for the replacement of damaged landscaping and irrigation on Memorial Causeway and Clearwater Beach from Hurricane Helene. - At third quarter,Planning &Development expenditures reflect a net zero amendment transferring $250,000.00 in salary savings to contractual services to provide funding for building inspections and plans review. 268,686 At third quarter,amendments to the Police Department include an increase of $268,686.00 to Police supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue. 402,985 Net General Fund Expenditure Amendment Parks & Recreation Fire Planning & Development Police City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2024/25 City Attorney's Office 5 2024/25 Variance %2024/25 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 99,346,030 99,634,238 (288,208) 100%288,208 99,634,238 Utility Taxes 20,693,870 13,136,049 7,557,821 63%(125,000) 20,568,870 Local Option, Fuel and Other Taxes 6,160,000 4,700,268 1,459,732 76%- 6,160,000 Franchise Fees 12,600,000 7,031,362 5,568,638 56%(796,000) 11,804,000 Other Permits & Fees 3,332,500 2,776,361 556,139 83%578,460 3,910,960 Intergovernmental 32,368,624 20,239,406 12,129,218 63%94,655 32,463,279 Charges for Services 18,479,320 12,275,071 6,204,249 66%(1,941,000) 16,538,320 Judgments, Fines and Forfeitures 1,441,000 1,113,927 327,073 77%320,870 1,761,870 Miscellaneous Revenues 8,892,340 7,285,600 1,606,740 82%1,423,286 10,315,626 Transfers In 15,030,410 12,666,028 2,364,382 84%1,264,959 16,295,369 Total Revenues 218,344,094 180,858,308 37,485,786 83%1,108,438 219,452,532 Transfer (to) from Surplus 14,233,242 - 14,233,242 0%(705,453) 13,527,789 Adjusted Revenues 232,577,336 180,858,308 51,719,028 78%402,985 232,980,321 General Fund Expenditures City Council 664,064 496,897 167,167 75%- 664,064 City Manager's Office 1,386,616 868,410 518,206 63%- 1,386,616 City Attorney's Office 2,790,947 2,096,301 694,646 75%70,000 2,860,947 City Audit 507,056 236,952 270,104 47%- 507,056 City Clerk 1,384,574 898,347 486,227 65%- 1,384,574 CRA Administration 1,060,401 642,983 417,418 61%- 1,060,401 Economic Development and Housing 2,400,886 1,458,019 942,867 61%- 2,400,886 Finance 3,574,985 2,657,937 917,048 74%- 3,574,985 Fire 38,659,234 28,672,331 9,986,903 74%564,299 39,223,533 Human Resources 2,416,584 1,548,118 868,466 64%- 2,416,584 Library 10,090,842 7,360,329 2,730,513 73%- 10,090,842 Non-Departmental 17,820,898 15,011,797 2,809,101 84%- 17,820,898 Parks & Recreation 56,857,045 42,511,960 14,345,085 75%(500,000) 56,357,045 Planning & Development 9,434,077 6,464,283 2,969,794 69%- 9,434,077 Police 62,787,691 46,746,617 16,041,074 74%268,686 63,056,377 Public Communications 2,254,207 1,353,024 901,183 60%- 2,254,207 Public Utilities 512,130 364,737 147,393 71%- 512,130 Public Works 17,975,099 13,308,939 4,666,160 74%- 17,975,099 Total Expenditures 232,577,336 172,697,982 59,879,354 74%402,985 232,980,321 For the Nine Month Period of October 1, 2024 - June 30, 2025 GENERAL FUND THIRD QUARTER REVIEW 6 2024/25 Variance %2024/25 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 108,228,770 83,030,363 25,198,408 77%- 108,228,770 Judgments, Fines and Forfeits 271,000 184,940 86,060 68%- 271,000 Miscellaneous 3,649,200 4,049,683 (400,483) 111%- 3,649,200 Transfers In - - - ~- - Total Operating Revenues 112,148,970 87,264,985 24,883,985 78%- 112,148,970 Fund Equity 3,053,470 - 3,053,470 0%- 3,053,470 Total Revenues 115,202,440 87,264,985 27,937,455 76%- 115,202,440 Water & Sewer Expenditures: Public Utilities Administration 4,659,188 2,876,644 1,782,544 62%- 4,659,188 Wastewater Collection 24,659,184 22,931,360 1,727,824 93%- 24,659,184 Public Utilities Maintenance 10,891,095 8,852,426 2,038,669 81%- 10,891,095 WPC / Plant Operations 26,835,759 22,133,275 4,702,484 82%- 26,835,759 WPC / Laboratory Operations 627,966 395,293 232,673 63%- 627,966 WPC / Industrial Pretreatment 1,149,406 803,135 346,271 70%- 1,149,406 Water Distribution 19,250,399 16,846,571 2,403,828 88%- 19,250,399 Water Supply 20,917,852 14,862,128 6,055,724 71%- 20,917,852 Reclaimed Water 6,211,591 5,266,137 945,454 85%- 6,211,591 Total Expenditures 115,202,440 94,966,968 20,235,472 82%- 115,202,440 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Nine Month Period of October 1, 2024 to June 30, 2025 At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Water and Sewer Fund revenues at third quarter. No amendments are proposed to Water and Sewer Fund expenditures at third quarter. UTILITY FUNDS THIRD QUARTER REVIEW 7 2024/25 Variance %2024/25 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,942,340 14,695,009 3,247,331 82%- 17,942,340 Judgments, Fines and Forfeits 55,000 30,322 24,678 55%- 55,000 Miscellaneous 710,000 1,089,145 (379,145) 153%- 710,000 Transfers In - - - ~- - Total Operating Revenues 18,707,340 15,814,477 2,892,863 85%- 18,707,340 Fund Equity 2,748,340 - 2,748,340 0%- 2,748,340 Total Revenues 21,455,680 15,814,477 5,641,203 74%- 21,455,680 Stormwater Expenditures: Stormwater Management 14,763,042 13,390,808 1,372,234 91%- 14,763,042 Stormwater Maintenance 6,692,638 5,182,969 1,509,669 77%- 6,692,638 Total Expenditures 21,455,680 18,573,777 2,881,903 87%- 21,455,680 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Stormwater Fund revenues at third quarter. No amendments are proposed to Stormwater Fund expenditures at third quarter. 8 2024/25 Variance %2024/25 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 46,472,660 30,468,476 16,004,184 66%(5,000,000) 41,472,660 Judgments, Fines and Forfeits 100,000 42,223 57,777 42%- 100,000 Miscellaneous 871,290 903,717 (32,427) 104%725,000 1,596,290 Transfers In - - - ~- - Total Operating Revenues 47,443,950 31,414,416 16,029,534 66%(4,275,000) 43,168,950 Fund Equity 338,680 - 338,680 0%5,539,959 5,878,639 Total Revenues 47,782,630 31,414,416 16,368,214 66%1,264,959 49,047,589 Gas Expenditures: Administration & Supply 24,716,617 20,661,952 4,054,665 84%1,177,662 25,894,279 Pinellas Gas Operations 10,659,362 7,771,172 2,888,190 73%- 10,659,362 Pasco Gas Operations 7,292,463 5,748,539 1,543,924 79%- 7,292,463 Marketing & Sales 5,114,188 3,103,276 2,010,912 61%87,297 5,201,485 Total Expenditures 47,782,630 37,284,939 10,497,691 78%1,264,959 49,047,589 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:1,264,959 Gas Fund Expenditures:1,264,959 At third quarter, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2024/25. Third quarter amendments to Gas Fund revenues reflect a net increase of $1,264,959.00.Amendments include:1)an increase of $725,000.00 to surplus land sales representing revenues received from the sale of vacant property at 7240 US Highway 19 N,as approved by the Council on June 18, 2025;2)a decrease to purchased gas adjustment (PGA) revenues by $5,000,000.00 (the PGA portion of gas rates is directly tied to the recovery of commodity costs and reflects fluctuation in the natural gas market);and 3)an allocation of $5,539,959.00 from Gas Fund reserves necessary to offset revenue reductions and balance the budget. Third quarter amendments to Gas Fund expenditures reflect an increase of $1,264,959.00 to interfund transfer out.A portion of this increase is offset by excess revenues with the remainder allocated from fund reserves.This will bring expenditures in line with the actual Gas Dividend payment to the General Fund. 9 2024/25 Variance %2024/25 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,700 2,668 (968) 157%- 1,700 Intergovernmental 6,196,158 6,196,158 1 100%- 6,196,158 Charges for Service 31,386,360 23,907,891 7,478,469 76%- 31,386,360 Judgments, Fines and Forfeits 91,000 55,315 35,685 61%- 91,000 Miscellaneous 1,603,100 1,620,837 (17,737) 101%- 1,603,100 Transfers In - - - ~- - Solid Waste Revenues 39,278,318 31,782,867 7,495,451 81%- 39,278,318 Recycling Revenues: Other Permits and Fees - - - ~- - Intergovernmental - 85,152 (85,152) ~- - Charges for Service 2,830,640 2,204,883 625,757 78%- 2,830,640 Judgments, Fines and Forfeits 8,000 4,772 3,228 60%- 8,000 Miscellaneous 251,000 42,974 208,026 17%- 251,000 Transfers In - - - ~- - Recycling Revenues 3,089,640 2,337,780 751,860 76%- 3,089,640 - Fund Equity - - ~- - Total Revenues 42,367,958 34,120,647 8,247,311 81%- 42,367,958 Solid Waste Expenditures: Collection 22,142,303 15,476,708 6,665,595 70%- 22,142,303 Transfer 2,617,235 1,590,878 1,026,357 61%- 2,617,235 Container Maintenance 955,452 655,821 299,631 69%- 955,452 Administration 10,908,668 15,838,830 (4,930,162) 145%- 10,908,668 Solid Waste Expenditures 36,623,658 33,562,237 3,061,421 92%- 36,623,658 Recycling Expenditures: Residential 1,382,721 887,847 494,874 64%- 1,382,721 Multi-Family 432,458 248,318 184,140 57%- 432,458 Commercial 2,793,761 1,619,947 1,173,814 58%- 2,793,761 Recycling Expenditures 4,608,940 2,756,111 1,852,829 60%- 4,608,940 Total Expenditures 41,232,598 36,318,348 4,914,250 88%- 41,232,598 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,135,360 for fiscal year 2024/25. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. 10 2024/25 Third Qtr.Variance %2024/25 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 4,717,550 1,251,145 3,466,405 27%(2,000,000) 2,717,550 Judgments, Fines and Forfeits - - - ~- - Miscellaneous Revenue 338,100 563,237 (225,137) 167%- 338,100 Transfers In 15,000 15,000 - 100%- 15,000 Total Operating Revenues 5,070,650 1,829,382 3,241,268 36%(2,000,000) 3,070,650 Fund Equity 98,310 - 98,310 0%- 98,310 Total Revenues 5,168,960 1,829,382 3,339,578 35%(2,000,000) 3,168,960 Marine Expenditures: Marina Operations 5,168,960 1,444,057 3,724,903 28%(2,000,000) 3,168,960 Total Expenditures 5,168,960 1,444,057 3,724,903 28%(2,000,000) 3,168,960 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:(2,000,000) Marine Fund Expenditures:(2,000,000) For the Nine Month Period of October 1, 2024 - June 30, 2025 ENTERPRISE FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2024/25. At third quarter,fuel sales are decreased by $2,000,000.00 due to closure of the Marina for construction. Marine Fund expenditures reflect a reduction of $2,000,000 to cost of goods sold (fuel purchases)due to closure of the Marina for construction. 11 2024/25 Third Qtr.Variance %2024/25 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 - June 30, 2025 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 1,050,000 919,348 130,652 88%- 1,050,000 Judgments, Fines and Forfeits 200 150 50 75%- 200 Miscellaneous Revenue 101,500 64,328 37,172 63%- 101,500 Transfers In - - - ~- - Total Operating Revenues 1,151,700 983,827 167,873 85%- 1,151,700 Fund Equity 16,700 - 16,700 0%- 16,700 Total Revenues 1,168,400 983,827 184,573 84%- 1,168,400 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,168,400 927,633 240,768 79%- 1,168,400 Total Expenditures 1,168,400 927,633 240,768 79%- 1,168,400 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. 12 2024/25 Third Qtr.Variance %2024/25 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 - June 30, 2025 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service - - - ~- - Miscellaneous Revenue 274,270 211,379 62,891 77%- 274,270 Transfers In - - - ~- - Total Operating Revenues 274,270 211,379 62,891 77%- 274,270 Fund Equity - - - ~- - Total Revenues 274,270 211,379 62,891 77%- 274,270 Airpark Expenditures:- Airpark Operations 151,110 118,925 32,185 79%- 151,110 Total Expenditures 151,110 118,925 32,185 79%- 151,110 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $123,160 for fiscal year 2024/25. No amendments are proposed to Airpark Fund revenues at third quarter. No amendments are proposed to Airpark Fund expenditures at third quarter. 13 2024/25 Third Qtr.Variance %2024/25 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 - June 30, 2025 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 9,725,100 5,929,129 3,795,971 61%(1,000,000) 8,725,100 Judgments, Fines and Forfeits 1,611,040 1,120,196 490,844 70%- 1,611,040 Miscellaneous Revenue 900,000 773,715 126,285 86%- 900,000 Transfers In - - - ~- - Total Operating Revenues 12,236,140 7,823,040 4,413,100 64%(1,000,000) 11,236,140 Fund Equity 24,049,580 - 24,049,580 0%1,000,000 25,049,580 Total Revenues 36,285,720 7,823,040 28,462,680 22%- 36,285,720 Parking Expenditures Public Works/Parking System 33,267,248 31,249,989 2,017,259 94%- 33,267,248 Public Works/Parking Enforcement 1,311,862 711,460 600,402 54%- 1,311,862 Fire Dept/Beach Guards 1,506,194 1,111,770 394,424 74%- 1,506,194 M&A/Seminole Street Boat Ramp 200,416 141,591 58,825 71%- 200,416 Total Expenditures 36,285,720 33,214,811 3,070,909 92%- 36,285,720 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:- Parking Fund Expenditures:- At third quarter, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2024/25. At third quarter,Parking Fund revenues reflect a net zero amendment.This includes a decrease of $1,000,000.00 to charges for service due to closures of beach parking lots during Hurricane Helene recovery.This decrease in revenues is offset by an increase to fund reserves necessary to balance the budget. No amendments are proposed to Parking Fund expenditures at third quarter. 14 2024/25 Variance %2024/25 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 8,203,890 6,120,775 2,083,115 75%- 8,203,890 Miscellaneous Revenues 465,000 401,250 63,750 86%- 465,000 Transfers In - - - ~- - Total Operating Revenues 8,668,890 6,522,025 2,146,865 75%- 8,668,890 Fund Equity - - - ~- - Total Revenues 8,668,890 6,522,025 2,146,865 75%- 8,668,890 General Services Expenditures: Administration 600,275 440,684 159,591 73%- 600,275 Building & Maintenance 8,068,615 6,028,464 2,040,151 75%- 8,068,615 Total Expenditures 8,668,890 6,469,148 2,199,742 75%- 8,668,890 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2024 to June 30, 2025 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 15 2024/25 Variance %2024/25 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 19,711,320 14,574,734 5,136,586 74%- 19,711,320 Miscellaneous Revenues 475,000 424,718 50,282 89%- 475,000 Transfers In - - - ~- - Total Operating Revenues 20,186,320 14,999,452 5,186,868 74%- 20,186,320 Fund Equity 500,000 - 500,000 0%- 500,000 Total Revenues 20,686,320 14,999,452 5,686,868 73%- 20,686,320 Administrative Services Expenditures: Info Tech / Admin 1,201,295 1,016,833 184,462 85%- 1,201,295 Info Tech / Network Ops & User Support 5,779,449 2,869,600 2,909,849 50%- 5,779,449 Info Tech / Network Security & Architecture 3,505,911 2,448,455 1,057,456 70%- 3,505,911 Info Tech / Solutions & Programming 932,756 700,745 232,011 75%- 932,756 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 4,330,190 3,032,938 1,297,252 70%- 4,330,190 Public Comm / Courier 209,563 85,591 123,972 41%- 209,563 Clearwater Customer Service 4,694,426 3,308,240 1,386,186 70%- 4,694,426 Total Expenditures 20,653,590 13,462,401 7,191,189 65%- 20,653,590 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at third quarter. No amendments are proposed to Administrative Services Fund expenditures at third quarter. At third quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $32,730 for fiscal year 2024/25. 16 2024/25 Variance %2024/25 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 17,408,550 12,079,623 5,328,927 69%- 17,408,550 Miscellaneous Revenues 1,036,650 1,458,711 (422,061) 141%- 1,036,650 Transfers In - - - ~- - Total Operating Revenues 18,445,200 13,538,334 4,906,866 73%- 18,445,200 Fund Equity 1,483,380 - 1,483,380 0%- 1,483,380 Total Revenues 19,928,580 13,538,334 6,390,246 68%- 19,928,580 Garage Fund Expenditures: Fleet Maintenance 17,813,080 9,451,029 8,362,051 53%- 17,813,080 Radio Communications 2,102,810 1,801,360 301,450 86%- 2,102,810 Total Expenditures 19,915,890 11,252,389 8,663,501 56%- 19,915,890 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At third quarter, anticipated revenues of the Garage Fund exceed anticipated expenditures by $12,690 for fiscal year 2024/25. No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. 17 2024/25 Variance %2024/25 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2024 to June 30, 2025 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 39,173,550 27,850,831 11,322,719 71%- 39,173,550 Miscellaneous Revenues 875,000 7,635,446 (6,760,446) 873%- 875,000 Transfers In - - - ~- - Total Operating Revenues 40,048,550 35,486,277 4,562,273 89%- 40,048,550 Fund Equity - - - ~- - Total Revenues 40,048,550 35,486,277 4,562,273 89%- 40,048,550 Central Insurance Expenditures: Finance / Risk Management 519,863 374,062 145,801 72%- 519,863 HR / Employee Benefits 501,286 330,347 170,939 66%- 501,286 HR / Employee Health Clinic 1,753,770 830,025 923,745 47%- 1,753,770 Non-Departmental 37,264,331 27,899,401 9,364,930 75%- 37,264,331 Total Expenditures 40,039,250 29,433,835 10,605,415 74%- 40,039,250 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At third quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $9,300 for fiscal year 2024/25. Miscellaneous revenues reflect insurance recovery for claims from 2024 hurricanes.No amendments are proposed to Central Insurance Fund revenues at third quarter. No amendments are proposed to Central Insurance Fund expenditures at third quarter. 18 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2024/25 19 The amended 2024/25 Capital Improvement Program budget report is submitted for the City Council's third quarter review. The proposed amendment is a net budget increase in the amount of $6,048,461. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The following are significant amendments to capital projects that are presented for the first time, not previously approved by the City Council:  Line Relocation – Pasco Maintenance – a budget increase of $43,548 in property owners share revenue.  Pinellas New Mains/Service Lines – a budget increase of $150,094 in property owners share revenue.  P&R Vehicle & Equipment Additions – a budget decrease of $25,772 in lease purchase revenue to close the project.  Arts and Cultural Affairs Fund – a budget increase of $400,000 in General Fund revenue transferred from capital projects representing the required 1% art funding.  Landscape Renovation and Repairs – a budget increase of $800,000 in General Fund Revenue. Significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  Motorized Equipment Replacement – Lease Purchase $2,670,554 06/18/25  Motorized Equipment Purchases – Lease Purchase $1,523,634 06/18/25  Apron Relayment $472,235 06/05/25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Motorized Equipment Replacement-Lease Purchase 1 L1910 2,670,554 To record a budget increase of $2,670,553.96 in lease purchase revenue as approved by council on June 18th, 2025.2,670,554 Motorized Equipment Purchases-Lease Purchase 2 L2301 1,523,634 To record a budget increase of $1,523,633.96 in lease purchase revenue as approved by council on June 18th, 2025.1,523,634 Thermal Imaging Cameras - CLOSE PROJECT 3 91260 (90,046) To record a budget transfer of $90,046.30 in General Fund revenue to project M2507,Fire Equipment Replacement. This will close the project.(90,046) Personal Protection Equipment - CLOSE PROJECT 4 91261 (609,179) To record a budget transfer of $609,178.79 in General Fund revenue to project M2507,Fire Equipment Replacement. This will close the project.(609,179) Fire Equipment Replacement - NEW PROJECT 5 M2507 1,172,256 To establish a new project to account for all fire equipment purchases and record a budget transfer of $1,172,256.40 recognizing the following transfers of General Fund revenue:1)$90,046.30 from project 91260,Thermal Imaging Cameras;2)$609,178.79 from project 91261, Personal Protection Equipment;3)$1,858.73 from project 91263,Extrication Tools;and 4)$471,172.58 from project 91229, Replace & Upgrade Airpacks.1,172,256 Replace & Upgrade Airpacks - CLOSE PROJECT 6 91229 (471,173) To record a budget transfer of $471,172.58 in General Fund revenue to project M2507,Fire Equipment Replacement. This will close the project.(471,173) Extrication Tools - CLOSE PROJECT 7 91263 (1,859) To record a budget transfer of $1,858.73 in General Fund revenue to project M2507,Fire Equipment Replacement. This will close the project.(1,859) Line Relocation - Pasco Maintenance 8 96376 43,548 To record a budget increase of $43,547.89 in property owners share revenue to bring the budget in line with revenues received.43,548 Pinellas New Mains/Service Lines 9 96377 150,094 To record a budget increase of $150,094.10 in property owners share revenue to bring the budget in line with revenues received.150,094 CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2024/25 20 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2024/25 Rebuild Solid Waste Administrative Complex 10 C2302 (5,250,000) To record a budget transfer of $5,250,000.00 in solid waste revenue to project C2411, Solid Waste Truck Wash Facility.(5,250,000) Solid Waste Truck Wash Facility 11 C2411 5,250,000 To record a budget transfer of $5,250,000.00 in solid waste revenue from project C2302,Rebuild Solid Waste Administrative Complex.5,250,000 Sanitary Sewer Upgrades/Improvements 12 96212 (1,200,000) To record a budget transfer of $1,200,000.00 in utility R&R revenue to project M1906, Northeast Plant R&R.(1,200,000) East Plant Upgrades/Improvements 13 96214 (100,000) To record a budget transfer of $100,000.00 in utility R&R revenue to project M1907, East Plant R&R.(100,000) Water Pollution Control R&R 14 96664 (2,200,000) To record a budget transfer of $2,200,000.00 in utility R&R revenue to project M1906, Northeast Plant R&R.(2,200,000) System R & R - Maintenance 15 96721 2,500,000 To record a budget transfer of $2,500,000.00 in water revenue from project 96767, RO Plant Reservoir #2.2,500,000 RO Plant at Reservoir #2 16 96767 (2,500,000) To record a budget transfer of $2,500,000.00 in water revenue to project 96721, System R&R - Maintenance.(2,500,000) Marshall Street Plant R&R 17 M1905 9,668 To record a budget increase of $9,667.87 in insurance proceeds to bring the budget in line with actual revenues received.9,668 Northeast Plant R&R 18 M1906 3,400,000 To record a net increase of $3,400,000.00 representing the following transfers;$1,200,000.00 from project 96212, Sanitary Sewer Upgrades/Improvements and $2,200,00.00 from project 96664, Water Pollution Control R&R.3,400,000 East Plant R&R 19 M1907 100,000 To record a budget transfer of $100,00.00 in utility R&R from project 96214, East Plant Upgrades/Improvements.100,000 21 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2024/25 Stormwater Vehicles & Equipment 20 C1908 128,811 To record a budget transfer of $120,000.00 in stormwater revenue from project ENST180001,Stormwater Pipe System Improvements as approved by council on July 10th, 2025,and to transfer an additional $8,811.15 from the same project for the purchase of an additional piece of equipment needed for the Weedo.128,811 Stormwater Pipe System Improvements 21 ENST180001 (128,811) To record a budget transfer of $120,000.00 in stormwater revenue to project C1908,Stormwater Vehicles & Equipment as approved by council on July 10th,2025,and to transfer an additional $8,811.15 to the same project for the purchase of an additional piece of equipment needed for the Weedo.(128,811) Apron Relayment 22 G2306 472,235 To record a budget increase of $94,447.00 in reimbursement revenue from FlyUSA and $377,788.00 from FDOT grant revenue as approved by council on June 5th, 2025.472,235 Landscape Renovation and Repairs - NEW PROJECT 23 C2512 800,000 To establish the project to fund landscape replacement from storm damage and record a budget increase of $800,000.00 in General Fund revenue.800,000 P&R Vehicle & Equipment Additions - CLOSE PROJECT 24 L1901 (25,772) To record a budget decrease of $25,771.73 in lease purchase revenue. This will close the project.(25,772) Parks & Beautification R&R 25 M2206 4,500 To record a budget increase of $4,500.00 in donation revenue to bring the budget in line with actual revenues received.4,500 Arts and Cultural Affairs Fund 26 A2501 400,000 To record budget increases of General Fund revenue representing the following transfers:1)$200,000.00 from project C1906 Clearwater Harbor Marina Replace & Upgrade;2)$85,000.00 from project FD00190002 Fire Station 47 Replacement;and 3)$115,000.00 from project ENGF180013 Imagine Clearwater.This represents the required 1% of capital project funding for art installations.400,000 Beach Marina Upgrade 27 C1905 92,943 To record a budget transfer of $92,943.41 in marine fund revenue from project M1902,Marine Facility Maintenance Dock R&R.92,943 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2024/25 Marine Facility Maintenance Dock R&R 28 M1902 (92,943) To record a budget transfer of $92,943.41 in marine fund revenue to project C1905, Beach Marina Upgrade.(92,943) 6,048,461 - 6,048,461 Clearwater Harbor Marina Replace & Upgrade C1906 200,000 To record a transfer of $200,000.00 in general fund revenue to project A2501,Arts and Cultural Affairs Fund, representing the required 1% art funding. Fire Station 47 Replacement FD00190002 85,000 To record transfer of $85,000.00 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund, representing the required 1% art funding. Imagine Clearwater ENGF180013 115,000 To record a transfer of $115,000.00 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund, representing the required 1% art funding. TOTAL INTERFUND TRANSFERS:400,000 TOTAL INTERFUND TRANSFERS 23 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demo 75,000 - - - - - - C 94233 Motorized Equip-Cash 2,959,601 2,959,601 - 2,959,601 2,878,705 - 80,896 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 6,634,089 6,867,224 - 6,867,224 5,054,462 246,585 1,566,176 94736 Geographic Information Sys 1,560,997 1,560,997 - 1,560,997 974,455 - 586,542 94828 Financial Systems Upgrades 4,333,165 4,333,165 - 4,333,165 2,909,856 - 1,423,309 94829 CIS Upgrades / Replacement 1,582,376 1,582,376 - 1,582,376 854,346 359,981 368,049 94830 MS Licensing / Upgrades 1,143,000 842,601 - 842,601 842,601 - - C 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 950,000 950,000 - 950,000 461,069 93,158 395,773 94873 City-wide Camera System 949,000 949,000 - 949,000 463,587 10 485,403 94874 City Enterprise Timekeep Sys 453,000 453,000 - 453,000 202,802 - 250,198 94880 Granicus Agenda Mgt Sys 435,000 435,000 - 435,000 41,136 - 393,864 94883 Business Proc Review & Improve 1,475,735 1,475,735 - 1,475,735 693,744 33,136 748,855 C2004 Lift Stations - General Gov 2,400,000 2,400,000 - 2,400,000 184,797 - 2,215,203 C2006 ADA Transition Plan 1,650,000 1,650,000 - 1,650,000 383,657 - 1,266,343 C2007 Citywide Audio/Visual Solutions 565,053 565,053 - 565,053 96,661 - 468,392 C2101 North Ward Preservation 291,705 291,705 - 291,705 289,070 - 2,635 C2106 Greenprint Implementation 942,177 1,047,869 - 1,047,869 802,728 65,255 179,885 C2305 Fuel Site Replacement 1,000,000 1,000,000 - 1,000,000 737,314 203,906 58,780 C2503 North Ward Renovations 200,000 200,000 - 200,000 - - 200,000 G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 472,333 3,094,491 (66,824) G2214 ARPA Solar Panels 2,225,338 2,225,338 - 2,225,338 1,841,199 384,229 (90) ENGF220001 New City Hall 35,000,300 34,726,300 - 34,726,300 9,722,401 24,482,774 521,125 ENGF230001 MSB Renovations 10,000,000 14,000,000 - 14,000,000 3,819,293 9,431,827 748,880 ENGF240001 Harborview Site Foundation 535,000 535,000 - 535,000 - - 535,000 ENGF240002 Myrtle/Cleveland Util Undrgrnd 1,100,000 - - - - - - C 315-C2412 Enterprise Asset Management 500,000 500,000 - 500,000 - - 500,000 C2414 General Services Roof Replace 2,510,000 2,510,000 - 2,510,000 1,987,300 518,425 4,275 C2508 Motorola Conversion - 1,303,880 - 1,303,880 - 1,303,879 1 GSBM180001 Air Cond Replace-City Wide 3,098,444 3,098,444 - 3,098,444 1,940,740 7,300 1,150,404 GSBM180002 Flooring for Facilities 2,177,837 2,177,837 - 2,177,837 1,991,880 24,952 161,005 GSBM180003 Roof Repair and Replacement 4,844,213 4,844,213 - 4,844,213 3,421,690 851,076 571,448 GSBM180004 Painting of Facilities 1,217,923 1,217,923 - 1,217,923 864,896 106,367 246,659 GSBM180005 Fencing of Facilities 193,170 193,170 - 193,170 130,867 3,257 59,046 GSBM180006 Light Replacement & Repair 948,197 948,197 - 948,197 891,168 - 57,029 GSBM180007 Elevator Refurbish/Modern 1,060,576 1,060,576 - 1,060,576 69,918 8,400 982,258 GSBM180008 Building Systems 3,168,377 3,168,377 - 3,168,377 1,514,840 82,090 1,571,448 GSBM180009 New A/C Chiller System 6,100,000 6,100,000 - 6,100,000 2,912,571 199,709 2,987,720 GSBM180010 General Services R&R 900,000 900,000 - 900,000 570,636 820 328,544 GSBM180011 Generator Maintenance 740,000 740,000 - 740,000 78,003 - 661,997 GSBM180012 General Fac Bldg Major Reno 4,285,242 4,285,242 - 4,285,242 2,777,573 64,420 1,443,249 GSFL180001 Fleet Facility R&R 494,520 994,520 - 994,520 826,820 6,401 161,299 L1906/M2202 Telecommunications Upgrade 1,692,047 689,866 - 689,866 689,866 - - C L1907/M1911 IT Disaster Recovery 1,021,396 1,131,572 - 1,131,572 424,086 29,437 678,049 L1908/M1912 Network Infra & Server R&R 4,341,417 4,641,815 - 4,641,815 4,154,096 42,326 445,393 L1910 Motorized Equip Replace-LP 52,502,827 52,502,827 2,670,554 55,173,381 31,545,330 10,937,086 12,690,964 1 L1911 Garage Off Cycle Replacements 653,800 653,800 - 653,800 604,158 - 49,642 L2301 Motorized Equip Purchases-LP 7,176,502 7,253,421 1,523,634 8,777,055 4,423,052 1,719,420 2,634,583 2 M2007 City EOC Maintenance 175,000 64,824 - 64,824 36,284 28,540 -C L2001/M2010 P25 Radio Equipment & Infrast 4,557,104 4,557,104 - 4,557,104 3,198,331 - 1,358,774 M2201 Studio/Production Equip 111,344 111,344 - 111,344 - - 111,344 M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 20,000 - 180,000 Sub-Total 187,840,471 191,608,914 4,194,188 195,803,102 99,608,329 54,329,257 41,865,517 24 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Police Protection 94238 Police Vehicles 3,170,290 3,170,290 - 3,170,290 2,982,152 - 188,138 C2201 Police CAD Replacement 900,000 1,136,153 - 1,136,153 948,502 - 187,651 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 M2501 PD Police Training Range R&R 125,000 125,000 - 125,000 - - 125,000 P1802 Police Equipment Replacement 1,201,437 1,427,325 - 1,427,325 979,780 41,151 406,394 P1902 Police Information Systems 530,000 530,000 - 530,000 423,483 2,664 103,853 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,742,401 246,348 61,251 Sub-Total 19,726,727 20,188,769 - 20,188,769 18,076,318 290,163 1,822,287 Fire Protection 91218 Fire Engine Replacement 6,233,272 6,383,272 - 6,383,272 4,979,388 3,401,578 (1,997,693) 91260 Thermal Imaging Cameras 397,872 357,872 (90,046) 267,826 267,826 - -C 3 91261 Personal Protection Equip 2,989,250 2,989,250 (609,179) 2,380,071 2,380,071 - - C 4 91264 Fire Hose Replacement 572,060 359,314 - 359,314 359,314 - - C C2207 FD Equipment Facility 750,000 750,000 - 750,000 53,259 - 696,741 C2410 Fire Squad Replacement - - - - - 1,714,452 (1,714,452) C2507 Fire Boat Replacement - 490,000 - 490,000 - 480,969 9,031 C2509 FD Aerial Tiller Replacement - - - - - 2,129,542 (2,129,542) FD00190001 Fire Station 46 - Beach 9,920,693 9,958,525 - 9,958,525 9,889,939 - 68,586 FD00190002 Fire Station 47 Replacement 10,383,525 10,383,525 - 10,383,525 8,926,816 1,377,507 79,202 M2005 Fire Training Tower 465,286 465,286 - 465,286 418,631 - 46,655 M2506 Fire Station Alerting System - 240,000 - 240,000 - - 240,000 M2507 Fire Equipment Replacement - - 1,172,256 1,172,256 - - 1,172,256 5 Sub-Total 31,711,957 32,377,044 473,031 32,850,075 27,275,244 9,104,048 (3,529,217) Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,684,314 1,444,314 (471,173) 973,141 973,141 - -C 6 91236 Rescue Vehicle 1,175,506 1,175,506 - 1,175,506 495,780 679,726 - C 91257 AED Program 381,030 381,030 - 381,030 279,236 - 101,794 91263 Extrication Tools 177,000 273,000 (1,859) 271,141 271,141 - - C 7 ENGF190002 Beach Guard Tower 475,239 475,239 - 475,239 365,752 - 109,487 ENGF200002 Beach Guard Admin Building 330,000 330,000 - 330,000 65,660 - 264,340 Sub-Total 4,223,089 4,079,089 (473,031) 3,606,057 2,450,711 679,726 475,621 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 2,005,080 31,582 98,132 96365 Line Relocation-Pinellas Maint 886,569 886,569 - 886,569 610,005 - 276,564 96367 Gas Meter Change Out-Pinellas 5,213,000 5,213,000 - 5,213,000 4,972,932 - 240,068 96374 Line Relocation-Pinellas Capital 3,933,500 3,933,500 - 3,933,500 2,983,560 8,120 941,820 96376 Line Relocation - Pasco Maint 414,808 414,808 43,548 458,356 184,556 - 273,800 8 96377 Pinellas New Mains/Serv Lines 54,151,292 54,371,988 150,094 54,522,082 43,017,126 107,388 11,397,569 9 96378 Pasco New Mains/Serv Lines 34,055,215 34,070,305 - 34,070,305 28,562,512 45,472 5,462,321 96379 Pasco Gas Meter Change Out 1,992,821 1,992,821 - 1,992,821 999,515 - 993,306 96381 Line Reloc-Pasco-Capitalized 2,447,300 2,447,300 - 2,447,300 1,305,167 - 1,142,133 96382 Gas Inventory Work Mgmt Sys 3,242,000 856,268 - 856,268 856,268 - -C 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,146,337 118,964 592,554 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,606,029 - 201,816 96386 Expanded Energy Conservation 17,878,589 17,878,588.75 - 17,878,589 12,910,195 - 4,968,394 96387 Natural Gas Vehicle 7,584,584 7,584,583.50 - 7,584,584 6,673,611 - 910,972 96389 Future IMS Software & Hardware 1,525,000 1,525,000 - 1,525,000 361,793 - 1,163,207 96391 Gas System Pasco Building 1,200,000 1,200,000 - 1,200,000 3,892 - 1,196,108 C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 10,872 - 1,489,128 323-C2412 Enterprise Asset Management - 2,385,732 - 2,385,732 - - 2,385,732 M1904 Pinellas Building Equip R&R 1,650,000 1,650,000 - 1,650,000 - - 1,650,000 M2402 Gas - Capital Equipment 1,000,000 1,000,000 - 1,000,000 18,472 790,098 191,431 Sub-Total 171,475,171 171,710,957 193,642 171,904,599 135,227,922 1,101,623 35,575,054 25 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Solid Waste Control Services C2005 Underground Refuse Program 1,930,862 1,930,862 - 1,930,862 1,292,173 - 638,689 C2302 Rebuild SW Adm Comp 17,230,526 17,230,526 (5,250,000) 11,980,526 16,499 - 11,964,027 10 C2411 Solid Waste Truck Wash Facility 536,797 536,797 5,250,000 5,786,797 165,719 349,542 5,271,536 11 M2301 SW Facility R&R 930,000 930,000 - 930,000 740,280 5,325 184,395 Sub-Total 20,628,185 20,628,185 - 20,628,185 2,214,670 354,867 18,058,647 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 22,014,782 22,028,170 (1,200,000) 20,828,170 9,316,471 4,081,284 7,430,415 12 96213 Marshall Street Upgrades/Impr 20,535,187 20,535,187 - 20,535,187 14,331,258 1,453,217 4,750,711 96214 East Plant Upgrades/Improve 8,150,000 8,150,000 (100,000) 8,050,000 3,123,029 1,340,617 3,586,354 13 96215 N.E. Plant Upgrades/Improve 31,024,945 31,024,945 - 31,024,945 22,181,369 4,538,405 4,305,171 96216 Laboratory Upgrade/Improve 255,079 255,079 - 255,079 69,670 - 185,410 96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 1,297,984 - 52,208 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96630 Sanitary Sewer Extension 14,257,148 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435 96634 Sanitary Sewer Relocation 4,659,557 4,733,640 - 4,733,640 3,571,236 66,181 1,096,223 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 13,433,556 13,433,556 - 13,433,556 10,598,716 - 2,834,840 96664 Water Pollution Control R&R 38,070,314 35,570,314 (2,200,000) 33,370,314 22,162,461 3,054,995 8,152,858 14 96665 Sanitary Sewer R&R 96,552,135 100,389,127 - 100,389,127 83,377,203 14,727,072 2,284,852 96686 Pump Station Replacement 22,829,592 22,779,592 - 22,779,592 14,531,451 5,370,716 2,877,425 96721 System R & R - Maintenance 19,763,819 25,878,793 2,500,000 28,378,793 20,596,123 3,397,244 4,385,425 1596722Line Relocation - Maintenance 5,606,588 5,456,588 - 5,456,588 3,630,489 66,181 1,759,918 96739 Reclaimed Water Dist Sys 54,989,107 55,039,107 - 55,039,107 50,912,531 3,402,311 724,265 96742 Line Relocation-Capitalized 19,413,095 19,413,095 - 19,413,095 10,188,242 9,149,943 74,909 96744 System Expansion 4,515,843 4,515,843 - 4,515,843 3,892,523 - 623,320 96764 RO Plant Exp Res #1 15,727,067 15,727,067 - 15,727,067 13,291,745 451,538 1,983,784 96767 RO Plant at Res #2 47,372,249 47,372,249 (2,500,000) 44,872,249 42,391,356 652,996 1,827,897 16 96773 Groundwater Replenish Fac 5,929,570 5,929,570 - 5,929,570 5,917,653 2,987 8,930 96782 RO Plant @WTP #3 3,737,644 3,737,644 - 3,737,644 1,827,536 8,367 1,901,741 96783 Water Sys Upgrades/Improve 9,223,925 9,223,925 - 9,223,925 4,460,983 1,613,166 3,149,775 96784 Reclaim Water Distrib Sys R&R 9,744,714 6,970,180 - 6,970,180 2,964,162 1,983,629 2,022,389 96785 Feasibility Studies/Evalu - Wtr 5,001,010 5,001,010 - 5,001,010 2,450,805 38,744 2,511,461 96786 Devices/Equipment - Water 600,000 600,000 - 600,000 - - 600,000 321-C2412 Enterprise Asset Management 1,987,209 1,987,209 - 1,987,209 906,044 - 1,081,165 G2206 Portable Generators 771,000 771,000 - 771,000 212,380 - 558,620 L1904/L1905/ M2008 Vehicle & Equip-Sewer 1,077,913 1,000,239 - 1,000,239 1,000,239 - - C M1905 Marshall Street Plant R&R 4,160,000 1,660,000 9,668 1,669,668 657,811 802,248 209,608 17 M1906 Northeast Plant R&R 2,451,373 1,607,060 3,400,000 5,007,060 860,252 501,797 3,645,011 18 M1907 East Plant R&R 5,165,000 3,982,637 100,000 4,082,637 517,250 3,477,767 87,620 19 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 123,996 29,879 1,146,125 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 431,405 - 818,595 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 2,714,350 2,714,350 - 2,714,350 608,842 - 2,105,508 Sub-Total 498,236,278 498,246,830 9,668 498,256,498 366,734,104 60,215,841 71,306,552 Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 8,435,281 8,435,281 128,811 8,564,092 8,085,619 469,610 8,862.50 20 319-C2412 Enterprise Asset Management 800,000 800,000 - 800,000 - - 800,000 ENST180001 Stormwater Pipe System Improve 16,252,727 20,252,727 (128,811) 20,123,916 7,267,158 4,761,140 8,095,619 21 ENST180002 Allen's Creek 5,944,982 5,294,982 - 5,294,982 2,858,045 4,260 2,432,677 ENST180003 Stormwater System Expansion 739,375 754,932 - 754,932 403,494 7,360 344,079 ENST180004 Stevenson Creek 6,286,276 6,286,276 - 6,286,276 629,658 4,260 5,652,358 ENST180005 Coastal Basin 5,047,586 5,047,586 - 5,047,586 3,009,543 100,180 1,937,863 ENST180006 Alligator Creek Watershed 3,971,197 2,971,197 - 2,971,197 598,801 303,342 2,069,054 ENST180010 Lower Spring Branch Improve 5,459,000 6,109,000 - 6,109,000 464,699 77,145 5,567,156 ENST240001 North Beach Pump Station 7,000,000 8,000,000 - 8,000,000 38,325 10,600 7,951,075 Sub-Total 59,936,424 63,951,981 - 63,951,981 23,355,341 5,737,897 34,858,743 26 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other Physical Environment 93422 Dredging of City Waterways 1,546,204 1,546,204 - 1,546,204 483,487 - 1,062,717 C2214 Public Works Complex 15,366,468 15,366,468 - 15,366,468 - - 15,366,468 ENGF180006 City-wide Docks and Seawall 2,736,739 2,736,739 - 2,736,739 1,838,280 69,259 829,200 ENGF180011 Environment Assmt & Clean 1,349,664 1,349,664 - 1,349,664 179,571 2,736 1,167,357 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,377,893 696,450 1,677,657 M2002 Environ Prk Remediate & Protect 1,800,000 1,300,000 - 1,300,000 372,569 46,753 880,678 M2006 Right of Way Tree Mgt Prog 1,400,000 1,400,000 - 1,400,000 482,889 - 917,111 M2210 CW Municipal Cemetery Reno 770,000 770,000 - 770,000 354,208 - 415,792 Sub-Total 31,721,075 31,221,075 - 31,221,075 8,088,897 815,198 22,316,980 Road and Street Facilities C2102 Fort Harrison Reconstruction 25,863,936 25,863,936 - 25,863,936 2,509,877 6,086,309 17,267,750 C2103 Downtown Streetscaping 15,731,494 15,687,464 - 15,687,464 15,687,464 - - C C2407 Nash Street 7,524,586 7,524,586 - 7,524,586 92,184 192,392 7,240,010 C2408 Osceola Stscape/Util Rpl 8,234,156 9,226,742 - 9,226,742 921,250 1,101,093 7,204,399 C2506 Drew Street - 3,000,000 - 3,000,000 - - 3,000,000 ENGF200003 Memorial Cswy Bridge Lighting 200,000 152,656 - 152,656 152,656 - - C ENRD180002 Bridge Maintenance & Improve 12,289,997 12,289,997 - 12,289,997 4,701,726 80,908 7,507,364 ENRD180004 Streets and Sidewalks 36,196,349 36,197,234 - 36,197,234 25,772,339 1,250,485 9,174,411 ENRD180005 City-Wide Intersection Improve 4,122,907 4,122,907 - 4,122,907 1,560,365 6,931 2,555,610 ENRD180006 Traffic Signals 3,030,280 3,030,280 - 3,030,280 1,442,611 110,978 1,476,691 ENRD180007 Traffic Safety Infrastructure 1,980,979 1,980,979 - 1,980,979 1,266,930 84,137 629,912 ENRD240001 ATMS Infrastructure Upgrades 600,000 600,000 - 600,000 323,484 130,595 145,921 ENRD250001 Quiet Zone Compliance - 1,100,000 - 1,100,000 - - 1,100,000 G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 2,000,000 - - C Sub-Total 117,774,684 122,776,781 - 122,776,781 56,430,885 9,043,829 57,302,067 Airports 94817 Airpark Maint & Repair 498,445 498,445 - 498,445 426,066 - 72,379 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 - 40,286 G2108 Security System Upgrade 228,000 228,000 - 228,000 135,286 - 92,714 G2306 Apron Relayment 2,000,000 2,000,000 472,235 2,472,235 208,040 108,275 2,155,921 22 G2307 Aviation Operation Center 3,550,000 3,550,000 - 3,550,000 348,632 88,896 3,112,472 G2401 Airpark Hangars - New 3,579,300 3,579,300 - 3,579,300 3,270 - 3,576,030 G2409 Airpark Property Survey 100,000 100,000 - 100,000 92,810 5,000 2,190 G2508 Airpark Beacon - 110,000 - 110,000 - - 110,000 G2509 Airpark Emergency Generator - 500,000 - 500,000 - 60,000 440,000 Sub-Total 11,260,745 11,870,745 472,235 12,342,980 2,478,819 262,170 9,601,991 Water Transportation System 93415 Waterway Maintenance 1,250,000 1,250,000 - 1,250,000 936,249 12,380 301,371 G2410 Water Transprtn Ferry Grant 1,000,000 1,000,000 - 1,000,000 930,086 - 69,914 Sub-Total 2,250,000 2,250,000 - 2,250,000 1,866,335 12,380 371,285 Parking Facilities 335-C2412 Enterprise Asset Management 200,000 200,000 - 200,000 - - 200,000 C2502 Gotham Development Agrmnt 22,000,000 22,000,000 - 22,000,000 5,000,000 - 17,000,000 ENPK180001 Parking Lot Resurfacing 958,476 958,476 - 958,476 141,821 7,244 809,412 ENPK180002 Parking Lot Improvements 1,468,802 1,468,802 - 1,468,802 868,696 - 600,107 ENPK180003 Parking Facilities 5,471,348 5,471,348 - 5,471,348 2,928,966 34,700 2,507,682 ENPK230001 Downtown Parking Garage 31,700,000 25,700,000 - 25,700,000 1,505,236 566,102 23,628,663 ENPK250001 Beach Marina Parking Garage 3,000,000 3,000,000 - 3,000,000 - - 3,000,000 M2102 Seminole Boat Launch Maint 711,318 801,433 - 801,433 38,571 - 762,863 Sub-Total 65,509,945 59,600,060 - 59,600,060 10,483,288 608,046 48,508,726 27 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,736,333 117,071 196,596 C2501 City Shorelines 200,000 200,000 - 200,000 - - 200,000 ENGF180002 Downtown Intermodal 924,756 54,515 - 54,515 8,437 - 46,078 ENGF180003 Miscellaneous Engineering 604,146 604,146 - 604,146 394,097 73,875 136,174 ENGF180004 Survey Equipment Replace 80,288 80,288 - 80,288 - - 80,288 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 84,192,338 544,004 (75,020) Sub-Total 88,520,513 87,650,271 - 87,650,271 86,331,205 734,949 584,116 Other Economic Environment C2413 Mercado-Downtown Gateway 1,154,763 1,154,763 - 1,154,763 1,111,686 43,077 - C Sub-Total 1,154,763 1,154,763 - 1,154,763 1,111,686 43,077 - Libraries 93534 Library FF&E Repair & Replace 694,999 695,299 - 695,299 290,416 62,714 342,169 94861 Library Technology 1,600,000 1,600,000 - 1,600,000 1,362,017 - 237,983 C2211 Main Library Renovation 775,000 775,000 - 775,000 64,700 - 710,300 Sub-Total 3,069,999 3,070,299 - 3,070,299 1,717,133 62,714 1,290,452 Parks & Recreation 93133 Park Land Acquisition 2,597,351 4,344,351 - 4,344,351 4,324,332 - 20,018 93272 Bicycle Paths-Bridges 6,870,232 6,870,232 - 6,870,232 5,797,200 2,460 1,070,572 93602 Sp Events Equip Rep & Rplcmnt 485,000 485,000 - 485,000 353,384 - 131,616 93618 Misc Park & Rec Contract 1,315,000 1,315,000 - 1,315,000 1,103,373 95,884 115,743 93646 RR Expan-Barefoot Bch House 520,950 518,374 - 518,374 518,374 - - C C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Reno 855,272 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 17,500,000 17,500,000 - 17,500,000 1,808,210 14,146,866 1,544,923 C2209 Neighborhood Park Reno 600,000 600,000 - 600,000 - - 600,000 C2403 McKay Playfield Improve 1,950,930 1,950,930 - 1,950,930 1,839,694 91,106 20,130 C2404 Edgewater Drive Park Impv 1,050,000 1,050,000 - 1,050,000 78,725 37,375 933,900 C2405 Moccasin Lake Nature Park 100,000 100,000 - 100,000 - - 100,000 C2406 Pour-in-place Playgrnd Safe Prg 400,000 400,000 - 400,000 125,427 196,180 78,394 C2512 Landscape Reno and Repairs - - 800,000 800,000 - - 800,000 23 G2218 ARPA State Street Park Impv 1,049,662 1,549,662 - 1,549,662 139,889 1,352,823 56,951 G2507 Missouri Ave Medians - 550,000 - 550,000 - - 550,000 L1901 P&R Vehicle & Equip Additions 546,210 546,210 (25,772) 520,438 520,438 - - C 24 M2206 Parks & Beautification R&R 5,337,125 5,433,375 4,500 5,437,875 3,900,811 390,580 1,146,485 25 M2401 Amphitheater Repair & Impv 1,612,000 1,612,000 - 1,612,000 57,053 - 1,554,947 M2502 Coachman Park Improvements 200,000 200,000 - 200,000 2,000 - 198,000 ENGF180007 Phillip Jones Park Renovations 224,726 1,078,726 - 1,078,726 145,244 872,900 60,582 Sub-Total 51,714,458 55,459,132 778,728 56,237,860 27,714,152 17,186,174 11,337,534 Cultural Services A1901 Misc Minor Public Art 267,079 174,640 - 174,640 174,640 - C A2201 Cultural Arts Plan 120,000 15,085 - 15,085 15,085 - -C A2501 Arts and Cultural Affairs Fund - 197,354 400,000 597,354 - - 597,354 26 Sub-Total 387,079 387,079 400,000 787,079 189,725 - 597,354 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2024 to June 30, 2025 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 599,626 599,626 - 599,626 446,173 19,999 133,454 93420 Fuel System R & R 372,752 372,752 - 372,752 192,990 - 179,762 93499 Pier 60/Sailing Center Maint 1,071,952 374,093 - 374,093 374,093 - - C C1905 Beach Marina Upgrade 46,492,258 48,042,258 92,943 48,135,201 13,124,094 34,370,831 640,276 27 C1906 Clw Harbor Marina Repl & Up 2,995,695 2,995,695 - 2,995,695 2,594,994 129,247 271,454 C2001 Athletic Flds & Fac Reno/Imprv 8,450,000 8,450,000 - 8,450,000 - - 8,450,000 C2204 Soccer Reno EC Moore 100,000 - - - - - - C C2402 Frank Tack Improvements 750,000 750,000 - 750,000 - - 750,000 C2409 South Basin Attenuator 302,106 450,148 - 450,148 251,778 70,328 128,042 C2504 Countryside Pickleball 150,000 150,000 - 150,000 - - 150,000 C2505 Sports Lighting Retrofit 540,000 540,000 - 540,000 - - 540,000 C2510 E.C. Moore Renovations - 100,000 - 100,000 - - 100,000 M1902 Marine Fac Maint Dock R&R 817,470 817,470 (92,943) 724,527 661,480 - 63,046 28 M2204 Carpenter & BayCare R&R 7,481,513 7,481,513 - 7,481,513 3,174,602 125,347 4,181,564 M2205 Recreation Center R&R 2,902,601 2,902,601 - 2,902,601 1,028,684 70,270 1,803,647 M2207 Athletic Field R&R 3,517,568 3,517,568 - 3,517,568 1,034,637 570,835 1,912,096 M2208 Beach Walk/Pier 60 Park R&R 2,798,735 2,801,312 - 2,801,312 1,730,897 - 1,070,414 M2504 Sailing Center R&R - 650,000 - 650,000 - - 650,000 M2505 Pier 60 R&R - 47,858 - 47,858 - - 47,858 Sub-Total 79,342,275 81,042,893 - 81,042,893 24,614,422 35,356,857 21,071,614 TOTAL ALL PROJECTS 1,446,483,837 1,459,274,864 6,048,461 1,465,323,325 895,969,185 195,938,816 373,415,323 29 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 4,700 To record a budget increase of $4,700.00,which represents foreclosure registry fees collected to date,to bring the budget in line with actual receipts.4,700 Police Extra Duty 2 99215 421,714 To record a budget increase of $421,713.94 in police service revenue to bring the budget in line with actual receipts.421,714 Police Recruitments 3 99279 3,000 To record a budget increase of $3,000.00 of reimbursed training costs, which will bring the budget in line with receipts.3,000 Police Education Fund 4 99317 7,064 To record a budget increase of $7,064.17 in police education fine revenue,which will bring the budget in line with actual receipts.7,064 Investigative Recovery Costs 5 99329 7,917 To record a budget increase of $7,917.10 in fines,forfeitures, and penalties revenue to bring the budget in line with actual receipts. 7,917 Vehicle Replacement Fund 6 99350 32,604 To record a budget increase of $32,603.75 transferred from 99215,Police Extra Duty,representing revenue collected for vehicle usage on extra duty jobs.32,604 Crime Prevention Program 7 99364 25 To record an increase of $25.00 in donation revenue to bring the budget in line with actual receipts.25 Federal Forfeiture Sharing 8 99387 56,182 To record an increase of $56,182.27 in governmental revenues from the US Department of Justice to bring the budget in line with actual receipts.56,182 Emergency Operations 9 99927 499,794 To record a budget increase of $12,933.15 in FEMA reimbursement revenue from Hurricane Irma to bring the budget in line with actual receipts;and a transfer of $486,861.21 in reimbursement revenue from D2001, COVID-19 Prep & Response which is being closed.499,794 Special Program Fund Third Quarter Amendments FY 2024/25 30 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2024/25 Public Safety Programs (continued) Hurricane Debby 10 D2401 12,718 To record an increase of $12,718.07 transferred from closed program G2217,ARPA Education Grants &Partnership representing refunded General Fund revenue.12,718 Pedestrian/Bicycle Safety Grant 2025 - CLOSE PROGRAM 11 G2414 (1,899) To record a budget decrease of $1,899.36 in governmental revenues, this project is complete and will be closed.(1,899) School Resource Officers (SRO) 12 P1801 482,503 To record a budget increase of $428,702.85 in reimbursement revenue from the Pinellas County School Board for the annual SRO agreement for the 2025/26 school year as approved by the Council on August 3,2023;and an increase of $53,800.27 in reimbursement revenue from the Pinellas County School Board (PCSB) for SRO extra duty.482,503 Public Safety Program Totals:1,526,322 - 1,526,322 Physical Environment Programs Tree Replacement Program 13 99970 72,600 To record a budget increase of $72,600.00 in fines,forfeiture, and penalties revenue to bring the budget in line with actual receipts.72,600 Physical Environment Program Totals:72,600 - 72,600 Economic Environment Programs Public Facilities 2024 14 G2402 (15,000) To record a budget transfer of $15,000.00 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026.(15,000) Public Services 2024 - CLOSE PROGRAM 15 G2406 (81) To record a budget transfer of $80.64 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026. This program will be closed.(81) Public Facilities 2025 16 G2501 (58,000) To record a budget transfer of $58,000.00 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026.(58,000) 31 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2024/25 Public Services Programs (continued) Economic Development 2025 - CLOSE PROGRAM 17 G2502 (280,000) To record a budget transfer of $279,999.65 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026.(280,000) Infill Housing 2025 - CLOSE PROGRAM 18 G2504 (187,007) To record a budget transfer of $187,007.00 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026.(187,007) Public Services 2025 - CLOSE PROGRAM 19 G2505 (47,024) To record a budget transfer of $47,024.00 in Community Development Block Grant (CDBG)revenues to G2610,Public Facilities 2026. This program will be closed.(47,024) Public Facilities 2026 - NEW PROGRAM 20 G2610 587,111 To establish the project and record the following budget transfers of Community Development Block Grant (CDBG) revenues:1)$15,000.00 from G2402,Public Facilities 2024;2) $80.64 from G2406,Public Services 2024;3)$58,000.00 from G2501,Public Facilities 2025;4)$279,999.65 from G2502, Economic Development 2025;5)$187,007.00 from G2504, Infill Housing 2025;and 6)$47,024.00 from G2505,Public Services 2025.587,111 Economic Environment Program Totals:- - - Culture and Recreation Programs Library Special Account 21 99910 483 To record a budget increase of $482.61 in donation revenue to bring the budget in line with actual receipts.483 Clearwater for Youth Grants 22 G1907 11,650 To record a budget increase of $11,650.00 in donation revenue for youth programs.This will bring the budget in line with actual receipts.11,650 FY25 Special Events 23 E2501 47,717 To record a net budget increase of $47,717.30 in sponsorship, sales,and reimbursement revenue from the Sea-Blues festival, to bring the budget in line with actual receipts. 47,717 Culture and Recreation Program Total:59,850 - 59,850 1,658,772 - 1,658,772 Total Budget Increase/(Decrease): 32 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2024/25 Intrafund/Interfund Transfers Police Extra Duty 99215 32,604 To record a transfer of $32,603.75 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. COVID-19 Prep & Response - CLOSE PROGRAM D2001 486,861 To record a transfer of $486,861.21 in reimbursement revenue to program 99927,Emergency Operations.This program will be closed. Total Interfund Transfers:519,465 33 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2024 to June 30, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 453,659 453,659 - 453,659 262,633 191,025 G2413 HB1365/Pinellas County 50,000 50,000 50,000 50,000 - 0 C M1913 Lien Foreclosure Program 1,318,484 1,318,484 - 1,318,484 617,133 - 701,351 M2101 Planning Studies Fund 1,425,000 1,425,000 - 1,425,000 728,574 234,428 461,998 M2403 Feasibility Study 504,000 504,000 - 504,000 243,928 260,072 0 M2404 Property Use/Surplus Planning 200,000 200,000 - 200,000 - - 200,000 Sub-Total 4,240,142 4,240,142 - 4,240,142 2,052,195 494,500 1,693,447 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 197,900 203,700 4,700 208,400 22,163 - 186,238 1 99215 Police Extra Duty 9,240,910 10,401,491 421,714 10,823,205 10,594,163 - 229,042 2 99279 Police Recruitments 351,010 351,010 3,000 354,010 277,129 - 76,881 3 99281 Fed Forfeitures - Treasury 197,753 198,603 - 198,603 160,579 - 38,024 99316 Police Volunteers 183,519 183,519 - 183,519 148,522 - 34,997 99317 Police Education Fund 1,495,576 1,516,271 7,064 1,523,335 1,304,567 - 218,767 4 99329 Investigative Recovery Costs 3,192,812 3,322,563 7,917 3,330,481 2,924,694 31,424 374,362 5 99330 FL Contraband Forfeiture Fund 1,452,861 1,587,675 - 1,587,675 1,370,510 - 217,165 99350 Vehicle Replacement Fund 1,132,369 1,284,728 32,604 1,317,332 815,798 53,519 448,015 6 99356 Safe Neighborhood Program 1,552,703 1,592,703 - 1,592,703 1,516,448 - 76,255 99364 Crime Prevention Program 259,409 266,584 25 266,609 256,667 - 9,942 7 99387 Federal Forfeiture Sharing 2,622,309 2,657,518 56,182 2,713,700 2,106,139 - 607,561 8 99927 Emergency Operations 4,481,229 4,752,114 499,794 5,251,908 3,279,931 - 1,971,977 9 D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,981,240 - 0 C D2302 Hurricane Idalia 1,387,559 1,387,559 - 1,387,559 231,131 85,688 1,070,740D2401Hurricane Debby - - 12,718 12,718 106,082 44,867 -138,230 10 D2402 Hurricane Helene - - - - 2,608,077 2,275,847 -4,883,925D2501Hurricane Milton - - - - 1,768,802 405,153 -2,173,955 G2411 Police SAFE Grant 168,000 543,000 - 543,000 169,513 - 373,487 G2414 Pedestrian/Bicycle Safety Grant 2025 27,215 27,215 (1,899) 25,315 25,315 - 0 C 11 P1801 School Resource Officers 4,229,972 4,229,972 482,503 4,712,475 4,095,800 - 616,675 12 P2002 Police Body Worn Camera Program 882,922 882,922 882,922 882,922 - 0 C P2101 Mental Health Co-Responder Team 759,442 759,442 - 759,442 649,200 - 110,242 P2201 DEA OT Reimbursement Program 65,000 75,000 - 75,000 73,393 - 1,607 P2202 ESST OT Reimbursement Program 8,000 8,000 - 8,000 4,052 - 3,948 P2203 FBI OT Reimbursement Program 45,000 45,000 - 45,000 42,675 - 2,325 P2204 Secret Service OT Reimb Program 50,000 50,000 - 50,000 45,032 - 4,968 P2301 The Sound Acoustic Study 168,500 168,500 - 168,500 153,183 - 15,317 P2302 PSO - Countryside Christian 129,960 259,920 - 259,920 148,014 - 111,906 Sub-Total 36,263,170 38,736,249 1,526,322 40,262,571 37,761,743 2,896,498 -395,670 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 2,192,514 2,276,850 72,600 2,349,450 1,128,410 1,400 1,219,640 13 Sub-Total 2,192,514 2,276,850 72,600 2,349,450 1,128,410 1,400 1,219,640 TRANSPORTATION PROGRAMS M2503 Clearwater Ferry - PSTA - 100,000 - 100,000 - - 100,000 Sub-Total - 100,000 - 100,000 - - 100,000 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 1,330,158 605 218,575 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 40,156 - 250,697 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 G2207 Brownfield MAC Grant 300,000 300,000 - 300,000 184,303 - 115,697 G2209 Duke Energy ED Grant 50,000 50,000 - 50,000 26,443 - 23,557 G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 4,883,842 113,658 2,500 G2212 ARPA Affordable Housing 3,300,000 3,300,000 3,300,000 2,892,764 - 407,236 G2301 Public Facilities 2023 741,390 694,390 - 694,390 692,123 - 2,268 34 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2024 to June 30, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref - ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED)- G2302 Economic Development 2023 160,275 147,015 - 147,015 147,015 - 0 C G2303 Program Administration 2023 162,106 162,960 - 162,960 162,960 - 0 C G2402 Public Facilities 2024 1,113,895 1,113,895 (15,000) 1,098,895 1,094,677 - 4,218 14 G2403 Economic Development 2024 215,402 161,800 - 161,800 161,800 - 0 C G2404 Program Administration 2024 182,667 182,667 - 182,667 182,667 - 0 C G2406 Public Services 2024 136,998 136,998 (81) 136,917 136,917 - 0 C 15 G2408 HOME-ARP 1,637,567 1,637,567 - 1,637,567 11,447 2,623 1,623,497 M2405 Amplify Sublease Agreement 250,000 250,000 - 250,000 - - 250,000 G2501 Public Facilities 2025 448,934 502,517 (58,000) 444,517 60,600 379,580 4,337 16 G2502 Economic Development 2025 299,721 360,000 (280,000) 80,000 69,575 10,425 0 C 17 G2503 Program Administration 2025 188,278 187,424 - 187,424 150,739 1,577 35,109 G2504 Infill Housing 2025 187,007 187,007 (187,007) - - - 0 C 18 G2505 Public Services 2025 141,072 141,072 (47,024) 94,048 41,267 52,781 0 C 19 G2610 Public Facilities 2026 - - 587,111 587,111 - - 587,111 C 20 Sub-Total 17,893,011 17,893,011 - 17,893,011 12,761,426 561,248 4,570,338 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 8,981 - 19 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 21,080 21,080 - 21,080 13,509 - 7,570 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 2,704,560 2,704,560 - 2,704,560 2,081,304 - 623,256 G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 971,903 28,097 0 C M2209 Opioid Settlement Funds 431,565 522,751 - 522,751 442,000 - 80,750 Sub-Total 4,386,473 4,477,659 - 4,477,659 3,725,432 28,097 724,130 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 3,000 7,000 96,077 99910 Library Special Account 966,857 1,007,015 483 1,007,498 965,564 - 41,933 21 C2303 Library - Machan Estate 1,176,297 1,176,297 - 1,176,297 0 - 1,176,297 G1907 Clearwater for Youth Grants 112,509 124,937 11,650 136,587 94,581 - 42,006 22 G2412 Water Tank Mural Grant 60,000 60,000 - 60,000 60,000 - 0 C PRSE240001 FY24 Special Events 427,643 430,505 - 430,505 430,505 - 0 C 23 E2501 FY25 Special Events 70,000 339,621 47,717 387,338 278,398 10,104 98,837 Sub-Total 2,919,384 3,244,453 59,850 3,304,303 1,832,049 17,104 1,455,151 TOTAL ALL PROJECTS 67,894,695 70,968,364 1,658,772 72,627,136 59,261,255 3,998,845.89 9,367,035 35 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter Amendments FY 2024/25 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 23,598 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Parks & Rec Impact Fee 23,169 An increase in parks and recreation impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 300,000 An increase in interest earnings to bring the budget in line with anticipated receipts for the year. Fee in Lieu of Sidewalks 8,534 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Multi-Modal Impact Fees 327,085 An increase in multi-modal impact fees to bring the budget in line with actual receipts for the year. 682,386$ Net Revenue Amendments Expenditures No amendments are proposed to Special Development Fund expenditures at third quarter. -$ Net Expenditure Amendments 36 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 2024/25 Amendments Revenues: Ad Valorem Taxes 4,963,330 4,963,330 4,963,330 4,986,928 23,598 Infrastructure Tax 16,585,900 16,585,900 16,585,900 16,585,900 - Interest Earnings 385,000 385,000 385,000 685,000 300,000 Parks & Recreation Impact Fees - - - 23,169 23,169 Fee in Lieu of Sidewalks - - - 8,534 8,534 Multi-Modal Impact Fees 250,000 250,000 250,000 577,085 327,085 Local Option Fuel Tax 1,427,150 1,427,150 1,427,150 1,427,150 - Allocation of Assigned Fund Balance 390,000 2,625,000 3,117,000 3,117,000 - 24,001,380 26,236,380 26,728,380 27,410,766 682,386 Expenditures: Transfer to Capital Improvement Fund - Road Millage 4,963,330 5,503,330 5,503,330 5,503,330 - Infrastructure Tax 13,292,610 13,292,610 13,292,610 13,292,610 - Recreation Land Impact Fees - 980,000 1,158,500 1,158,500 - Open Space Impact Fees - 275,000 588,500 588,500 - Multi-Modal Impact fees 640,000 640,000 640,000 640,000 - Local Option Fuel Tax 1,427,150 1,867,150 1,867,150 1,867,150 - 20,323,090 22,558,090 23,050,090 23,050,090 - Revenues: CDBG Program Income 940,482 940,482 940,482 940,482 - Interest Earnings 479,000 506,923 506,923 506,923 - Intergovernmental Revenue - 495,488 766,373 1,316,092 549,719 Charges for Service Revenue - 601,035 1,166,380 1,640,512 474,131 Judgments, Fines and Forfeit Revenue - 303,639 357,415 444,997 87,581 Miscellaneous Revenue - 174,256 433,866 449,023 15,158 Transfers from General Fund:- - - - - Sister City Program 37,380 37,380 37,380 37,380 - Planning Study Fund 200,000 200,000 200,000 200,000 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 70,000 70,000 70,000 - Police Recruitments 60,000 60,000 60,000 60,000 - School Resource Officers 210,000 210,000 210,000 210,000 - Police Mental Health Co-Responder Te 165,020 165,020 165,020 165,020 - Transfers from Special Programs - 284,127 321,711 853,894 532,183 2,163,382 4,049,851 5,237,051 6,895,823 1,658,772 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 37 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 2024/25 Amendments Expenditures: General Government 237,380 237,380 237,380 237,380 - Public Safety 435,020 1,911,369 2,908,098 4,434,421 1,526,322 Physical Environment - 68,136 84,336 156,936 72,600 Transportation - 100,000 100,000 100,000 - Economic Environment 635,980 635,980 635,980 635,980 - Human Services 1,500 11,936 92,686 92,686 - Culture and Recreation 70,000 301,548 395,069 454,919 59,850 Interfund Transfers 304,502 304,502 304,502 304,502 - Transfer to Capital Fund 75,000 75,000 75,000 75,000 - 1,759,382 3,645,851 4,833,051 6,491,823 1,658,772 Revenues: HOME Investment Partnerships 400,222 400,222 400,222 400,222 - State Housing Initiatives Partnerships 902,203 902,203 902,203 902,203 - Total - HOME/SHIP Funds 1,302,425 1,302,425 1,302,425 1,302,425 - Expenditures: Economic Environment 860,779 860,779 860,779 860,779 - Interfund Transfers 441,646 441,646 441,646 441,646 - Total - HOME/SHIP Programs 1,302,425 1,302,425 1,302,425 1,302,425 - OTHER HOUSING ASSISTANCE FUNDS 38 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2024/25 39 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 7/8/25 Administrative Change Order #1 – Fire Station 47 (18-0011-FD). This change order decreases items in accordance with field conditions resulting in a net decrease to the contract. Biltmore Construction Co., Inc. (424,798.29) 40 Ordinance #9851-25 ORDINANCE NO. 9851-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2025 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, GAS FUND, MARINE FUND, PARKING FUND, SPECIAL DEVELOPMENT FUND, AND SPECIAL PROGRAM FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2025, for operating purposes, including debt service, was adopted by Ordinance No. 9793-24; and WHEREAS, at third quarter review it was found that an increase of $2,009,102 is necessary for revenues and an increase of $1,326,716 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9793-24 is amended to read: Pursuant to the Amended City Manager's Annual Report and estimate for the fiscal year beginning October 1, 2024 and ending September 30, 2025 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. 41 Ordinance #9851-25 PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Bruce Rector, Mayor Approved as to form: Attest: _______________________________ ________________________________ David Margolis, City Attorney Rosemarie Call, City Clerk EXHIBIT A 2024-25 BUDGET REVENUE First Third Quarter Mid-Year Quarter Budgeted Amended Amended Amended Revenues Budget Budget Budget Budget 2024/25 2024/25 2024/25 2024/25 Amendment General Fund: Ad Valorem Taxes 99,346,030 99,346,030 99,346,030 99,634,238 288,208 Utility Taxes 20,693,870 20,693,870 20,693,870 20,568,870 (125,000) Local Option, Fuel & Other Taxes 6,160,000 6,160,000 6,160,000 6,160,000 - Franchise Fees 12,600,000 12,600,000 12,600,000 11,804,000 (796,000) Other Permits & Fees 3,332,500 3,332,500 3,332,500 3,910,960 578,460 Intergovernmental Revenues 32,331,010 32,331,010 32,331,010 31,873,345 (457,665) Charges for Services 18,479,320 18,479,320 18,479,320 16,538,320 (1,941,000) Judgments, Fines & Forfeitures 1,441,000 1,441,000 1,441,000 1,761,870 320,870 Miscellaneous Revenues 8,892,340 8,892,340 8,892,340 10,315,626 1,423,286 Transfers In 15,030,410 15,030,410 15,068,024 16,332,983 1,264,959 Transfer (to) from Reserves 8,300,000 13,743,242 14,233,242 14,080,109 (153,133) Total, General Fund 226,606,480 232,049,722 232,577,336 232,980,321 402,985 Special Revenue Funds: Special Development Fund 24,001,380 26,236,380 26,728,380 27,410,766 682,386 Special Program Fund 2,163,382 4,049,851 5,237,051 6,895,823 1,658,772 Local Housing Asst Trust Fund 1,302,425 1,302,425 1,302,425 1,302,425 - Utility & Other Enterprise Funds: Water & Sewer Fund 115,202,440 115,202,440 115,202,440 115,202,440 - Stormwater Utility Fund 18,707,340 18,707,340 21,455,680 21,455,680 - Solid Waste & Recycling Fund 36,171,800 36,171,800 42,367,958 42,367,958 - Gas Fund 47,782,630 47,782,630 47,782,630 49,047,589 1,264,959 Airpark Fund 274,270 274,270 274,270 274,270 - Marine Fund 5,168,960 5,168,960 5,168,960 3,168,960 (2,000,000) Clearwater Harbor Marina 1,168,400 1,168,400 1,168,400 1,168,400 - Parking Fund 42,285,720 42,285,720 36,285,720 36,285,720 - Internal Service Funds: Administrative Services Fund 20,186,320 20,686,320 20,686,320 20,686,320 - General Services Fund 8,668,890 8,668,890 8,668,890 8,668,890 - Garage Fund 18,445,200 18,445,200 19,928,580 19,928,580 - Central Insurance Fund 40,048,550 40,048,550 40,048,550 40,048,550 - Total, All Funds 608,184,187 618,248,898 624,883,590 626,892,692 2,009,102 42 Ordinance #9851-25 EXHIBIT A (Continued) 2024-25 BUDGET EXPENDITURES First Third Quarter Mid Year Quarter Original Amended Amended Amended Budget Budget Budget Budget Budget 2024/25 2024/25 2024/25 2024/25 Amendment General Fund: City Council 664,064 664,064 664,064 664,064 - City Manager's Office 1,386,616 1,386,616 1,386,616 1,386,616 - City Attorney's Office 2,790,947 2,790,947 2,790,947 2,860,947 70,000 City Audit 507,056 507,056 507,056 507,056 - City Clerk 1,384,574 1,384,574 1,384,574 1,384,574 - CRA Administration 1,060,401 1,060,401 1,060,401 1,060,401 - Economic Development & Housing 2,400,886 2,400,886 2,400,886 2,400,886 - Finance 3,574,985 3,574,985 3,574,985 3,574,985 - Fire 35,817,579 38,659,234 38,659,234 39,223,533 564,299 Human Resources 2,416,584 2,416,584 2,416,584 2,416,584 - Library 10,090,842 10,090,842 10,090,842 10,090,842 - Non-Departmental 18,799,898 17,330,898 17,820,898 17,820,898 - Parks & Recreation 56,857,045 56,857,045 56,857,045 56,357,045 (500,000) Planning & Development 9,434,077 9,434,077 9,434,077 9,434,077 - Police 58,679,490 62,750,077 62,787,691 63,056,377 268,686 Public Communications 2,254,207 2,254,207 2,254,207 2,254,207 - Public Utilities 512,130 512,130 512,130 512,130 - Public Works 17,975,099 17,975,099 17,975,099 17,975,099 - Total, General Fund 226,606,480 232,049,722 232,577,336 232,980,321 402,985 Special Revenue Funds: Special Development Fund 20,323,090 22,558,090 23,050,090 23,050,090 - Special Program Fund 1,759,382 3,645,851 4,833,051 6,491,823 1,658,772 Local Housing Asst Trust Fund 1,302,425 1,302,425 1,302,425 1,302,425 - Utility & Other Enterprise Funds: Water & Sewer Fund 115,202,440 115,202,440 115,202,440 115,202,440 - Stormwater Utility Fund 17,455,680 17,455,680 21,455,680 21,455,680 - Solid Waste & Recycling Fund 34,182,440 35,036,440 41,232,598 41,232,598 - Gas Fund 47,782,630 47,782,630 47,782,630 49,047,589 1,264,959 Airpark Fund 151,110 151,110 151,110 151,110 - Marine Fund 5,168,960 5,168,960 5,168,960 3,168,960 (2,000,000) Clearwater Harbor Marina 1,168,400 1,168,400 1,168,400 1,168,400 - Parking Fund 42,285,720 42,285,720 36,285,720 36,285,720 - Internal Service Funds: Administrative Services Fund 20,153,590 20,653,590 20,653,590 20,653,590 - General Services Fund 8,668,890 8,668,890 8,668,890 8,668,890 - Garage Fund 18,432,510 18,432,510 19,915,890 19,915,890 - Central Insurance Fund 40,039,250 40,039,250 40,039,250 40,039,250 - Total, All Funds 600,682,997 611,601,708 619,488,060 620,814,776 1,326,716 43 Ordinance #9851-25 44 Ordinance #9852-25 ORDINANCE NO. 9852-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2025, TO REFLECT A BUDGET INCREASE OF $6,048,461 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2025 was adopted by Ordinance No. 9794-24; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9794-24 is amended to read: Pursuant to the Third Quarter Amended Capital Improvement Program Report and estimated budget for the fiscal year beginning October 1, 2024, and ending September 30, 2025, a copy of which is on file with the City Clerk, the City Council hereby adopts a Third Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Bruce Rector, Mayor Approved as to form: Attest: ______________________________ ____________________________ David Margolis, City Attorney Rosemarie Call, City Clerk First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2024/25 2024/25 2024/25 2024/25 Amendments Other General Government 25,974,500 29,431,453 29,742,943 33,937,131 4,194,188 Police Protection 570,000 962,044 1,032,042 1,032,042 - Fire Protection 1,129,730 1,129,730 1,794,816 2,267,847 473,031 Fire Rescue Services 406,520 406,520 262,520 (210,511) (473,031) Gas Utility Services 8,175,000 8,280,641 8,410,786 8,604,428 193,642 Solid Waste Services 2,430,000 2,430,000 2,430,000 2,430,000 - Water-Sewer Services 23,200,630 23,200,630 23,211,182 23,220,849 9,668 Flood Protection/Stormwater Mgmt 3,095,810 3,095,810 7,111,367 7,111,367 - Other Physical Environment 11,549,190 11,049,190 11,049,190 11,049,190 - Road and Street Facilities 24,131,020 27,131,020 29,133,117 29,133,117 - Airports 584,300 694,300 1,194,300 1,666,535 472,235 Water Transportation Systems 200,000 200,000 200,000 200,000 - Parking Facilities 32,889,000 32,889,000 26,979,115 26,979,115 - Other Transportation 170,000 170,000 (700,242) (700,242) - Libraries 110,000 110,000 110,300 110,300 - Parks & Recreation 4,000,000 6,606,424 7,744,674 8,523,402 778,728 Cultural Services 35,000 35,000 35,000 435,000 400,000 Special Recreation Facilities 14,188,000 15,740,576 15,888,618 15,888,618 - TOTAL PROJECT EXPENDITURES 152,838,700 163,562,338 165,629,727 171,678,188 6,048,461 GENERAL SOURCES: General Operating Revenue 27,172,760 32,418,760 33,022,988 34,222,988 1,200,000 Penny for Pinellas 13,292,610 13,292,610 13,292,610 13,292,610 - Road Millage 4,963,330 5,503,330 5,503,330 5,503,330 - Local Option Fuel Tax 1,427,150 1,867,150 1,867,150 1,867,150 - Grants 474,650 539,630 1,375,402 1,753,190 377,788 County Fire Reimbursements 129,540 129,540 129,540 129,540 - Other Governmental - 236,153 563,969 563,969 - Special Program Fund 75,000 75,000 231,748 231,748 - Multi-Modal Impact Fee 640,000 640,000 640,000 640,000 - Open Space Impact Fee - 275,000 588,500 588,500 - Recreation Land Impact Fee - 980,000 1,158,500 1,158,500 - Other - 90,910 117,595 122,095 4,500 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 45 Ordinance # 9852-25 First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2024/25 2024/25 2024/25 2024/25 Amendments EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 SELF SUPPORTING FUNDS: Parking Revenue 33,319,000 33,319,000 27,409,115 27,409,115 - Marine Revenue 150,000 1,700,000 1,700,000 1,700,000 - Clearwater Harbor Marina Revenue 175,000 175,000 175,000 175,000 - Airpark Revenue 35,000 145,000 245,000 245,000 - Airpark Reimbursement Revenue 274,650 274,650 274,650 369,097 94,447 Water Revenue 10,588,380 10,588,380 10,588,380 10,588,380 - Sewer Revenue 13,963,840 13,963,840 13,963,840 13,963,840 - Utility R&R 14,471,170 14,471,170 14,471,170 14,480,838 9,668 Water Impact Fees 160,000 160,000 160,000 160,000 - Stormwater Utility Revenue 6,550,600 6,550,600 10,550,600 10,550,600 - Gas Revenue 8,175,000 8,280,641 8,410,786 8,604,428 193,642 Solid Waste Revenue 2,430,000 3,284,000 3,284,000 3,284,000 - INTERNAL SERVICE FUNDS: Garage Revenue 175,000 675,000 1,978,880 1,978,880 - Administrative Services Revenue 1,900,000 2,400,000 2,400,000 2,400,000 - General Services Revenue 200,000 200,000 200,000 200,000 - Central Insurance Revenue 176,520 176,520 176,520 176,520 - - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 11,519,500 11,519,500 11,519,500 15,687,916 4,168,416 Lease Purchase - Administrative Services 400,000 (369,047) (369,047) (369,047) - TOTAL ALL FUNDING SOURCES:152,838,700 163,562,338 165,629,727 171,678,188 6,048,461 46 Ordinance # 9852-25 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0910 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2025 through September 30, 2026 in the not to exceed amount of $1,620,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Risk Management Division of the Finance Department purchases certain excess and specialty insurance policies through the efforts of Arthur J. Gallagher Risk Management Services, Inc. These policies include the following: Ambridge Public Excess package through Lloyd’s Syndicate 2987, Lloyd’s Syndicate 4711, Lloyd’s Syndicate 1686, Endurance American Specialty Insurance Company, and United Specialty Insurance Company for the following coverages: General Liability (including EMT-Paramedics, Water Utility and Gas Utility), Automobile Liability, Errors and Omissions Liability, Employee Benefits Liability, Crime, Law Enforcement Liability, Sexual Abuse Liability, Auto & Mobile Equipment Physical Damage (over the road only), and Excess Employers’ Liability (incidental USL&H and Jones Act Coverage). Excess Workers Compensation through Safety National Casualty Corporation for Workers Compensation and Employer’s Liability. Marina Liability package through Great American Insurance Company. Additional specialty policies through various insurers for Cyber Liability, Third Party Storage Tank Liability, Hull Protection and Indemnity, Fiduciary Liability and numerous flood policies. Unmanned Aircraft (Drone) Liability now renews with the property insurance program beginning April 1, 2025. Premium Renewals: The renewal premium for the Ambridge Public Excess package is $595,925.00, a 3.68% increase over the expiring premium. The renewal premium for the Excess Workers Compensation package is $587,746.00, a 7.57% increase over the expiring premium. The renewal premium for the Marina Liability package is $54,851.00, a 0.38% increase over the expiring premium. Risk Management is also estimating 14-23% increases for the specialty policies. The premiums are not yet due but will come due at various times throughout the next fiscal year. The need to budget for these amounts now is two-fold: The City pays the premiums through one purchase order to its broker, Arthur J. Gallagher Risk Management Services, Inc., who then pays the various insurers on the City’s Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0910 behalf. Typically, the City has 30 days to pay most invoices; however, insurance premiums are due immediately on demand and therefore there would be insufficient time to bring the individual premium requests to Council. The total requested not to exceed amount of $1,620,000.00 is an 8.28% increase over the current year actual amount of $1,496,152.22. APPROPRIATION CODE AND AMOUNT: 5907590-545100 $1,620,000.00 Funds are available in the Central Insurance Fund cost code 5907590-545100, Insurance Premiums, to fund these policies. The Central Insurance Fund is an internal service fund of the City which accounts for all insurance related costs. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.1 Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 9/11/2025 Effective FY2022-23 FY2023-24 FY2024-25 FY2024-25 FY2025-26 % Increase/Decrease % Increase/Decrease Date of Coverage Excess and Specialty Insurance Renewals:Actual Paid Actual Paid Approved Budget Actual Paid Requested from FY 24-25 Budget from FY 24-25 Actual 1-Oct Excess Package Policy including General Liability, Auto Liability, etc. ($500 SIR) including auto and mobile equipment physical damage over the road beginning 4/1/2023 436,643.62 549,088.00 632,825.00 574,750.00 595,925.00 -5.83%3.68% 1-Oct Marina Operator's Liability (removed from Excess Package Policy 10/1/2022)43,900.00 56,960.00 75,000.00 54,641.00 54,851.00 -26.87%0.38% 1-Oct Excess Workers' Compensation ($600K SIR)477,265.00 495,815.00 546,399.00 546,399.00 587,746.00 7.57%7.57% Total Excess Policies 957,808.62 1,101,863.00 1,254,224.00 1,175,790.00 1,238,522.00 -1.25%5.34% 13-Nov Unmanned Aircraft (Drone) Liability - included in Property Renewal beginning 4/1/2025 6,744.00 5,740.00 7,329.00 2,178.00 - -100.00%-100.00% 1-May Cyber Liability 49,583.00 48,006.00 58,630.00 45,851.00 55,038.00 -6.13%20.04% 20-May Third Party Storage Tank Liability 15,032.80 15,441.92 19,716.00 13,649.14 16,304.00 -17.31%19.45% 22-May Hull and P&I 25,609.00 28,302.00 36,136.00 39,643.00 46,211.00 27.88%16.57% 1-Jun Fiduciary Liability (New in 2021)54,476.16 53,942.08 65,878.00 53,942.08 61,617.00 -6.47%14.23% 8-Nov Flood: 525 N Betty Lane (CCC Clubhouse & Canopy)1,194.00 1,355.00 1,775.00 1,544.00 1,892.00 6.59%22.54% 9-Nov Flood: 601 N Old Coachman Rd (Spectrum Field)2,662.00 3,088.00 4,046.00 3,590.00 4,399.00 8.72%22.53% 10-Nov Flood: 1190 Russell St (Phillip Jones Restroom)9,243.00 10,015.00 13,120.00 10,862.00 13,310.00 1.45%22.54% 12-Nov Flood: 25 Causeway Blvd (Marina)20,158.00 20,264.00 26,548.00 20,467.00 25,080.00 -5.53%22.54% 12-Nov Flood: 69 Bay Esplanade (Recreation Ctr)22,717.00 22,865.00 29,956.00 23,004.00 28,188.00 -5.90%22.54% 12-Nov Flood: 3141-3157 Gulf to Bay Blvd (WPC-East)26,388.00 26,383.00 34,565.00 26,379.00 32,324.00 -6.48%22.54% 5-Feb Flood: 1 Causeway Blvd (Pier 60 Concession Stand)8,551.00 8,551.00 11,203.00 8,551.00 10,478.00 -6.47%22.54% 13-Feb Flood: 525 N Betty Lane (CCC Old Cart Storage)1,892.00 2,242.00 2,938.00 2,668.00 3,269.00 11.27%22.53% 13-Feb Flood: 525 N Betty Lane (CCC New Cart Storage)1,024.00 1,182.00 1,548.00 1,373.00 1,682.00 8.66%22.51% 29-Mar Flood: 653 N Old Coachman Rd (Carpenter Field Training Bldg)1,790.00 2,072.00 2,715.00 2,407.00 2,949.00 8.62%22.52% 8-Apr Flood: 651 N Old Coachman Rd (Carpenter Field Clubhouse)1,772.00 2,049.00 2,684.00 2,377.00 2,913.00 8.53%22.55% 17-Apr Flood: 332 S. Gulfview Blvd (Maintenance Bldg)4,811.00 5,349.00 7,007.00 5,936.00 6,783.00 -3.20%14.27% 21-Apr Flood: 332 S. Gulfview Blvd (Barefoot Beach House)4,482.00 4,984.00 6,530.00 5,535.00 7,274.00 11.39%31.42% 11-Jun Flood: 180 Gulfview Blvd (Lifeguard Bldg)11,980.00 12,044.00 15,778.00 12,085.00 14,809.00 -6.14%22.54% 12-Jun Flood: 700 Bayway Blvd (Police Station)4,061.00 4,777.00 6,257.00 5,629.00 6,898.00 10.24%22.54% 16-Jul Flood: 546 Mandalay Ave (Fire Station #46)26,690.00 27,036.00 35,420.00 27,396.00 33,570.00 -5.22%22.54% 3-Aug Flood: 1001 Gulf Blvd (Community Sailing Center)2,230.00 2,578.00 3,377.00 2,989.00 3,663.00 8.47%22.55% 29-Sep Flood: 1605 Harbor Dr (Pollution Control Bldg) 2,000.00 2,000.00 2,620.00 2,307.00 2,827.00 7.90%22.54% Total All Policies 1,262,898.58 1,412,129.00 1,650,000.00 1,496,152.22 1,620,000.00 -1.82%8.28% Note: Lessees reimburse the City for the cost of flood insurance premiums at the following properties: Clearwater Country Club - 525 N Betty Lane Barefoot Beach House - 332 S Gulfview Blvd Pier 60 Concession Stand - 1 Causeway Blvd Excess Insurance Renewal for 2025-26 Broker: Arthur J. Gallagher City of Clearwater October 1, 2025 Excess Insurance Renewal Below is a premium summary comparison of the City’s October 2025 esƟmated renewal premium results compared to October 2024 expiring programs. LINE OF COVERAGE 24-25 PREMIUM (expiring) 25-26 PREMIUM % Change Excess Liability Package (Ambridge) (General Liability, Auto, Law Enforcement, EPLI, Public Officials, and Auto/Mobile Equipment (Over- the-Road coverage only) $574,750 $595,925 +3.68% Excess Workers' CompensaƟon (Safety NaƟonal) $546,399 $587,746 +7.57% Marina Operators Legal Liability (Great American Insurance Co.) $56,641 $54,851 +0.38% Total $1,175,790 $1,238,522 +5.34% Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0903 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Provide direction on the 17-25 Call for Development Concepts. SUMMARY:   The Clearwater Main Library (Library) has been identified as a potential venue to support cultural, economic, and community uses within the City of Clearwater’s (City) downtown district. A timeline of the events related to receiving proposals is below. 17-25 Call for Development Concepts: Timeline Date Event Monday, Nov. 4, 2024 Trustee Teixeira Presentation Monday, Dec. 16, 2024 Comprehensive Report and RFP Scope review by CRA Trustees Monday, Jan. 13, 2025 CRA Trustee Review / Approval of RFP or LOI Wednesday, Feb. 19, 2025 Issue RFP/RFLOI Public Notice (120 days) Monday, May 24, 2025 Submission Period Opens Friday, June 20, 2025 Submission Deadline Wednesday, June 23, 2025 Email Review Committee Proposals (From Procurement) Thursday, June 23, 2025 - Tuesday, August 1, 2025 Evaluation Committee Time to Review Proposals Friday, August 1, 2025 Review Committee Meeting Monday, August 4, 2025 Top Ranked Proposers Notified Friday, August 15, 2025 Review Committee Meeting with Presentations from Top Ranked Proposers Prior to receiving proposals city staff used a variety of outlets to promote the development and use opportunities for the cultural community. Staff reached out to local and out of market museums and arts organizations to assess their interest in the initiative. In total, sixteen individuals expressed interest, including twelve who attended public tours conducted on April 11 and May 9, 2025. Outreach to the arts and museum community was extensive, with more than 200 institutions contacted through both email and physical mailings. Each mailing included a copy of the Call for Development Concepts flyer. Staff did receive formal declines as well as interest from organizations that indicated the need for further review with their respective boards. Paid promotional campaigns were also conducted to broaden visibility. American Alliance of Museums $4,5000 investment 1,147 views with 1,147 active users LinkedIn Campaign $1,000 investment 359,208 individuals delivered 660,488 impressions, and resulted in 247 direct clicks 25.7% of the identified target audience, which included artists, designers, and media professionals. Media coverage also included news outlets featuring the Library Redevelopment project such as Biz Journals (February 25, 2025), Florida Construction News (February 27, 2025), 83 Degrees Media (March 19, 2025), I Love The Berg (March 19, 2025), the American Alliance of Museums (April 4, 2025), and Bay News 9 (May 21, 2025). In addition, the Florida Redevelopment Association (FRA) featured the project in 17 newsletter editions continuously from February 2025 to June 2025. General outreach also Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0903 included local social media and resident outreach via typical methods. On June 20, 2025, proposals for 17-25 Call for Development Concepts (17-25) seeking a partner to repurpose all or a portion of the Main Library into an arts and cultural hub were received. The City of Clearwater received six proposals from the following groups: Art Studio & Productions Botanica USA Comedy Hall of Fame Imagine Museum Proforma Wizard of Oz Museum On August 1, 2025, a committee of seven city staff members met to review the proposals and shortlisted three finalists to appear and present before the committee. In alphabetical order, the committee selected Comedy Hall of Fame, Imagine Museum, and Wizard of Oz Museum as the three finalists. The selection committee included the following members: Amber Brice, Arts & Cultural Affairs Audra Aja, Economic Development & Housing Jay Ravins, Finance Jennifer Obermaier, Library Mark Parry, Parks & Recreation Rob Simpson, Public Communications Tara Kivett, Public Works Committee Ranking: On August 15, 2025, the committee held a second meeting to listen to presentations from the three top ranked proposers. The presentations were ranked as follows: Imagine Museum (1.42) Comedy Hall of Fame (1.85) Wizard of Oz Museum (2.71) (Proposal Withdrawn via telephone 9/5/25) A summary of the business provided by each presenter is provided below. Imagine Museum - Proposes to operate a curated glass art exhibition with three options ranging from a first floor only option exhibit (10,000 sq. ft.) with a monthly rent of $1,000.00 to an entire use with a monthly rent of $5,500.00. The museum is requesting a lease term of five years with five-year renewal options for up to twenty years. Estimated construction costs - Option 1 - $132,000; Option 2 - $330,000; Option 3 - $660,000. No financial incentives were requested, but the proposer did indicate a desire to partner on marketing, promotions for the museum and obtain assistance with permitting. Comedy Hall of Fame - Proposes to operate a 501(c)(3) non-profit museum that aims to educate and preserve the history of American comedy and share this history with the public in an entertaining fashion. The requested lease space is for the first floor only (10,000 sq. ft.). The lease term is a ten-year minimum with an annual rent of $1.00. The proposal did not include an estimate of construction costs, but assistance is requested from the City of Clearwater in the amount of $60,000 to assist with relocating the museum from Holiday, Florida and construction activities such as exhibit installation and utility connections. Wizard of Oz Museum - Proposes to operate a museum consisting of five areas totaling 10,015 sq. ft., including the museum exhibit, a kid’s section, an immersive experience, a gift shop, and a museum merchandise storage room. No rent would accrue during the first three years of the lease. Beginning in the fourth year, the rent would increase to $80,000.00 annually. On September 5, 2025, the proposal was withdrawn from consideration by the project sponsor. STRATEGIC PRIORITY: 1.5 Embrace innovation that drives continuous improvement and serves community needs. 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. 3.1 Support neighborhood identify through services and programs that empower community pride and belonging. 4.2 Adopt sustainable practices in redevelopment projects to protect current and future generations. Page 2 City of Clearwater Printed on 9/11/2025 THE CLEARWATER LIBRARY REIMAGINED: 100 N. Osceola Avenue, Clearwater, Florida, 33755 CALL FOR DEVELOPMENT CONCEPTS 2025 A CULTURAL DESTINATION Proposals may be submitted beginning May 21, 2025 and until June 20, 2025, 10 a.m. 1 SUMMARY OF DEVELOPMENT OPPORTUNITY The city of Clearwater (the “city”) invites museums, planetariums, or performing arts institutions to partner with the city in transforming any portion, including the majority of the Clearwater Main Library into a destination experience for Tampa Bay area residents and visitors. The Clearwater Main Library is a five-story, 92,332-square-foot venue located at 100 N. Osceola Ave. Located in downtown Clearwater, the Main Library boasts waterfront views to the west and rests on the eastern border of Coachman Park, an $84 million venue completed in 2023. The 25-acre park boasts a variety of amenities including a 4,000-seat amphitheater operated by Ruth Eckerd Hall, large lawn area, splashpad and playground. Immediately to the south of the Main Library will be the Harborview Hotel, a Hilton Tapestry property that will seamlessly blend retail and environmental conscientiousness into Coachman Park. The Main Library offers street frontage to the north along Drew Street, and to the east along Osceola Avenue. Responsive concepts will estimate the portion of the Main Library desired by the respondent. The city intends to enter into one or more ground leases with museums or other cultural partners interested in activating a minimum of 10,000 square feet within the existing building via exhibits, amenities, or dining. Please note that while the city is receptive to interior redesign, including modifications to the interior floorplan and layout, the shell of the Main Library will remain intact. 2 COMMUNITY BACKGROUND The city of Clearwater is part of the Tampa-St Petersburg-Clearwater metropolitan area, commonly known as Tampa Bay, which is the 17th-largest metropolitan area in the United States, with a population of 3.1 million. The Tampa Bay region is home to a plethora of cultural and recreational establishments, with more than 4.06 establishments for every 10,000 persons, and these cultural amenities continue to grow. The city of Clearwater stretches from the tranquil waters of Tampa Bay to the pristine shores of the Gulf of Mexico, offering a unique blend of urban energy and coastal relaxation. Clearwater is renowned for its natural beauty, diverse housing options, abundance of recreational options, and exceptional business opportunities. It’s a semi-tropical paradise that provides a safe and welcoming environment for families, with excellent schools and a wide variety of activities for all ages. Whether you’re here on vacation or making Clearwater your home, it’s easy to see why so many visitors end up staying. Clearwater is a place where you can truly have it all. 3 Famous for its world-class, white sandy beaches, Clearwater consistently ranks among the best in America. Just steps away from the beach, visitors can enjoy the state-of-the-art Clearwater Marine Aquarium, home to a variety of marine life and popular conservation efforts. Sports fans also flock to the city as the Spring Training home of the Philadelphia Phillies. For those who appreciate culture and the arts, Clearwater offers a wealth of entertainment options. Ruth Eckerd Hall, the Bilheimer Capitol Theatre, and The BayCare Sound at Coachman Park host a variety of concerts, theater performances, and events throughout the year from local and national talent. Downtown Clearwater is a charming, pedestrian-friendly area filled with delicious dining spots and unique boutiques, all just a short walk from Coachman Park. Set on the picturesque shores of the Clearwater Harbor Marina, the new Coachman Park features lush green spaces, a world-class music venue, and a range of exciting amenities perfect for outdoor enthusiasts. Whether you’re relaxing in the park or attending a live event, it’s clear that Clearwater offers an exceptional quality of life. The city is also home to a flourishing arts scene adding to its cultural fabric. Clearwater’s arts community continues to grow, offering creative opportunities for artists and audiences alike. Bringing your institution to this inspiring city is an opportunity to connect with a dynamic and ever-expanding audience, while becoming an integral part of a community that celebrates artistic expression and culture. From its stunning beaches to its lively downtown, Clearwater is a city that shines with endless possibilities, making it the perfect place to visit, live, and thrive from bay to beach. 4 REGULATORY FRAMEWORK -- ZONING CONTEXT The Clearwater Main Library is in the heart of downtown, adjacent to the city’s downtown marina and the waterfront park. It is one of five library locations in the Clearwater Public Library System. The Main Library is zoned “Downtown” which allows a wide range of uses. The city wishes to utilize the Main Library for museums, performing arts, cultural uses, a planetarium, or similar amenities, all of which are allowed. While restaurants and cafes are also permissible, the city would only consider these as secondary uses. The city is not entertaining offers currently to use the site for residential development, another hotel, or office space. 5 FLOORPLAN DETAILS Gross Floor Area • Includes all enclosed spaces measured to the exterior wall dimensions. • Total over 4 floors: 89,391 sq. ft. • Roof terrace: 2,941 sq. ft. • Total over 4 floors plus roof terrace: 92,332 sq. ft. Net Floor Area (Usable Space) • Excludes non-usable spaces such as wall thickness, interior walls, stairwells, elevators, and mechanical areas. • Determines allowable occupancy and functional use of the building. • Breakdown per plan set as measured by city staff: o First Floor: 16,144 sq. ft. o Second Floor: 15,409 sq. ft. o Third Floor: 17,717 sq. ft. o Fourth Floor: 3,524 sq. ft. o Roof Terrace: 2,941 sq. ft. o Total Usable Space: 55,735 sq. ft. The city will provide detailed as-built plans of the library building upon request. Tours of the building can be scheduled by contacting city of Clearwater Redevelopment Agency staff. 6 OPPORTUNITIES FOR PUBLIC FUNDING OR SUBSIDY By utilizing the existing Main Library, respondents will enjoy substantially reduced design and construction costs. In addition, the successful respondent(s) will have no responsibility for ad valorem taxes during the term of the lease. The city’s Community Redevelopment Agency (“CRA”) or its Downtown Development Board (“DDB”) may consider limited grant funding to partially offset certain costs associated with renovating or modifying the Main Library to fulfill its full potential. Visit St. Pete – Clearwater is Pinellas County’s tourism development arm. To the extent that the project enhances visitors’ experience in Pinellas County, and attracts additional visitors to the area, the project may be eligible for tourism development funds. Please note that the city does not control these funds; therefore, the viability of the respondent’s pro forma should not depend on funding from this source. 7 PARKING AND TRANSPORTATION The Hilton Tapestry hotel, with an expected completion date in the end of 2027, will include a 169-space, all-valet parking garage. Parking will generally be available at market rate. Additional opportunities may exist to partner with The DeNunzio Group, which recently paid market rate for the parcel on which the hotel will be located. The city also has the 255-space Garden Avenue Parking Garage located two blocks east of the Main Library. In addition, the city is finalizing the design of a 380-space public parking garage on Osceola Avenue, two blocks south of the Main Library. Completion of the garage is anticipated in 2026. Currently, there are more than 2,000 parking spaces available within walking distance of the Clearwater Main Library. The Main Library is located one block east of the Clearwater Harbor Marina, a primary launch point for the Clearwater Ferry. The Clearwater Ferry offers regular service to and from Clearwater Beach, allowing visitors to the Main Library to easily visit the beach and vice versa. The Clearwater Harbor Marina is home to 126 boat slips, with 12 slips available for transient boaters. Finally, the Pinellas Suncoast Transit Authority (“PSTA”) is finalizing its design of a new intermodal center to be located at 710 Court St., less than one mile east of the Main Library. The city can partner with PSTA and the successful respondent(s) to create a transit schedule that accommodates passenger demand to and from the Main Library. ISSUE DATE: PROJECT NO: DRAWING TITLE: SHEET NUMBER:THE INFORMATION HEREON IS THE PROPERTY OF BEHAR PETERANECZ, INC. USE, DUPLICATION OR TRANSMITTAL WITHOUT WRITTEN PERMISSION IS PROHIBITED. 2340 TERMINAL DRIVE SOUTH | ST. PETERSBURG, FL 33712(727) 800-5300 | ARCHITECTUREBP.COM| A A 26001704 I B 26001704BeharPeteraneczARCHITECTURE | INTERIORSEDITION: SARAH-JANE L. VATELOTAR101126 FLORIDA A3.07 04.26.2024 CONCEPTUALRENDERINGS 23.007 DEVELOPMENT REVIEWHARBORVIEW50 N. OSCEOLA AVENUECLEARWATER, FLCHOOSE "OFFICE_???" LOCATION PARAMETER000.000.0000CONSULTANT LOGO HERE 1 2 4 5 6 7 E D C B A 3 E D C B A 6 7 1 2 4 5 3PRINTED:FILE PATH:www.HarvardJolly.com AR 0013140© 2024 HARVARD JOLLY, INC. TO THE BEST OF MY KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE MINIMUM BUILDING CODES. NAME:, LIC. #, DATE: Comm. No: Date: Drawn by: Checked by:HRAVARDJOLLY11/8/2024 5:49:05 PMAutodesk Docs://22058.00 Clearwater South Osceola Parking/AR23_22058-00_South_Osceola_Parking.rvtA-203CLEARWATER, FLORIDA155 SOUTH OSCEOLA AVENUESCHEMATIC DESIGNELEVATIONSS. OSCEOLA PARKING GARAGE22058.00 11/08/24 JC AB Revisions No. D a t e RevisionDescription Artist’s rendering of a proposed 386-space parking garage being built at 155 S. Osceola Ave. An artist’s rendering of the Hilton Tapestry hotel, under construction just south of the main library, is expected to be completed by the end of 2027. 8 SUBMISSION REQUIREMENTS Submissions will be made by following these steps: • Applications will be accepted beginning May 21, 2025, and must be submitted by June 20, 2025,10 a.m. • Scan the QR code below to submit your proposal. • Complete the online form with “Your Information” • Use the drop-down arrow to select “Clearwater Main Library Reimagine Project” • Drag and drop your files into the “Upload Files Here” box • Once complete, hit “Submit” NOTE: After submission of documents, retracting them requires sending an email from your company to the address specified under the respective documentation on the city’s website. Retractions are only permitted for open solicitations. Deadline Submissions shall be received no later than June 20, 2025, 10 a.m. EST. Submissions received after the specified time will NOT be considered. NOTE: Museums and other institutions will retain creative control of all artwork. 9 RESPONDENT REQUIREMENTS The city invites responses from partners with experience in developing, operating, or renovating existing structures for cultural uses such as museums, performing arts, interactive exhibits, or a planetarium. The city welcomes concepts that include restaurants or cafes as secondary uses. This private-public partnership will be structured as a long-term ground lease between the successful respondent(s) and the city. Respondent teams must clearly and completely address each of the following areas in response to be eligible for selection: 1. Cover Letter. Responding teams should prepare a cover letter summarizing the proposed concept(s) and the experience of the assembled team. This letter should also identify the primary contact person for the respondent organization. 2. Development and Operational Plan. Teams should include a description of their vision for redeveloping the site or sites. At a minimum, respondents must include the following: a. Project Narrative. Respondents should describe the concept, the approximate or estimated square footage (which can be expressed as a range), and one or more renders, illustrations or diagrams to assist in articulating the concept. The inclusion of visual representations is required. The narrative should also indicate the manner or goals for integration with or compatible synergy with Coachman Park and the Hilton Tapestry. b. Design and Construction Responsibility. The city encourages responses that propose a reverse build-to-suit, in which the tenant selects and hires the design and construction professionals. The city’s role will be limited to permitting and reasonable design approval. However, the city will consider a proposal contemplating a city-led, build-to-suit if the tenant agrees to appropriate contractual provisions that protect the city’s investment. Respondents should specify their preference regarding build-to-suit or reverse build-to-suit. c. Estimated Project Schedule. Respondents should estimate or indicate their preferences and goals in terms of the timeframe in which to renovate the Main Library and commencement of a ground lease. d. Operational Plan. Respondents should describe their approach to staffing and operating the facility within a publicly owned building. e. Requested Lease Term. The City Charter authorizes ground leases up to sixty-five (65) years in duration, with an opportunity to renew for up to thirty (30) additional years. The requested term, including renewal options if requested, should be specified in the development plan. 10 3. Financial Plan. Teams should provide detailed pro forma cash flow projecting the first decade (10 years) of operation. The pro forma must include, at a minimum: a. Private Capital. The city seeks a strong and financially stable partner that is able and willing through equity, private donations, or tenant- issued debt to invest in the leased premises. The respondent’s maximum capital contribution, which should be separate from the proposed monthly lease amount and any operating expenses, should be identified in this category, as well as the source of funds supporting the capital contribution. b. Projected Revenues. Respondents will be allowed to charge admission at market rates to the public and retain all revenues. Recognizing that tickets can be customized, the respondent should nevertheless estimate the total revenue expected from ticket sales and the estimated number of tickets the respondent reasonably expects to sell per year. c. Monthly Lease Payable to the City. The fixed amount, including annual escalation, the respondent offers to pay the city in exchange for leasing the requested premises. d. Operating Expenses. The estimated cost to the tenant in operating the premises for the intended usage. All expenses should be estimated by and identified by category, e.g. utilities in one category and staffing in another. e. Conditional Public Funding Sources & Use of Incentives. If public funding is requested, this description should include an estimate of the total dollars requested and the purpose(s) to which those dollars will be applied. Any additional or indirect incentives should also be specified here. f. Construction Costs. Respondents should include a professional conceptual estimate of all construction and interior redesign costs. 11 EXPENSES INCURRED IN RESPONDING TO THIS CALL FOR DEVELOPMENT CONCEPTS All respondents responding to this Call for Development Concepts do so at their sole expense and risk. The city assumes no financial or other obligation to respondents who respond. The city will not be liable to any broker, consultant or other entity acting on behalf of any respondent for any fee or payment relating directly or indirectly to its proposed concept. NON-CONFIDENTIALITY All concepts, qualifications, correspondence, and records made thereof, are public record and handled in compliance with applicable state and local laws. SELECTION PROCESS The city will evaluate proposed concepts in accordance with the requirements as well as any interviews, references, or other supplemental information provided. The selection process will include: 1. Submission Review: Submissions will be reviewed by a five-member selection committee of city staff to determine whether the respondents concept fulfills all submission requirements and meets the minimum threshold requirements listed below. 2. Invitation to Interview: The selection committee may, in its sole discretion, create a short-list of finalists. The selection committee may also, in its sole discretion, invite one or more respondents to interview with the committee. 3. Committee Recommendation: Each member of the selection committee shall independently rank the respondents, with the preferred respondent being ranked numerically as “1.” The selection committee’s recommendation(s) shall be shared with the City Council. 4. City Council Discussion: Respondents are invited to present to City Council on [insert date]. in City Council Chambers, in which respondents will have the opportunity to present their concept, approach to partnerships, timeline, development team, and financial plan. 5. Final Decision: The City Council will make a final selection in favor of one or more respondents. If any aspects of a proposal are not acceptable to the city, the City Council may direct city staff to negotiate or draft alternative terms that accomplish the city’s objectives. The project(s) will begin once the respondent(s) and the city have signed a ground lease. At any point prior to executing the ground lease, the city or the respondent(s) may terminate negotiations at will. 12 Project Milestones Estimated Timeline Launch Call for Development Concepts Feb. 19, 2025 Submission Period Opens May 21, 2025 Submission Period Ends June 20, 2025, 10 a.m. Alignment with CRA and Strategic Plan goals 30% Financial and operational feasibility 25% Innovation and design quality 20% Community impact 15% Partnership potential 10% PROPOSED SCHEDULE EVALUATION CRITERIA 13 MAINLIBRARY MAINLIBRARY THE BAYCARESOUND COACHMANPARK COURTHOUSE CAPITOLTHEATRE POLICE MUNICIPALSERVICES POSTOFFICE PARKSTREETBUSSTATION CITY OFFICES STATION SQUAREPARK DREW ST DREW ST PARK ST PARK ST LAURA STLAURA STLAURA ST HENDRICKS STHENDRICKS ST CLEVELAND ST S OSCEOLA AVES FORT HARRISON AVEN FORT HARRISON AVES MISSOURI AVES MISSOURI AVES MISSOURI AVES MLK JR. AVES MLK JR. AVES MLK JR. AVES GARDEN AVEBAY AVEOAK AVEOAK AVEPALM AVES GARDEN AVES EAST AVENUES EAST AVENUEN EAST AVENUEN MYRTLE AVENUES MYRTLE AVENUES PROSPECT AVENUES PROSPECT AVENUES MYRTLE AVENUE N GARDEN AVE N OSCEOLA AVEWATTERSON AVEPIERCE ST PIERCE ST FRANKLIN ST FRANKLIN ST PIERCE ST COURT ST COURT STSR-60 US-19 ALT SR-590US-19 ALT SR-590COURT STSR-60 CHESTNUT ST CHESTNUT STCHESTNUT ST ROGERS ST ROGERS ST C H E S T N U T S T CA U S E W A Y B R I D G E ME M O R I A L HARBORCLEARWATER 155 S. Osceola AveParking Proposed Site Future siteof HiltonTapestry hotel CoutyParking Garage Garden Ave.ParkingGarage CLEVELAND ST LOCATION MAP Page 1 of 3 Addendum #1 Call for Development Concepts – Clearwater Main Library DATE NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received for the Call for Development Concepts – Clearwater Main Library. Please continue to visit www.myclearwater.com/reimagine for the latest information. Question 1: It states in the documentation for the project that the city will provide detailed as-built plans of the library building upon request. Can we obtain a copy of the as-built plans? Answer to Question 1: The plans can be located on the City’s website at: www.myclearwater.com/reimagine under Library Plans. Question 2: It is understood that utilities are considered an operating expense and we are to provide what our operating expenses will be. If we were to lease approximately 16,000 square feet, do you have any estimates for what the utility costs are currently, per month? Answer to Question 2: The average cost for all the utilities combined for the entire building (100 N Osceola Ave) from February 2024 to February 2025 is $30,006.74 per month. Of that amount, the electric bill is approximately $20,000 per month and the other utilities (for things such as water, sewer, stormwater, trash and recycling) is another approximately $10,000 per month. Question 3: It is understood that parking at the library currently is across the street on Osceola Avenue, and we're assuming during the construction of the Hilton Tapestry Hotel, that will be the only parking available. Will we be given a certain amount of parking spaces for staff and visitors to the museum? It is also understood that plans are in progress for a new parking facility further down Osceola. Can you provide any additional information on the parking allocation for the tenants and their public? Answer to Question 3: The 10 parking spots at the library will remain open to the public for library use during their normal hours of operation: even during construction. These spaces are open to the public after hours. The privately owned lot across the street from the library is an overflow lot for library patrons and employees only. The city does not “manage” those spaces and cannot reserve them. The spaces are first come, first serve. The parking garage will have parking kiosks for the public to pay for parking. The city has committed some spaces for the Peace Memorial Church per the land purchase agreement. All other spaces will be first come, first serve, and will not be reserved. Tenants may purchase a monthly parking permit for the same monthly rate as other city garages at the time the garage opens. The new parking garage is expected to be under construction from August 2025 until Fall 2026. Question 4: Can we get the as-built plans for the Clearwater Main Library Reimagine Project? Answer to Question 4: Reference Answer to Question 1 Above. NEW QUESTIONS THAT HAVE COME IN AFTER LAST POSTING TO WEBSITE Page 2 of 3 Question 5: We have noticed that a number of unhoused individuals use the building during the day—making use of the public areas, restrooms, and often spending time outside near the entrance. Does the city have any plans in place (or in progress) to support this population or manage that dynamic once the building shifts toward more mixed use? Answer to Question 5: The Clearwater Police Department has a comprehensive crime- prevention and monitoring program for the downtown area. The police downtown bike team regularly patrols the area and keeps in constant contact with unhoused individuals and local service providers who can help them. The police department also has a full- time social-services specialist who works with this population. An extensive security camera system and a real-time crime center help monitor these areas. Because of all these combined efforts, the related crime rate is rather low. Additionally, as downtown gets busier, the number of attendees in Coachman Park grows and a potential museum is developed, the unhoused individuals tend to move to less-populated areas. Given the assumption that areas of the potential museum or cultural space will require a ticket, this will also be a deterrent for loitering. The city and Clearwater Police Department will remain partners to monitor any issues and provide solutions where needed. Question 6: Answer to Question 6: Question 7: Answer to Question 7: Question 8: Answer to Question 8: Question 9: Answer to Question 9: Question 10: Answer to Question 10: Question 11: Answer to Question 11: Question 12: Answer to Question 12: Question 13: Answer to Question 13: Question 14: Answer to Question 14: Question 15: Page 3 of 3 Answer to Question 15: Question 16: Answer to Question 16: Question 17: Answer to Question 17: End of Questions and Answers Additional Clarification: ADD HERE All other dates and terms and conditions remain the same in this Invitation to Bid. End of Addenda Public Notice The City of Clearwater (the “City”) invites museums, planetariums, and performing arts institutions to partner with the City in transforming any portion, including the majority of the Clearwater Main Library into a destination experience for Tampa Bay area residents and visitors. The Clearwater Main Library is a five-story, 92,332-square-foot venue located at 100 N. Osceola Avenue bearing the Parcel I.D. No. of 16-29-15-43956-000-0010. Located in downtown Clearwater, the Main Library boasts waterfront views and is adjacent to Coachman Park. Responsive concepts will estimate the portion of the Main Library desired. The City intends to enter into one or more ground leases with museums or other cultural partners interested in activating a minimum of 10,000 square feet. The City invites responses from partners with experience in developing, operating, or renovating existing structures for cultural uses. The city welcomes concepts that include restaurants or cafes as secondary uses. This private-public partnership will be structured as a long-term ground lease between the successful respondent(s) and the City. For further information about this request for development concepts please visit www.myclearwater.com/reimagine or contact the Procurement Division at (727) 562-4630, P.O. Box 4748, Clearwater, FL 33758. Proposals may be submitted on the City’s website listed above beginning on May 21, 2025 and until June 20, 2025 at 10:00 A.M. NOSCEOLAAVENFORTHARRISONAVEDREW ST HENDRICKS ST CLEVELAND ST LAURA ST WATTERSON AVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\CRA\Library Museum Redevelopment Site\Library Museum Redevelopment Site.aprx Prepared by: Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Library Museum Redevelopment Site ² N.T.S.Scale:Aerial Flown 2023 Page 1 of 1KFMap Gen By:ESReviewed By:Date:12/12/2024 AERIAL MAP I am not a developer; I am a Dreamer that starts things in motion. The City of Clearwater has an opportunity to create the growth of downtown that we talk about and see dreams of. In the past we blame scientology for not making space available . I hope they will follow thru and develop Cleveland Street. When the city becomes a landlord and controls the land that we do own we not only change the landscape of what downtown looks like, but we also increase the cash to meet budgets without a burden on the citizens. Visualize if you will the current library being transformed into an Entertainment complex called Coachman Commons . a facility that will be active 7 days a week in one way or another 15 hours a day . I have already spoken with individuals or groups that would be interested in such a development. First let me walk you thru the concept. Picture if you will ,taking down all the fencing around the library to open it up and make it inviting and enhance accessibility leaving only the green iron structure at the entrance where it reads Coachman Commons. On the outside of the building a kiosk that serves the public coffee/ ice cream and such so people can ramble thru the park and streets of Beautiful Clearwater . As you go inside on the flrst fioor picture two 5500 square feet of Restaurant with a patio overlooking the Sound and our Beautiful park .now Picture a upscale Italian restaurant like Olivia’s in Tampa and St Pete, a proven Steakhouse Blinkers Tavern or the likes of others, separated by a common area for the public to mingle when hot outside .All sharing common bathrooms . Now travel to the second fioor and be immersed in activity for all . Pickle ball courts with viewing stands for tournament play, among others .Enjoy playing indoors with sun light and scenery but in a comfortable atmosphere . Pickleball Courts • Qty: 4 courts • Standard court size (indoor, with run-off): ~30’ x 60’ = 1,800 sq ft per court • Total space (including walkways/viewing): ~8,000–8,500 sq ft Viewing Area Bleacher-style seating or casual tiered seating with bar-height tables Moving north flnd open Restaurant/Lounge with a circular bar taking in the breathtaking views of the water. Another option for dinners or just hanging out Central Circular Bar + Dining Lounge • Size: ~1,500–2,000 sq ft total (bar + cocktail tables) • Function: Serves both Topgolf and Pickleball zones • Location: Exact center, creating a vibrant social core • Surrounded by high-top tables, lounge chairs, and views into courts/simulator bays and the park Moving to the Noth end of the building Topgolf Swing Suite Bays • Qty: 6–8 bays • Location suggestion: Along north or south wall (opposite pickleball zone) • Each bay ~200–250 sq ft including seating/lounge • Estimated space: 1,500–2,000 sq ft total Imagine walking in: • A sleek reception desk with a glowing logo wall. • The main simulator bay area has an open layout, with 8–10 large bays arranged along two parallel walls or in a U-shaped layout. • Seating pods behind each bay allow for group lounging, food, and drinks. • A central bar & lounge anchors the space, with stylish lighting and big screens showing sports. • LED accents, turf and wood flnishes, and music create a high-energy but upscale vibe. Simulator Bays (Detailed) Each bay includes: • A high-end golf simulator screen (e.g., Full Swing, TrackMan, or Topgolf Swing Suite) • Space for 4–6 players to lounge/play • Monitor with live feedback, scoring, game options (Topgolf-style games, famous courses, etc.) • Optional: dual-purpose bays for other sports (baseball, soccer, football) Capacity • 8–10 simulator bays • Each bay supports 4–6 guests comfortably • Total occupancy: 60–100 guests at once • Great for group bookings, parties, leagues Optional Features • VIP Bay or Lounge with private service • Digital leaderboards or live tournament scoring • Themed décor (e.g., club-style lighting, vintage golf wall) • Outdoor patio if you have access to additional space • MOVING TO THE THIRD FLOOR The Great Explorations Children's Museum in St. Petersburg, Florida, is a vibrant, interactive space designed for children aged 10 and under. Spanning approximately 24,000 square feet, the museum offers a variety of exhibits and activities aimed at stimulating learning through creativity, play, and exploration The Idea is to create or flnd a operator to do a similar project with 17717 square feet . Visual Overview The museum's interior is characterized by its open layout and colorful design, featuring: • Interactive Exhibits: Hands-on displays that engage children in learning through play. • Creative Play Areas: Spaces where children can engage in imaginative play and creative activities. • Themed Zones: Areas dedicated to speciflc themes, such as science, art, and nature, to foster diverse learning experiences. NOW TO THE FOURTH FLOOR HOME TO A Music Museum which also coexist as a Jazz club./Comedy club Jazz/Comedy Club – Fourth Floor (3,524 sq ft) Dimensions: • Total space: 3,524 sq ft • Width: 118 feet (North–South) • Depth: 30 feet (East–West) Key Layout: • Stage: On the north wall, approx. 200–300 sq ft • Bar/Lounge: On the south wall, towards the rear • Entrance: Southwest corner of the space • Seating: o 100 seats, arranged as cocktail tables (4 chairs per table) • Kitchen: Approx. 200 sq ft, location assumed near the bar • Music Museum Integration: o Display elements along north, south, and east walls o Surrounds the club’s interior without disrupting fiow or line-of-sight Design Goals: • Elegant, moody ambiance blending jazz performance, comedy, and interactive museum pieces • Clear stage sightlines from every table • Wall-mounted or glass-encased exhibits showcasing jazz legends, instruments, and Clearwater’s musical heritage Now to the ROOF TOP Imagine Clear Sky Rooftop Bar . Dan Shouvlin is interested but here are my ideas All which could be operational in two years . which I hope coincides with the opening of the new hotel project . Which will have retail space connecting to South Osceola . Then the additional retail space made available by the new apartment complex and crossing the street entering the new parking garage with even more retail space on the flrst fioor. Now meet Osceola Galleria a 5-story converted county building that will house retail like the Water Tower in Chicago and a New Downtown is alive . I believe this could bring the city in excess of 1.5 million per year income , cut operating expenses of operating the library as utilities and security and maintenance would be shared by tenants , Job creation and most all downtown activity never see before . Thank you dreaming with me . Mike Mastruserio A Not-for-Profit CorPOration St. Petersbur2, Florida 33142 • f121J541■7876 Development Concept for the Main Library Clearwater, Florida Submission By: The National Comedy Hall of Fame ® Museum and Librarya 501 C-3 non-profit corporation May 21, 2025 Operations Team: Tony Belmont; President Amanda Cattel; General Manager Mark Heidt, Vice President /Communications Primary Contact Information: Mark Heidt cell and text (727) 459-7329 Mark Email: Mediawiz7@yahoo.com Mark Adress: 12348 Wetlands East Drive #108Orlando Florida 32828 www.nationalcomedyhalloffame.com 1 Development Concept for the Main Library Clearwater, Florida Submission By: The National Comedy Hall of Fame ® Museum and Library a 501 C-3 non-profit corporation May 19, 2025 Cover Letter Operations Team: Tony Belmont; President Amanda Cattel: General Manager Mark Heidt, Vice President /Communications Primary Contact Information: Mark Heidt cell and text (727) 459-7329 Mark Email: Mediawiz7@yahoo.com Mark Adress: 12348 Wetlands East Drive #108 Orlando Florida 32828 www.nationalcomedyhalloffame.com Concept Overview. The National Comedy Hall of Fame ® Museum (“CHOF”), a 501 C-3 not for profit corporation, uniquely offers exactly what the City of Clearwater is looking for to redevelop the Clearwater Library and meet its goals to revitalize the community, both economically with tremendous increase in visitors and local spending, and national visibility and identification as a go to destination with daily and week-long hotel bookings, achieving the goals for integration with and compatible synergy with Coachman Park and the Hilton Tapestry. 2 Lease Space Request Size: 10,000 square feet or one floor whichever is greater. First Floor preferred. Lease Term and Rent Payment The preferred term is the maximum allowed, with a ten-year minimum. The rent per year is One Dollar ($1.00) per year for as long as operated for stated non-profit use. Utilities, water, sewer, electricity, garbage, telephone landline access, internet access, HVAC and maintenance to be included at no charge. Request 10 reserved parking spaces, but not mandatory. To be discussed building and road signage Build out is negotiable - this is a plug and play design so build out costs are minimal for the city. Access to restrooms during business hours. Cleaning to be paid for by City. General Public and ADA access are needed 7 days a week from 8AM to 10PM. If other than first floor working elevator, access is needed during those hours. City provides building security and common area maintenance and lighting. Team Experience The primary members of the Museum team with a fine assembly of college interns are as follows: Tony Belmont; President. Mr. Belmont is considered one of the foremost experts on comedy and was chosen by the Smithsonian Institute to interview all the great comedians. He has been a member of the well-known NY Friars club for 40 years where he was director of major events at the facility and fund raising. He has been a judge in Comedy Festivals around the United States , Canada & the UK. He is on the board for the American Museum Association where he has assisted in designs for other museums . He has designed the Museum from an empty room to a fully operating museum appreciated by the thousands of attendees that have visited the museum. Given just an empty space with the help of staff and volunteers he will design an impressive museum, which he has done several times in the past decades. He will take a hands-on approach to the operations of the museum. He began his career in the entertainment and amusement attractions as industry assistant to Irwin 3 Rosenthal, President of the World-Famous Palisade Amusement Park. As President of Alan Freed Productions, produced hundreds of live concerts the past fifty-five years. Mr. Belmont has and will produce and direct the National Comedy award shows, originating in part and showcasing the host city Clearwater, providing the city with millions in free national advertising. Mark Heidt, Vice President. Mr. Heidt, a graduate of Syracuse University (Business Management) and Stetson University College of Law, (Juris Doctorate, with honors in commercial transactions) has a multi-talented background that fits the museum perfectly. Recognized as one of the top mass marketing experts and award-winning video producer, he was the pioneer in the production of infomercials for network television, having produced in a 25-year span, over 30 multi-million-dollar revenue generating shows. Mr. Barry Diller (QVC/Home Shopping Network), then CEO of Fox, was so impressed with Mr. Heidt’s production he allowed Mr. Heidt to be the first and only producer to run infomercials on the FOX TV Network. Mr. Heidt will oversee the accounting department, revenues, including production of special events such as a comedy festival, advertising, fundraising, interaction with the host city, and certifying the votes for induction into the Comedy Hall of Fame. Amanda Cattel: General Manager; Ms. Cattel has completed a BS degree from St. Petersburg College, and a master’s degree in graphic and computer science from Cooper Union College in NYC. She came to work at the museum as an intern many years ago. Her love of history and research has been a valued asset as new information is constantly needed, and accuracy is vital when displaying historical facts and people. She was promoted to Assistant Museum manager and then later to Museum Manager. She has worked on new projects that she initiated such as the “Chitlin Circuit” the history of great black comedians and the Borscht Belt, the history of the Great Jewish comedians that began their careers in that part of the country. She will be the General Manager running day to day operations to include the exhibits and the employee's / interns / volunteers. Corporate Information – State of Florida Department of State Certifies that .... COMEDY HALL OF FAME, INC. is a corporation organized under the laws of the State of Florida, filed on July 18, 1994. The document number of this corporation is N94000003594. Membership and Recognition: 4 •Organization Name: COMEDY HALL OF FAMEI NC •EIN:593278967 •Tax filings are current Y •our Annual Form 990-N(e-Postcard) has been submitted to the IRS Development and Operational Plan THE CONCEPT Why did the chicken and its family cross the road from Coachman Park /Hilton Tapestry? To spend a fun and educational day at The National Comedy Hall of Fame ® Museum across the way at the redesigned Main Library in Clearwater Every destination to draw visitors needs its ‘SeaWorld’ “Shamu” and The National Comedy Hall of Fame ® Museum (“CHOF”) will be your Shamu, worth its weight in gold. With its prestige and drawing power, the CHOF has been offered various locations, some willing to pay to bring the museum to their location, and many offer a $1 a year rental plus incentives. However, the CHOF team members are 50 year plus longtime residents of the Tampa Bay community, and it has always been the goal to located in our beloved Tampa Bay area. Federal Trademark on the Principal register of the United States Sections 8 & 15 were filed on March 29, 2019. It has been renewed till July 1, 2033 which covers the entire United States and is superior to any States trademark.Both Comedy Hall of Fame and National Comedy Hall of Fame are Trademarked CHOF also holds a Federal Trademark in Canada 2028, and a Federal Trademark in The UK and Ireland and a state trademark in New York, New Jersey, Vermont, Ohio, Delaware, Arizona, Georgia, Idaho, Maryland, Minnesota, Missouri, New Hampshire, New Mexico, West Virginia. 5 Clearwater has always been known as a “best beach” but as Rodney Dangerfield’s famous comedy line goes, the downtown area gets no respect. It is our hope that with the addition of The National Comedy Hall of Fame ®, the recognition of the City of Clearwater downtown as a ‘more than a beach destination’ will be achieved. In discussing the “concept” please understand that the CHOF is a reality, not a ‘concept’, it is an existing long time 501 C-3 not for profit corporation. The museum passed the concept stage over 32 years ago when it was designated as the official museum of comedy history for the United States. The museum mission is pure. It was designed to educate and preserve the history of American comedy and share this history with the ‘general public’, while doing it in an entertaining fashion. It was designed as a family-oriented facility for all ages and to stay current by introducing new national comedians that have reached a national performance level. Each year members of the NY Friars Club vote on who will be inducted into the Comedy Hall of Fame. The most prestigious award in comedy! There is also the “Charlie Chaplin” award for the best comedy play. The last one was televised from the prestigious Kennedy Center in Washington DC. Both awards have been on National news and television many times bringing $1 to $2 million dollars a year to the host city in free national publicity. During its early years the staff and wonderful college volunteers spent years researching the history of the six elements of comedy which have served as the basis for the museum. Which are: Vaudeville, Stand-up, Theater, Film, Radio, and Television. The museum director had been previously hired by the Smithsonian in the seventies to interview all the famous remaining comedians in their homes. This project was to document their lives and video tape the interviews. This not only created the amazing collection for the Library of Congress known as the “American Comedy Experience” but has provided the present museum with one of a kind rare interviews of comedian icons! Why now the relocation to Clearwater? From perfect storm to perfect timing The opportunity to locate a new home for the CHOF arises from the perfect ‘storm’ of Covid and the hurricanes. 6 With a successful run at John’s Pass in Maderia Beach, the team realized expansion was needed and relocated it to Holiday Florida. After a year of growth and investment, CHOF was about to really blossom, with attendance growing and tour bookings on the rise. The museum has been operating in Holiday Florida. Covid had taken its toll as the museum, as all museums were deemed by the State to be ‘No-essential” and hence had to close its doors after operating for just 2 months. During the 2 months of operation traffic began to develop and tours were being booked. For a visual history of this click the link for the Spectrum News report on the CHOF, which shows the museum operations at its location in Holiday. https://www.baynews9.com/fl/tampa/news/2020/12/22/national-comedy-hall-of-fame- weathers-pandemic-to-stay-open This interruption for several months impacted on the gains, and a “restart” was attempted, and again there was signs once again of success. Then came the storms of the century to the Tampa Bay area. Some items of the museum were damaged, but most importantly, moving became impractical with many potential locations damaged in the storm. The lease at Holiday finished course and with a search beginning for a new location, with the preference being the Tampa Bay Area. President Kennedy reminded us that crisis is two sided. One is danger. We’ve experienced that side. The other is opportunity and now the sun is shining and the opportunity for the City of Clearwater and the CHOF is “perfect timing”. Design and Construction Responsibility. Approximately $60,000 (sixty thousand dollars) is needed for the transport and installation of the exhibits and utility connections, all of which can be done by our contractors. It would be appreciated if the City of Clearwater could cover these costs, but not essential requirement. Estimated Project Schedule. From Approval it will take between four and six months to be assembled, operational and open to the public. The sooner the better as to a start date once approval granted. 7 Project Narrative. What would the rental space look like? The CHOF design is “plug and play” with innovative design features. The exhibits are in interlocking display cases in modular fashion that can be moved easily to and moved into the location. The design allows visitors to move through the museum at their own pace with wide aisels for family and Ada needs. Picture being worth a thousand words here is a link to a feature story on the museum that gives a very good visual of what the museum looks like once assembled. Bay News9 On a Tankful https://www.mynews13.com/fl/orlando/florida-on-a-tankful/2021/03/04/florida-on-a- tankful-finding-some-laughs-history-at-national-comedy-hall-of-fame We are also including our “Executive Summary” sheet with pictures to further highlight the museum. Executive Summary The National Comedy Hall of Fame is acknowledged by the Library of Congress as the only official Comedy Hall of Fame of the United States. There is something very special about being able to offer the inductees the title “Hall of Famer” (CHOF) is a Florida Not for Profit corporation, doing business as The National Comedy Hall of Fame (Trademark) . It is a 501 C (3) IRS approved non- profit for education, museum, library and can qualify for federal, state, local and private foundation grant programs and subsidies, awards, stimulus payments, EIDL loans and Payroll Protection Program funds, it can also borrow money, from lending institutions and individuals, including the Small Business Administration (SBA), with special low rates. 8 The National Comedy Hall of Fame Museum, Inc. (CHOF) has gained the support of: hundreds of famous comedians and members of the entertainment industry. It is recognized as the official Comedy Hall of Fame in the United States by such prestigious organizations as the White House, the American Museum Association, the Smithsonian Institute, and the Los Angeles Friars Club. The Museum collection is valued at over 3 million dollars with original memorabilia, artifacts, books, recordings, and exhibits. COF has a federal service mark (Class 41) (U.S. CLS 100, 101, 107) for its logo and name National Comedy Hall of Fame It owns the domain and web site, National Comedy Hall of Fame.com While Florida is an ideal location for this attraction, all the exhibits are easily transported. 9 As a 501 (3) the Comedy Hall of Fame, Inc. can accept donations, give tax deduction letter to donors for in kind (memorabilia, education material) and cash contributions. The 501 (3) status makes the Comedy Hall of Fame an ideal candidate for individuals and estates of deceased entertainers and industry related businesses to donate memorabilia and obtain a tax benefit on both individual, corporate and estate tax liabilities. Even though the Comedy Hall of Fame, Inc. is a not- for- profit corporation, it may legally engage in profit making activities such as licensing right, advertising space on its marketing materials and spots in its television broadcasts, sponsorships, memberships with various participation levels, admissions fees, and merchandising of products at the museum and on -line at its web site. CHOFis permitted to pay salaries, wages, commissions, bonuses, fees, and other renumeration to its employees, contract labor, Directors, Officers, Managers, Consultants, Professionals, and or contractors for services rendered, There are almost unlimited future opportunities with the demand for content creation and on-line streaming and specialty platforms such as Netflix, Hulu, Yahoo, Amazon, Prime, It fits many categories such as comedy, kids, history and nostalgia. 10 More Video for your review https://www.youtube.com/watch?v=7stCrS04noQ Project Innovations Since the museum director had been previously hired by the Smithsonian in the seventies to interview all the famous comedians remaining in their homes. This project was to document their lives and video tape the interviews. This not only created the amazing collection for the Library of Congress known as the “American Comedy Experience” but provided the present museum with one of a kind rare interviews of comedian icons! In the picture below are the touch screens for visitors to play and listen to the various interviews and educational information. 11 Financial Plan. Financial Advantages for City of Clearwater Long Term Commitment and Success No major Hall of Fame has ever gone out of business The average entrance fee is $17.50 while we are charging $12.00 with an average of $10.00 which is well below the market price. Leaving plenty of room to adjust. Our ability to be on national television surpasses all the Hall of Fame's. combined. This is a turnkey operation! National Media Exposure The induction ceremonies are normally broadcast on national television and social media sites with a large audience viewing. The Tampa Bay area has many ideal locations for the induction events such as Ruth Eckerd Hall and Coachman Park that will draw a sell –out crowd. The Tapestry Hotel will benefit with room bookings for the event.This is free major media world-wide publicity for the city and is worth its weight in gold. Marketing and Public Relations The CHOF will be doing extensive advertising through the nation in internet sites, hotel brochures, and our association with the American Automobile Association Travel Division. With aggressive marketing and public relations efforts, emphasizing the history and demographic appeal of the Museum, 12 The National Comedy Hall of Fame Museum will sponsor annual fund-raising events such as The National Comedy Hall of Fame Museum Comedians Golf Tournament and other events, which will encourage celebrity participation by famous comedians and others in the entertainment industry. Demographic “Visitor to area” advantage Anchor Draw for Other Business Development The National Comedy Hall of Fame Museum expects to host approximately 80,000 visitors in its first year of operation with growth the following years. The National Comedy Hall of Fame, Inc. is an “anchor” attraction and unlike sports, art, history, science and other museum themes, ”Comedy” is enjoyed universally, by all demographics. CHOF is a venue for entertainment, education, and preservation of history. Comedy history is part of the American experience it is our culture. Especially important is our focus on women in comedy and Black history. Comedy connects all media from stage to screen to radio, records, movies and all the modern social media and internet streaming. The display collection has over 2 million dollars of memorabilia with another 1 million dollars in storage. The CHOF recently received a donation from the Humor Foundation for its collection of over one million dollars’ worth of rare historical comedy documents. The addition of a “library” for research and education is planned. Perfect for day visits, community group tours, school tours, makes the CHOF a true must- see venue. Tourist Visit Projections The first year (2025) projected National Comedy Hall of Fame Museum attendance is: 80,000 Attendees To calculate the projected museum attendance, we used the demographics associated with the location. The displays are designed to be easily disassembled, moved, and reassembled. The diverse audience appeal and being “national” the museum can attract a large visitor population. It is a perfect draw for other businesses, especially hotels and restaurants and other area entertainment venues such as theme- based board walks and amusement parks. 13 Climate and weather appear to play a role in an attraction's ability to maximize attendance. Based on the experience of comparable museum facilities, favorable year- round climate and weather generally contribute to greater attendance. The Tampa Bay area enjoys moderate weather conditions, which should benefit The National Comedy Hall of Fame Museum in generating good year-round attendance Of course, there are all the other area “attraction” draws that will support the Comedy Hall of Fame – Disney World, Sea World, Universal Studios, Florida Citrus Tower, and the many universities and colleges in the area. Employment and Staffing The National Comedy is integrated into the host community by hiring from that community, using local volunteers, making any purchases from purveyors operating in the community, and giving back 10% of the net profits annually to be used for civic projects in the city. The CHOF projects will employ: Full time staff for visitor assistance Maintenance sales and marketing full -time curator and assistant Librarian Operations management, legal & Accounting Event personnel Volunteers and student interns Hours of Operation and Peak Attendance Months The museum is designed to operate on a year -round basis closing only on Christmas day and Thanksgiving Day. 14 Revenue Sources Admissions revenue is based on the following elements: 1)The admission price schedule 2)The estimated annual attendance entering the museum at full price 3)The estimated annual attendance entering the museum at group prices. 4)The estimated mix and age category of the attendees 15 As you can see, the management of The National Comedy Hall of Fame has established a very competitive - family priced admission schedule as shown in Table F. 16 (Table F) The general admission price schedule Category Admission Price Adults (Ages 18-54) $12.00 Senior Citizens (Ages 55 and over) 8.25 Children and Students (Ages 5 to 17) 6.00 Group Admission / ten people or more (1.00 off regular price) Children under 5 with the purchase of an adult admissio FREE Military personnel in Uniform FREE Members FREE The mix of attendance is estimated to be: The estimated attendance mix for the National Comedy Hall of Fame is presented below: (1)We feel that 91 percent of the attendees at The National Comedy Hall of Fame Museum will be general admissions. (2)We feel that group admissions will represent five (5) percent of The National Comedy Hall of Fame Museum's total admissions. (3)Member admissions for the National Comedy Hall of Fame Museum are estimated to represent one (1) percent of total attendance. 17 (4)Free admissions due to children under 5, military, disabled etc. We have estimated that three (3) percent of total attendance would be represented by free admission. Attendance Category Percentage of Total (1)General Admissions 91 % (2)Group Admissions 5 % (3)Members 1 % (4)Children under 5 / Military admissions 3 % Total 100 % The percentage of paid admissions by age category for general and group admissions is estimated to be: General Admissions Group Admissions Adults (Ages 18-54) 67 % 5 % Senior Citizens (Ages 55 and over) 15 % 5 % Children and Young Adults (age 5-17) 15 % 5 % Free admissions 3 % 0 % Total 100 % 100 % Licensing Revenue Licensing the National Comedy Hall of Fame name, images and trademark offers substantial income and promotional potential. In addition to the opportunity to extend the Comedy Hall of Fame name into a broad range of carefully targeted products, many of which would supply the Comedy Hall of Fame and Museum gift shops, satellite franchise stores and other merchandising venues as they develop. 18 Everyone, no matter what their age, has their own special recollection of comedy. This gives the Comedy Hall of Fame and Museum the opportunity to license a wide category of products Television “special event” Broadcast Annual awards and induction show. The National Comedy Hall of Fame has and will continue to produce a Hall of Fame Awards Induction Show for broadcast as a special event on Television and/ or other media platforms such as cable, pay per view, streaming, Prime, and Netflix. The show honors comedy legends of the past and famous contemporary comedians. Every year, an honor board of over 130 voting members comprised of comedians and distinguished members of the entertainment industry vote by confidential ballot to nominate and elect new inductees into The National Comedy Hall of Fame. The induction ceremony has been televised ‘live’ during prime- time hours on national television. Millions of viewers will watch the show, which surely will attract international media coverage and help promote visitation to The National Comedy Hall of Fame 19 Area Development The CHOF will not only draw visitors – and attention to the area as a “GO TO” family destination, (without the commercialism of “Disney” et al), without destroying the basic downtown and surrounding community development, it will attract other commercial enterprises such as hotels, restaurants, and local shops. The CHOF will be the perfect addition to Coachman Park and the entertainment venues therein, as the CHOF is a perfect place to go before or after other events. It is an obvious slam dunk for the proposed Tapestry Hotel, which can be the CHOF hotel of choice. The association of their trademark and the trademark of CHOF will amplify the prestige of the area. Community Impact There will be a huge positive Community impact in the perception of the downtown area, willingness for other businesses to invest, people to move to the area and invest in housing. CHOF will also promote the arts and education as it is not just an attraction but an actual museum and library, it just happens to be a lot of fun to visit and enjoy. Donations and Grants /Capital /partnership opportunities As a 501 C-3 organization the CHOF is eligible to receive grant funding – including joint grants for the CHOF and the City of Clearwater. The CHOF is also eligible to receive donations from private companies and individuals and can issue a tax letter reflecting the donation. Not only does the CHOF receive cash donations but receives in kind donations, especially from the estates of performers with various costumes and performance materials. As a library the CHOF has received and will continue to receive historical and research materials. While not required, it is requested that the City of Clearwater provide some initial funding for the restart of operations, approximately $50,0000 (Fifty thousand dollars). 20 Final Thoughts – Why the CHOF proposal should be approved: The CHOF proposed use of the property is: In Alignment with CRA and Strategic Plan goals Has a proven track record of Financial and operational feasibility Presents Innovation and design quality in its exhibit designs and the technology There will be a huge positive Community impact i Has huge Partnership potential Giving back 10% of the net profits annually to be used for civic projects in the city. It is already in existence and is 501 C-3 not for profit The National Comedy Hall of Fame Museum advantage over other traditional museums is as stated in the words of the late Morey Amsterdam (a former member of The Comedy Hall of Fame, Inc., honor board): “Comedy crosses all levels of society, all ages, both genders, all languages.” People truly enjoy the museum experience - just of few of the testimonials: And Most of all ......... 21 On behalf of team, I thank you for this opportunity to present our proposal and for your consideration for what can be a fantastic addition to the Clearwater Community . - Tony Belmont, President and Director Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 1 of 77 18 June 2025 Versailles Buffet, Ballroom & Bistro Welcome to Versailles, it will be the most beautiful & decadently delicious gourmet French Buffet, Ballroom & Bistro in America ~ paired with art, film & fashion incubators on the 3rd, 4th & 5th floors at the Clearwater Main Library Tampa Bay Tourism Stats: in 2023, the Tampa / St. Petersburg / Clearwater (MSA) had a total GDP of $243B USD with about 8.8 million residents living within 100 miles of Clearwater ~ and 27M tourists visiting the Tampa Bay area (not including Orlando with 75M visitors per year). Versailles & Botanica will be HUGE tourist draws. Versailles History: located on 2,014 acres, the actual Palace of Versailles was originally built by Louis XIII in 1623 as a hunting lodge, 18 miles west of Paris. The palace saw extensive renovations and additions over the next 155 years. In general, the palace today is unchanged from 1715. Recent studies have suggested that the construction of the Versailles Palace cost France over $2 billion USD in today’s value. In total, the palace has over 700 rooms, 1250 fireplaces and over 700,000 square feet in size ~ Palace of Versailles: History and Major Facts - World History Edu Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 2 of 77 and the proposed Botanica Giant Sequoia Groves Vertical Farms at Coachman Park & Chi-Chi Rodriquez Golf Course Botánica and City of Clearwater: we propose to develop a world-class Versailles Buffet Gallery at the Main Library in Clearwater (1st Floor) paired with a French Bistro wine & espresso bar & gallery (2nd Floor) all ensconced in a duplicate of the main gallery at the Palace of Versailles near Paris ~ 3rd, 4th & 5fth Floors will be the Arts Alive Incubators in supporting local artists, painters, fashion designers, sculptors, photographers, film makers, musicians, etc. ~ and a 100% sustainable Botanica Giant Sequoia Groves at Coachman Park and Chi-Chi Rodriquez Golf Course ~ we have our own renewable energy & fresh water systems. (See page 77 for preliminary financial projections). Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 3 of 77 ~ Executive Summary ~ Botánica is the year-round indoor Regenerative Agriculture system of the food growing & distribution of our national organic food supply chain network ~ from farms & ranches, wineries & vineyards, golf courses & resorts, etc. to retail consumers & commercial customers such as national grocery chains, restaurants, coffee shops, universities, etc. we will reinvent year-round "farm to fork" processes by combining all growing & post-production operations at "one location" onsite in our Giant Sequoia’s, enabling true vertical integration and full "chain of custody" from seed to ripened crop to state-wide distribution, reinventing "localized" supply chains that we can distribute across the city from “one location”, with a MASSIVE positive environmental impact while maximizing transparency of how & where your water, energy & food is produced ~ the ultimate organic nexus ~ the future of food is Botanica. Botánica Food: in the next 30 years, the US will need to grow as much food as was produced in the last 10,000 years of human history. Investing in agribusiness is long term, high risk, high reward if you’re Big Ag ~ the little farmers get screwed ~ we MUST do things differently as the wholesale cost of conventional farming skyrockets ~ Feeding a growing population & enhancing food, energy & water security is our mission with a positive social & economic impact. With agriculture employing 22M people in the US, investing in a way to improve food production safely while creating a more resilient food system across America for generations to come ~ food & Ag @ $1.5Trillion / year. Botánica Energy: as Bitcoin, AI & Data Centers create huge energy demands, if the OBSOLETE national power grid is disabled for ANY reason (EMP, Cyber-Attack, Terrorist-Attack, Hurricane, Earthquake) then you're screwed unless you have Botanica Energy ONSITE ~ no cell phones, no landline phones, no internet, no stock market, no bank accounts, no fuel, no air conditioning, no food, no water ~ a scary reality ~ Botanica LN2G energy is the only solution, not if but when something bad happens ~ BE PREPARED ~ we can build a 1 Megwatt LN2G power plant in a 4,000 sf space (1/10th acre) ~ you need 6 acres of land for a 1 Megawatt SOLAR farm (with staggering maintenance costs). Botánica Water: the US is facing a freshwater crisis, with some sections of the country already running out of clean drinking water. The EPA has proposed standards to make drinking water safer from PFAS. However, the NRDC suggests that more expansive testing would show even more widespread contamination. A class of chemicals known as "forever chemicals" are present in at least 45% of the nation's tap water. PFAS have been used in many everyday items since the 1940s, including cosmetics, rain jackets, and nonstick cookware. Exposure to PFAS can lead to life threatening diseases & cancer ~ paired with Fluoride, it’s a chemical shit storm ~ bottled water @ $44.6B/year. Botánica Farms, Ranches & Military Bases: our national supply chain strategy: we will identify and acquire one large legacy farm or ranch (2,000 acres or more) in every state, accessible to large metro areas that will be our base of operations for that state to eventually be the ultimate year-round food supply chain network ~ as part of our national Botanica Food Supply Chain Network to grow & supply year-round organic food and supply national grocery store chains, colleges & chefs ~ our farms will be dedicated “food hubs” and “food cooperatives” in joint partnership with applicable small & medium sized farms “in that state”. Botanica will be dedicated to the purpose & passion of organic food production, a haven for mentoring camps, a resource for feeding those in need, and a hub for agricultural growth. Botánica Golf: In a post-pandemic world, it’s not just the game of golf that saw an upswing in 2020, but also memberships at Golf & Country Clubs as they continue to offer a safer environment, higher levels of personalized hospitality, and cater to diverse tastes & preferences of the member families ~ In the US, the golf industry generates $102B in gross revenue ~ we seek world-class established golf resorts while adding Versailles Pro Shops & Buffet ~ Botanica Grove: (1) 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre. We can build 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of conventional farming. Thus: • 1 acre of 5-story Giant Sequoia’s produces the equivalent of 50 acres of conventional farming. • 10 acres of 5-story Giant Sequoia’s produces the equivalent of 500 acres of conventional farming. • 100 acres of 5-story Giant Sequoia’s produces the equivalent of 5,000 acres of conventional farming. • 1,000 acres of 5-story Giant Sequoia’s produces the equivalent of 50,000 acres of conventional farming. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 4 of 77 ~ Table of Contents ~ Versailles Buffet & Bistro: 1st & 2nd Floors: dining in the great French tradition ~ we invite the public to experience the revival of what had been a dying tradition : the classic feast à la française, in the form of buffet tables filled with an array of exceptional dishes ~ Our formula, which is unique to America, brings together all the treasures of our gastronomic heritage: foie gras in any number of ways, lobster grilled or à l’américaine, slow-cooked tripe, calf’s head brawn with gribiche sauce, cassoulet, old fashioned veal blanquette, bone marrow with fleur de sel, etc. Homage to the art of fine dining ~ at Versailles Buffets our « revival » of the classic French feast is not just about the food it is also a homage to the traditional arts of fine dining. Immersed in the reverie of a sophisticated and elegant table laid with proper table linen. Each table sets the scene for the true ceremony of a classic French cuisine. (see pages 5 to 32) Art & Food Incubator: 3rd Floor will create design & food incubators committed to solving the challenges of social issues in food, art, music, fashion, affordable housing, environment, conservation, etc. especially for late teens & young adults. By helping blossoming Chefs, Artists & Social Entrepreneurs transform their audacious ideas & visions into scalable & sustainable works of food & art ventures, the Incubators act as a catalyst for needed artistic growth & evolution. In start-up lingo, “incubators” refers to companies that help brand new start-ups by providing services for management training & workspace, while “accelerators” take established start-ups to the next level. Our Incubators will offer artists a community of peers who will see & challenge them, support & empower them. (33 & 34) Film & Music Studio Incubator: 4th Floor a state-of-the-art media & AI production studio / incubator (similar to James Cameron hi-tech studios in New Zealand) for serious storytelling, concentrating on the development of independent & featured films, sitcoms, videos & web series. Will include workshops in writing, poetry, photography & videography. Potential Joint Ventures with local independent film production companies. We’ll host the new annual Clearwater Film Festival to compete with “Sundance & Tribeca” festivals ~ www.creativeworkers.net/ Fashion Design Incubator: 5th Floor creating an intensely fun environment for talented fashion designers that will feature clothes & accessories representing designers exploring & reclaiming their “independence” through fashion style while applying detailing to the 18 primary styles of the fashion industry. Arts Alive will host monthly “fashion, food, films & fun events” to showcase our talented fashion designers, chefs, musicians & artists and “fashion weeks” Botánica Golf @ Chi-Chi Rodriquez Golf: In a post-pandemic world, the US golf industry generates $102B in gross revenue ~ Eventually, we propose to acquire large, world-class established resort communities while adding our food, energy & water components onsite and building our Botanica Pro Shops ~ (see pages 35 & 36) Botánica ~ will be a vertically integrated, supply chain network of indoor, state-of-the-art sustainable precision agriculture, energy & water with wholesale & retail components ~ scalable & duplicatable ~ (see pages 37 to 46) Botánica Food: our Giant Sequoias are indoor, sustainable organic food production farms ~ we cultivate any variety & healthiest fruit, veggie, herb & spice while creating the optimum grow environment inside (pages 47 to 58) Botánica Bamboo: currently, the global bamboo products market $75B, projected growth to $132B by 2033 not including revenue from structural bamboo to replace wood as a construction material ~ (see pages 59 to 61) Botánica Spa, wellness spa, weddings & sanctuaries of silence with our own Tyee King Salmon (see pages 62 to 68) Botánica Water & Energy: we have energy-efficient Atmospheric Water Generators ~ 1 unit can produce 1,000 gallons of clean drinking water per day and our proprietary LN2G energy systems which are 85% efficient, 100% renewable energy, zero carbon footprint, scalable sizes from 300kW to 3mW, hacker-proof & EMP proof ~ (page 69 to 72) Botánica Ark: underground storage ark for food, energy & water ~ it will be 100% hurricane resistant. (see page 73) Botanica Sandcastle Competition & Botanica Dinosaur Experience @ Coachman Park ~ (see pages 74 & 75) Botánica @ Military Bases: we’re talking with the Pentagon to supply food to all applicable bases (see page 76) Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 5 of 77 ~ Proposed Versailles Buffet, Ballroom & Bistro and Incubators @ Clearwater Library ~ ~ Clearwater Main Library, The BayCare Sound Amphitheatre & Coachman Park ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 6 of 77 Proposed Spectacular Interiors @ Versailles Buffet & Ballroom @ Clearwater Library (1st Floor) The ceilings & walls will be inspired by the inner galleries of the Palace of Versailles in France When you think of classic France, do singing waiters, frescoed ceilings depicting war and love, and ornate gold gilding come to mind? If so, Versailles Buffet & Ballroom will cover you on all accounts. As shown, the ornate interior depicts the late 19th and early 20th century, transporting you into a bygone era with depictions of historical Aristocracy, French history and geography painted on the ceiling. With my world-class chefs directing the kitchen, the dishes will be opulent as the décor, taking inspiration from classic French cuisine and the best of in-season ingredients. Thus, Versailles will be the ultimate destination to wine, dine & dance for friends & family of Florida residents & tourists. There is NOTHING in America that comes close to Versailles, from Las Vegas to Disneyland to Disney World. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 7 of 77 ~ Proposed King Louis XVI Royal Throne @ Versailles Buffet ~ Prior to losing their heads in 1793, King Louis XVI and his bride the Archduchess Marie Antoinette held court on this spectacular Throne ~ we will re-create their Throne Room at Versailles Buffet to provide photo ops for our VIP customers & guests, brides & grooms, politicians & government officials and Santa Clause during Christmas. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 8 of 77 ~ Proposed Decadently Delicious Beef, Pork, Poultry & Seafood @ Versailles Buffet ~ Versailles Buffet: dining in the great French tradition ~ we invite the public to experience the revival of what had been a dying tradition : the classic feast à la française, in the form of buffet tables filled with an array of exceptional dishes ~ Our formula, which is unique to France & Italy, brings together all the treasures of our gastronomic heritage: foie gras in any number of ways, lobster grilled or à l’américaine, slow-cooked tripe, calf's head brawn with gribiche sauce, cassoulet, old fashioned veal blanquette, bone marrow with fleur de sel, etc. At Versailles Buffet, there will be a dizzying choice of foods, popular regional dishes stand side by side with the essential dishes of traditional French gastronomy. Give your appetite free rein and put together your ideal menu. Start your gastronomic journey by stopping at the amazing hors d’œuvres, check out the sea foods, and then make your way to the rotisserie, finally let yourself go with our spectacular artisan cheese selection. All you need now to conclude your banquet is a taste of our countless cakes and pastries and a visit to our client-favorite copper pot ice cream salon. To accompany you as you make your way round the tables savoring all they have to offer, choose from our wine list with most of them offered by the glass ~ Wood-smoked, dry-aged, grass-fed Tomahawk Steaks, Racks of Venison, Bison, Elk, smoked Pheasant & Duck Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 9 of 77 ~ Proposed Decadently Delicious Beef, Pork, Poultry & Seafood @ Versailles Buffet ~ Versailles Buffet: the greatest culinary theatre in the world ~ 11am to 11pm ~ we’ll offer beautiful displays of gourmet food @ $100/customer (costs includes sales tax & 10% TIP distributed to servers, bartenders & chefs) of rare & unique varieties of delicious delicacies of seafood, poultry, dry-aged & smoked beef, pork, wild game, fruits & veggies paired with tantalizing desserts, bottled water & gourmet coffees ~ all alcohol beverages will be a la carte ~ We believe that gastronomy is suffering from globalization: everything is the same everywhere, and even the most creative cuisine has lost its national identity. Our discreet customers want a resurrection of the authentic French & Italian cuisine. Projected Financials: 100 customers/hr @ $100 each = $10,000/hr x 12 hours = $120,000/day / $3.6M/mo / $43.2M/yr (does not include beer & wine sales on the 2nd floor bistro & special events (wedding receptions, corporate events, art & fashion shows, or the Art, Food & Fashion Incubators on floors 3, 4 & 5). Versailles Food Raves: eventually, one weekend a month @ $100/customer (includes tax & TIP), we’ll expand food service to include food rave buffets, we’ll host a different taste of the world with authentic cuisines from around the world by inviting award winning chefs that specialize in those foods to plan a spectacular& authentic buffet feast ~ ie: Taste of Africa, Taste of Asia, Taste of Australia / New Zealand, Taste of South America, Taste of Western Europe, Taste of Eastern Europe, etc. https://myadventuresacrosstheworld.com/countries-with-the-best-food/ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 10 of 77 ~ Proposed Decadently Delicious Hors D'oeuvre’s & Cheeses @ Versailles Buffet ~ Homage to the art of fine dining ~ at Versaille, our « revival » of the classic French feast is not just about the food it is also a homage to the traditional arts of fine dining. Immersed in the reverie of a sophisticated and elegant table laid with proper table linen. Each carefully laid table, sets the scene for the true ceremony of classic French cuisine: stem glasses, wines decanted into carafes, doilies and embroidered napkins, fish knives and forks etc. History of Buffets: Food historians trace the origins of the modern buffet to the 17th century, when Louis XIV entertained at impromptus & soirées, his servants quickly dressing tables with silver torches, pyramids of flowers, and filigreed baskets heaving with oranges, lemons, and candied fruits. This aristocratic habit was eventually codified as service à la française, distinguished by the practice of putting multiple dishes on the table at once ~ “La Buffet” Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 11 of 77 ~ Proposed Decadently Delicious Desserts @ Versailles Buffet ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 12 of 77 ~ Proposed Decadently Delicious Jamon Iberico de Bellota Ham @ Versailles Buffet ~ Though Jamón Serrano and Jamón Ibérico are still fantastic Spanish products, the Jamón 100% Ibérico Bellota (Pata Negra) has unmatchable quality, flavor, and texture. You'll notice a distinct marbling and a creamy rim of ivory white fat that glistens as it comes up to room temperature ~ This Reserve ham by Fermín is intensely flavorful, and each slice is marbled with that golden fat that literally melts in your mouth ~ Free-range & acorn-fed pork. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 13 of 77 ~ Proposed Decadently Delicious Lobster-gasm BLT Sliders @ Versailles Buffet ~ Lobster-gasm: when you take that perfect bite of fresh Maine Lobster and it arouses more that your taste buds one of our signature dishes, succulent Maine Lobster, crispy aged smoked applewood Pancetta, sliced fresh Monte Carlo Lettuce, sliced fresh San Marzano Tomatoes, creamy Chardonnay Lime & Cilantro gourmet Butter, all sandwiched in between a grilled Brioche Bun freshly baked onsite daily at Cannes Buffet. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 14 of 77 ~ Proposed Decadently Delicious French Pancetta-wrapped Seafood @ Versailles Buffet ~ Pancetta is an Italian bacon made from salt-cured pork belly that's seasoned with fresh herbs and spices. It's sold in slabs or rolls, and then sliced into thin rounds. Pancetta's high-fat content & curing process gives it a robust flavor. Pancetta-wrapped fresh Maple Salmon Pancetta-wrapped fresh Albacore Tuna Pancetta-wrapped fresh Cajun Shrimp Pancetta-wrapped fresh Cajum Bay Scallops Pancetta-wrapped fresh King Crab & Jalapeno Pancetta-wrapped fresh Langostino Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 15 of 77 ~ Proposed Decadently Delicious French Sushi & Sashimi @ Versailles Buffet ~ ~ Crusted fresh Salmon Sashimi ~ ~ Tuna Carpaccio ~ ~ Crusted fresh Lobster Rolls ~ ~ Crusted fresh Calamari Rolls ~ ~ Crusted fresh Mika Sushi ~ ~ Crusted fresh Abalone ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 16 of 77 ~ Proposed Decadently Delicious Lobsteria @ Versailles Buffet ~ Lobster: there’s a reason lobster is the most expensive thing on the menu. The tender, juicy meat of a fresh lobster dipped in hot butter is one in a million. Although it wasn't always a meal for the rich & fanciful, lobster has become a genuinely expensive & posh dish * questions: is it the freshest lobster? Is there a difference distinguishing type, taste, price? What is the best tasting lobster? www.robustkitchen.com/types-of-lobsters/ Fun Facts: A lobster may live 100 years, grow to 4 feet long & weigh as much as 45 pounds. Officially, the largest lobster ever caught weighed 44 pounds. A lobster's age is approximately his weight multiplied by 4, plus 3 years. Thus, in the wild ocean, a lobster is about 7 years old before it is legal to harvest & it will weigh about 1 pound * one 5-lb female lobster (any variety) can lay up to 50,000 eggs per year ~ but only a tiny fraction survives in the wild. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 17 of 77 ~ Proposed Decadently Delicious Oysteria @ Versailles Buffet ~ Coffin Bay King Oysters ~ the grand-daddy of them all ~ with its strong aroma of the rugged southern-ocean, this goliath from the sea has got to be seen to be believed. With its firm tender texture, this grand old oyster is the oyster steak of the ocean. It has an incredible array of complex aromatic flavors & a strong oceanic, sweet flavored & malt aftertaste that only comes with age * The aroma of this king oyster is likened to a fresh coastal sea breeze. Its size & firm texture makes for an incredible eating experience that is life changing * We will cultivate & serve these “Kings of the Oyster World” exclusively at Marseille Buffet ~ www.tasteatlas.com/coffin-bay-king-oysters Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 18 of 77 ~ Proposed Decadently Delicious Scalloperia at Versailles Buffet ~ Sea scallops are up to 3 times larger in size than bay scallops, with some super-colossal reaching up to 2.5” in diameter * Peruvian Dry Scallops are the best, most delicious & delectable. Considered golden nuggets of the sea, these scallops are of the highest quality. Dry is the seafood industry term for natural scallops, which have not been treated with phosphates or given extra water weight. Peruvian scallops are tasty, tender & sweet. Even so, the meat is still quite enjoyable & has a sweet flavor. Peruvian Scallops are often referred to as the candy of the sea this is because of their mild, sweet flavor for which they are highly prized, We will cultivate these “Kings of the Scallop world” exclusively at Marseille Buffet ~ https://beyondmeresustenance.com/peruvian-scallops/ We can also cultivate shellfish from all over the world that are currently not available in America to maximize the scope of quality & variety of our seafood delicacies that we can offer to our customers & chefs across America Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 19 of 77 ~ Proposed Decadently Delicious French Escargoteria at Versailles Buffet ~ The Wild Burgundy Snails has long been a culinary delight of famed restaurants and gourmands around the world. The Helix Pomatia Linne is famed as the highest quality escargot of the 116 varieties and is now available exclusively form Sarl Henri Maire and La Maison De L’Escargot. Snail caviar, also known as escargot caviar or escargot pearls, is the fresh or processed eggs of land snails. It is a luxury gourmet speciality produced in Austria, Czechia, France and Poland. They were also a delicacy in the ancient world, also known as "pearls of Aphrodite" for their supposed aphrodisiac properties. We will serve the finest premium brands in North America. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 20 of 77 ~ Proposed Decadently Delicious French Foie Gras-eria @ Versailles Buffet ~ Foie gras literally means “fat liver” in French and it’s pronounced “frwah grah”. Foie Gras is a delicacy made from the fattened liver of a duck or goose. It’s incredibly rich and buttery and it can be eaten in many ways, either whole, as pâté, or as a mousse. Fresh Foie Gras must have a uniform color, without spots or bruises, varying from beige to ivory through rosé, depending on the animal’s diet. To the touch, it must be neither too firm nor too soft: supple and resistant at the same time. Foie Gras & Caviar is spectacular. We will serve the finest Foie Gras in America. Types of Foie Gras you should know.Know more about Foie Gras in House of Caviar. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 21 of 77 ~ Proposed Decadently Delicious (deconstructed) French Onion Soup @ Versailles Buffet ~ Baked French onions, organic beef stock and garnish with Gruyere tuille and the baked tarragon stems. Paris Street Food!! 10 CHEAP EATS Locals Can’t Live Without!! Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 22 of 77 ~ Proposed Decadently Delicious French S’more Sundai’s @ Versailles Buffet ~ Because it wouldn’t be a summer vacation without ice cream. And s’mores. So today we have a perfect combination of the two: S’more French Vanilla Sundaes with Nutella. You don’t need a fire to toast these marshmallows and you can sub in hot fudge sauce if you prefer, but the chocolate hazelnut flavor of Nutella makes these S’more Sundaes paired with French graham crackers a little extra special. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 23 of 77 ~ Proposed Decadently Delicious Mini Bespoke Charlottes @ Versailles Buffet ~ Charlotte cakes are elegant desserts traditionally made with a mold lined with ladyfingers and filled with fruit mousse. These mini Charlotte cakes are a tiny version 10 Traditional French Desserts for Bastille Day - Molly J Wilk Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 24 of 77 ~ Proposed Decadently Delicious Crème Brulee @ Versailles Buffet ~ Crème brûlée has been traced back in French cooking books as far as 1691. That said, if anything says classic French Dessert, it’s a fabulous Crème Brulee ~ Organic Vanilla Bean Crème Brûlée with a caramelized topping creating a simple yet delightful dessert paired with fresh mint & fresh fruit ~ Baking the custards in a water bath ensures even, gentle cooking that reduces the risk of overcooking your crème brûlée. Using a blowtorch to caramelize the raw sugar topping results in an evenly caramelized crust. Delightful! One of our signature desserts. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 25 of 77 ~ Proposed Decadently Delicious French Mother Sauces @ Versailles Buffet ~ French cuisine features a diverse array of sauces, many of which are based on five foundational "mother sauces." These include Béchamel, Velouté, Espagnole, Sauce Tomato, and Hollandaise, each acting as a base for numerous variations and flavor profiles. Mastering these sauces opens up a world of spectacular culinary possibilities. The 5 Mother Sauces of French Cuisine ~ A guide to French sauces | Taste of France Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 26 of 77 ~ Proposed Decadently Delicious Dom Perignon & Cristal Champagnes @ Versailles Buffet ~ Dom Perignon, The ‘Father of Champagne’, Dom Perignon was a 17th century monk and cellar master at the Benedictine abbey in Hautvillers. He helped to pioneer the development of sparkling wines, with the Champagne brand named in his honour creating its first vintage in 1921. Since then, the label – produced by Moet & Chandon, has become synonymous with top quality vintage Champagne. Louis Roederer, One of the few remaining independent, family-run Champagne houses in France, Louis Roederer was founded in 1776. Today, the Reims-based producer makes a number of Champagnes, including its multi-vintages and unique ‘Brut Nature’ expression. However, its best-known label is undoubtedly Cristal– a blend favoured by rockstars and nobility alike. Its Cristal Vinoteque price blend builds on the classic with additional ageing, allowing the wine to develop a more complex bouquet and even more evolved flavours. (all alcohol sales are extra costs) The top 10 most popular Champagne brands | Cult Wines United States Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 27 of 77 ~ Proposed Delicious Chateau Margaux & Chateau Lafite Rothschild @ Versailles Buffet ~ Château Margaux, archaically La Mothe de Margaux, is a wine estate of Bordeaux wine located in Margaux- Cantenac, France, and was one of five wines to achieve Premier cru (first growth) status in the Bordeaux Classification of 1855. The estate has been occupied since at least the 12th century and produces spectacular wines. Château Lafite Rothschild is a French wine estate of Bordeaux wine, located in Pauillac in France, owned by members of the Rothschild family since the 19th century, and rated as a First Growth under the 1855 Bordeaux Classification ~ Lafite was one of five wine-producing châteaux of Bordeaux originally awarded First Growth status in the 1855 Classification. Since then, it has been a consistent producer of one of the world's most expensive & spectacular red wines. A bottle of 1869 Château Lafite Rothschild holds the world record for the most expensive bottle of wine sold at auction for $233,973 in 2010. (all alcohol sales are “a la carte / extra) French Red Wine from Every Region in 2024 Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 28 of 77 ~ Proposed Decadently Delicious French Artisan Compound Butters @ Versailles Buffet ~ Compound Butter: so easy to make, compound butter is a classic French accompaniment that combines an ingredient – truffle, basil, garlic or mushrooms, for example – with creamy butter. Compound butter is good to have handy in the refrigerator to impart depth of flavor to grilled steak, pork, lamb, veal chops & more. That melty butter will add a special something as it mingles with the natural juices, making an instant sauce on your plate. All you need are simple ingredients & basic kitchen tools & you’ll be rolling logs of buttery goodness in no time. www.savoryexperiments.com/flavored-butters/ * www.dartagnan.com/how-to-make-compound-butter.html Organic Butter is living fat French style: https://www.youtube.com/watch?v=b--l_0eMbo8 Sweet Compound butters - on scones, pancakes, waffles, French Toast, biscuits, corn bread, croissants, bagels. • Fig, cinnamon, and honey butter- Combine 1/2 c. (8 tablespoons) unsalted softened butter with 1/4 cup Cherchies Fig Preserves with Cinnamon, and 1 Tablespoon honey. • Strawberry honey butter- Combine 1/2 c. (8 tbsp) unsalted softened butter with 1/4 cup Cherchies Strawberry Butter Spread, and 1 Tablespoon honey. • Cranberry Butter with Champagne- Combine 1/2 c. (8 tbsp) unsalted softened butter with 1/4 cup Cherchies Cranberry Preserves with Champagne, and 1 teaspoon (tsp) orange zest. • Blackberry Bourbon Butter- Combine 1/2 c. (8 tbsp) unsalted softened butter, 1/4 cup Cherchies Blackberry Seedless Preserves, 2 teaspoons (tsp) honey, and 2 teaspoons (tsp) Bourbon (optional). • Cherry Vanilla Butter- Combine 1/2 c. (8 tbsp) unsalted softened butter, 1/4 cup Cherchies Cherry Butter Spread, and 1 teaspoon (tsp) vanilla. • Apple Cinnamon Honey Butter- Combine 1/2 c. butter (8 tbsp) unsalted softened butter with 1/4 cup Cherchies Apple Butter Spread, and 1 Tablespoon honey. • Strawberry Lemon Butter- Combine 1/2 c. (8 tbsp) unsalted softened butter, 1/4 cup Cherchies Strawberry Butter Spread, and 1 Tablespoon (Tbsp.) lemon zest. • • Savory Compound Butters - add to meat, pork, poultry, seafood, breads, vegetables, popcorn & pasta. • Blackberry Champagne Butter- Combine 1/2 c. (8 Tablespoons) unsalted softened butter, 1/4 cup Cherchies® Blackberry Preserves and 2 Tablespoons Cherchies® Champagne mustard. This sweet and savory combination is absolutely fantastic on salmon! • Chardonnay Lime & Cilantro Butter- 1/2 cup (8 Tablespoons) unsalted butter, 1 Tablespoon (Tbsp) Cherchies® Chardonnay Lime & Cilantro Seasoning Blend. • Garlic, Herb and Parmesan Butter- 1/2 cup (8 Tablespoons) salted butter, 1 Tablespoon (Tbsp) Cherchies® Garlic’n Herb Seasoning Blend. • Champagne Herb Butter- 1/2 cup (8 Tablespoons) salted butter, 1-2 Tablespoons (Tbsp) Tarragon and 2 Tablespoons Cherchies® Champagne Mustard. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 29 of 77 ~ Proposed Decadently Delicious French Pot Artisan Ice Cream & Sorbets @ Versailles Buffet ~ The French pot is filled with cream, sugar, eggs (egg custard base) and flavor ingredients. Spinning the pot in −14 °F saltwater forces the product to the sides & it freezes, the frozen parts are scraped off the walls of the French pot with a corkscrew blade by hand, with a paddle until it all comes together into a frozen mass producing denser than average ice cream ~ in our unique French Pot freezers, high butterfat is frozen with very little trapped air, yielding irresistibly indulgent ice cream * After pasteurization, the flavorings are added. The custard & flavoring mixture is placed into 2- gallon French pots, then hand-packed into cartons resulting in an ice cream that is super thick, with almost twice the weight of other ice creams. With 14% milk fat & high-quality ingredients, our ice cream falls in the super-premium segment of the ice cream & sorbet markets ~ https://www.listchallenges.com/50-best-ice-cream-flavors Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 30 of 77 ~ Proposed Decadently Delicious French Artisan Bakery & Pizzaria @ Versailles Buffet ~ Bakery: there are few things more satisfying than biting into a freshly made, crispy-on-the-outside, soft-and-supple- on-the-inside slice of perfectly baked bread. For Portland-based baker Ken Forkish, well-made bread is more than just a pleasure ~ it is a passion that has led him to create some of the best and most critically lauded breads and pizzas in the country. In Flour Water Salt Yeast, Forkish translates his obsessively honed craft into scores of recipes for rustic boules and Neapolitan-style pizzas, all suited for the home baker. Forkish developed and tested all of the recipes in his home oven, and his impeccable formulas and clear instructions result in top-quality artisan breads and pizzas that stand up against those sold in the best bakeries anywhere. Flour Water Salt Yeast is more than just a collection of recipes for amazing bread and pizza—it offers a complete baking education, with a thorough yet accessible explanation of the tools and techniques that set artisan bread apart ~ www.kensartisan.com/ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 31 of 77 ~ Proposed Decadently Delicious French Artisan Breads & Cheeses @ Versailles Buffet ~ French Artisan bread is a term for bread made by hand using traditional methods and high-quality ingredients. The bread is made by skilled bakers who use their knowledge and hand skills to create a delicious loaf. Artisan breads are often characterized by Ingredients: made with a few simple ingredients like flour, water, salt, and a leavening agent. Artisan breads often use less processed flour, have little sugar, and use sea salt; Fermentation: Artisan breads are fermented for longer than commercial breads, which allows for complex flavors and aromas to develop; Texture: Artisan breads have an open crumb structure with evenly distributed air pockets; Shaping: Artisan breads are often shaped with an emphasis on shaping ~ varieties include Brioche, Challah, Ciabatta, Focaccia & Couronne. French Artisan cheeses are cheeses made by hand using traditional techniques and high-quality ingredients, made solely from the milk of animals on the cheesemaker's farm ~ Production Artisan cheeses are made in small batches using traditional techniques by hand; Ingredients: Artisan cheeses are made with natural ingredients like milk, salt, and rennet, and no additives. They can be made from a variety of milks, including cow, goat, sheep, or water buffalo; Flavor: Artisan cheeses are often more complex in taste and variety than mass-produced cheeses. They can incorporate flavorings like herbs, fruits, spices, and nuts; Aging: Artisan cheeses are often aged and ripened to develop flavor and texture; Techniques: Artisan cheeses are made using labor-intensive techniques like forming natural rinds or binding in cloth; Probiotic: Many artisan cheeses are fermented with beneficial bacteria that act as probiotics. Cheeses like Gouda and Blue Cheese are known for their probiotic content ~ only at Marseille Buffet. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 32 of 77 ~ Proposed Versailles Retail Shop & Bistro @ (2nd Floor) ~ Versailles Shops: thinking differently is what makes the world fun, and in the world of designer fashion, uniqueness is everything. What one person would easily overlook, another person might covet, which is why the spectrum of luxury fashion brands that populate the $350 billion per year US clothing industry are so much fun to look at and shop ~ we’ll re-invent the fashion customer shopping experience ~ Ready to wear, Handbags & Shoes, Fragrances & Beauty, Accessories & Jewelry and men’s watches: Patek Philippe, Breguet, Rolex, Vacheron, and other brands. There are labels built to be timeless and bring historic simplicity into the present; take Chanel, one of the most-famous fashion brands in the world, or Dior, which has honed a special kind of elegance since it was founded in 1947, fundamentally modernizing how women dressed in the second half of the 20th century. Then, there are the risk takers, who create clothes with a dare factor for intrepid wearers. In 2024, luxury fashion houses like Alexander McQueen, Miu Miu, Balenciaga & Loewe are forging a path forward through experimentation; Miu Miu’s cropped sets & underpinnings come to mind, as well as Balenciaga’s ironic hoodies and shield sunglasses. We’ll carry the latest in Christian Dior, Chanel, Louis Vuitton, Saint Laurent, Ralph Laurent Polo, Fendi, Gucci, Giorgio Armani, Coach, Prada, Loewe, Michael Kors, Valentino, Ferragamo, Burberry, Hermes, Miu Miu, Versace, Dolce & Gabbana, Max Mara, Cristóbal Balenciaga, Tom Ford, Alexander McQueen & Vera Wang for weddings. 3D Body Scanner: the scanners make a full circle around a person to capture the exact shape of their body from all angles. Getting precise measurements of the body makes it possible to replicate even the smallest details from the person's body (head to toe) in creating an exact fit their clothes every time ~ https://www.styku.com/productvideo 3D Digital Screens: for the ultimate state-of-the-art e-shopping experience linked to fashion designer’s websites ~ essentially a “digital fashion shopping mall” for men, women and kids’ apparel ~ our golf & country club Members & Guests will love it, so while the men are golfing, the women are shopping & sipping margarita’s ~ happiness! What’s the common denominator for ALL golf club members? Serious financial security with lots of disposable cash. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 33 of 77 ~ Profession Artist Workshop & Incubator @ Versailles Incubators ~ We’ll invite amazing, seasoned professional writers & artists like Ewa Hauton to advise & mentor our blossoming inhouse artist, writers, photographer’s, writers, poets, etc ~ https://www.galeries-bartoux.com/en/artists/hauton-ewa/ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 34 of 77 ~ Arts Alive eZine @ Versailles Incubators ~ The vision is to embrace the storied past & look ahead into the future while exploring & showcasing “what’s happening” events & festivals occurring at the Incubators * Enjoy lively & informative writing, beautiful photography, modern typography, captivating art & an elegant design ~ www.en.wikipedia.org/wiki/Bradley_Cooper Bradley Cooper * Bruno Mars www.en.wikipedia.org/wiki/Bruno_Mars Potential Arts Alive Partner * Peter Hernandez known professionally as Bruno Mars, is an American singer, songwriter, record producer, musician and dancer. He is known for his stage performances, retro showmanship, and for performing in a wide range of musical styles, including pop, R&B, funk, soul, reggae, disco, and rock. Mars is accompanied by his band, the Hooligans, who play a variety of instruments, such as electric guitar, bass, piano, keyboards, drums, and horns, and also serve as backup singers and dancers * he was born & raised in Honolulu, HI, has sold over 130 million records worldwide & has over 15.2 billion views on youtube * https://www.brunomars.com/ Potential Arts Alive Partner * Bradley Cooper is an American actor and filmmaker. He has been nominated for various awards, including 8 Academy Awards and a Tony Award, and has won 2 Grammy Awards and a BAFTA Award. Cooper appeared on the Forbes Celebrity 100 three times and on Time's list of the 100 most influential people in the world in 2015. His films have grossed $11 billion worldwide and he has placed four times in annual rankings of the world's highest-paid actors * sits on the Board of Directors of “The Hole in the Wall Gang” Camp as he supports many charities that help fight cancer * https://www.youtube.com/watch?v=O3mf_ewjc7s We’ll support The BayCare Sound Amphitheatre while every month, a new cover & centerfold section will be designed by a different “Artist of the Month” showcasing his/her talents & art profile from Arts Alive ~ each cover will be unique & captivating ~ while showcasing other “Arts Alive” designers & writers * Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 35 of 77 ~ Proposed Botanica’s Giant Sequoia Groves @ Coachman Park & Chi Chi Golf Club ~ Botanica Grove: besides growing food, we can also use our trees for vertical & natural organic dorms, farmers market, R&D labs and live / work / play studios for artists, musicians & entrepreneurs, etc. Where can we build Botanica’s: we can build our own Giant Sequoia Forests used for indoor food, energy & water production & outdoor recreational purposes ANYWHERE ~ no cars, trucks or trains, except electric golf carts ~ walking, hiking, camping & exploring will be strongly encouraged for our customers & guests to come & experience the ultimate Giant Sequoia Experience in any urban or rural area ~ we estimate we can build 20 Giant Sequoia Trees per acre that will last for centuries ranging in height from 2 to 30 stories above ground & 1 to 2 stories below ground that will withstand Cat 5 Hurricanes or 9.0 Earthquakes ~ we have lots of different locations including the following: Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 36 of 77 ~ Proposed Botánica @ Chi Chi Rodriquez Golf Club Clearwater Florida ~ In a post-pandemic world, it’s not just the game of golf that saw an upswing in 2020, but also memberships at Golf & Country Clubs as they continue to offer a safer environment, higher levels of personalized hospitality, and cater to diverse tastes & preferences of the member families ~ In the US, the golf industry generates $102B in gross revenue. This golf course is a well-manicured par-69 course. It features more than 70 sand traps, water hazards on 12 holes, grass bunkers, two-tiered greens, and fairways covered with Bermuda grass to challenge golfers of all playing abilities. Chi Chi Rodriguez Golf Course Clearwater, FL | Youth Golf Academy Strategy: with Botanica, we will create additional revenue streams of organic food sales, freshwater sales, electricity (savings / sales). We will upgrade the existing golf course & country club (with existing infrastructure & improvements) & re-purpose it * we’ll cluster & hide our grow trees within the existing clusters of existing forest trees around the perimeter onsite. Thus, retaining the golf course component & revenues (including golf operations, agronomy, retail food & beverage, events, etc.) Our Giant Sequoia “Vertical Farm” Trees are designed to withstand a Cat 5 hurricane, 9.0 earthquake, wildfire, etc. We can increase EBITDA by 5x or more by adding Versailles Shops & Farmers Markets, with our onsite food, energy, water & bamboo components while keeping the primary golf, hotel, food & beverage revenues intact. Botanica Grove: (1) 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre. We can build 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of conventional farming. Thus: • 1 acre of 5-story Giant Sequoia’s produces the equivalent of 50 acres of conventional farming. • 10 acres of 5-story Giant Sequoia’s produces the equivalent of 500 acres of conventional farming. • 100 acres of 5-story Giant Sequoia’s produces the equivalent of 5,000 acres of conventional farming. We estimate construction costs at $500,000 / 5 story Giant Sequoia Tree ~ with projected gross revenues in the $1M to $2M / year / tree EBITDA not including HUGE food, energy & freshwater savings onsite. Financial Projections: 10 acres x 20 trees/acre or (200) 5 story Giant Sequoia’s = $100M estimated construction costs ~ with projected gross revenues at $200M to $300M per year EBITDA of year-round, fresh, organic fruits, veggies, herbs & spices ~ the investment pays for itself relatively quickly ~ we will also have an onsite Farmers Market for locals and will have an onsite livestock component (dry-aged beef, pork, lamb, poultry, bison, venison) and a seafood component as well while creating a SPECTACULAR Giant Sequoia Forest for eco-tourism. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 37 of 77 ~ Botanica’s Proposed Supply Chain for the State of Florida ~ Florida Financials: there are 23.4 million hungry residents in the State of Florida (and growing) ~ Florida travel & tourism generated $131 Billion from 141 million tourists in 2023 ~ the State’s GDP was about $1.7 Trillion in 2024 with the total value of food (retail, wholesale, catering, agriculture, etc) at about $170 billion / year. Supermarkets: as of November 2024, there were 19,972 grocery stores in Florida, which has the third highest number of grocery stores in the United States, after New York and California ~ Publix is the largest grocery chain in Florida, with 898 stores, Walmart @ 403 stores, Costco @ 34 warehouse, Aldi @ 222 stores, Whole Foods @ 34 stores and Winn Dixie @ 460 stores (but Aldi has agreed to purchase 400 Winn Dixies & convert them to Aldi’s soon) https://www.scrapehero.com/location-reports/top-grocery-chains-in-florida-usa/ Food Service: the State of Florida has about 244,631 restaurants that serve food, including bars, fast food chains, coffee shops, and other restaurant categories across the state that we can supply. Universities: When it comes to college student enrollment, Florida ranks 4th in the nation among states with the most college students. With over 850,000 hungry students getting their degrees in the Sunshine State, Florida boasts some pretty impressive numbers when it comes to student population (those numbers do not include faculty & staff onsite). Several of the largest schools in the country can be found nestled in the Miami suburbs in South Florida and close to the white sand beaches of the Gulf Coast. https://www.bestcolleges.com/united-states/florida/largest-universities/ School Districts Each of the following parallel the boundary of one of the counties of Florida. These districts are all counted as separate independent governments as per the U.S. Census Bureau. Florida has no school systems dependent on another layer of government ~ in Florida, there are 69 school districts, with 4202 schools, with 2.8M hungry students and 163,558 hungry teachers attending. https://ballotpedia.org/List_of_school_districts_in_Florida Prisons: Florida Dept of Corrections (FDC) manages 143 State Prisons with about 157,000 hungry inmates and 22,000 hungry correctional officers. There are 9 Federal Prisons in Florida. https://www.prisonpolicy.org/profiles/FL.html ~ As we build the Botanica Brand, we can “duplicate” this business model in EVERY state across America ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 38 of 77 ~ Proposed Giant Sequoia Cross Section @ Botánica ~ Our proposed artificial General Sherman Grow Tree The real General Sherman Tree (280 ft high) Botanica Grove: all of our Giant Sequoia Trees will be designed to last for 100’s of years and will be able to withstand Cat 5 hurricanes, 9.0 earthquakes, landslides, fires and the worst applicable snowstorms in the winter months. Botánica Bark: the US produces 40M metric tons of plastic waste per year ~ 5% is recycled, 10% ends up in the oceans & 85% to landfills ~ by 2030, 70M metric tons, by 2040, 150M metric tons ~ we’ll use ALL of it to make our bark & floor slabs. www.innovationnewsnetwork.com/harnessing-the-potential-of-mixed-plastic-waste-through-mechanical-recycling/54373/ ~ Made in America ~ All materials (including steel) will be purchased from American-based Companies ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 39 of 77 ~ Proposed Giant Sequoia Tree Super Structure & Soils at Botánica ~ Our Giant Sequoia Trees will be 2 to 30 full stories above ground (depending upon the local zoning codes) and 2 to 4 stories below ground with similar structural design as shown above & maximum water proofing of course. Vertical Farm: above ground floors will be climate-controlled creating the optimum grow environments for ALL organic fruit & veggies while utilizing our proprietary hydroponic, aquaponic & aeroponic technologies ~ underground floors will have hi-tech water & energy storage systems with seed banks ~ we’ll use proprietary technology to create organic thermal energy & indirect natural lighting ~ for holistic & natural healthcare thru food. Methodologies: will eliminate bugs & animals, pesticides & herbicides, viruses, air & water pollution, weather & climate change 100% out of the equation by creating an airtight / watertight pressurized environment while creating a sustainable food, energy & water supply while creating 100’s of year-round, full-time jobs & re-define & elevate the principles & elements of Agroecology to a whole new level. Superstructure will be as shown above with a 35ft diameter base, 20ft diameter trunk & applicable diameter canopy at the top & 5ft diameter elevator as the center core. Our revolutionary & proprietary exterior bark (w/amazing insulating values) will be 24” thick at the base & 12” thick at the canopy for incredible insulating values. Soils: with proper management, imported volcanic ash soils are capable of “high productivity & long-term agricultural & environmental sustainability” focused on precision agriculture & controlled-release fertilization for climate- controlled indoor organic hydroponics, aquaponics & aeroponics and traditional outdoor agricultural sustainability. Electro-Agriculture is a proposed method that could allow plants to grow in the dark, potentially reducing the amount of land needed for agriculture by up to 94% by replacing photosynthesis with a solar-powered chemical reaction that converts CO2 into an organic molecule that plants can consume; essentially enabling food production in controlled indoor environments without sunlight ~ https://www.sciencedaily.com/releases/2024/10/241023131024.htm https://agris.fao.org/agris-search/search.do?recordID=FR1998004671 * Rare Earth Elements – Salitre Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 40 of 77 ~ Proposed Giant Sequoia Tree Super Structure @ Botánica ~ The Super Structure of ALL our Vertical Grow Trees will be similar to the Eiffel Tower ~ 100% Steel and designed to last 200 years or more ~ with all components “prefabricated” in our factory ~ thus fast & easy “assembly” onsite ~ we can duplicate the structure millions of times ANY WHERE in America at golf courses, parks, farms, ranches, corporate campuses, etc. ~ Our structures will be designed to easily withstand Cat 5 hurricanes & Tsunami’s, 9.0 Earthquakes, Wildfires, Landslides, Terrorist attacks (think 9/11) and so much more. ~ Made in America ~ All materials (including steel) will be purchased from American-based Companies ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 41 of 77 ~ Proposed Giant Sequoia Tree Super Structure @ Botánica ~ Our proposed artificial General Sherman Grow Tree The actual General Sherman Tree One 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre farmland ~ we can develop 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of outdoor farming ~ 1 acre of (20) 4- story Giant Sequoia’s equals 40 acres ~ 1 acre of (20) 6-story Giant Sequoia’s equals 60 acres ~ 1 acre of (20) 8-story Giant Sequoia’s equals 80 acres and 1 acre of (20) 10-story Giant Sequoia’s equals 100 acres of farm land. 10 acres of 5-story Giant Sequoia’s equals the equivalent of 500 acres of conventional farmland production, etc. Botanica Forests: besides growing food, we can also use our trees for student dorms & apartments, condos & offices, hotels & shopping centers, labs & small shops live / work / play studios for artists, musicians & entrepreneurs, etc. ~ Made in America ~ All materials (including steel) will be purchased from American-based Companies ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 42 of 77 ~ Proposed Giant Sequoia Tree Super Structure Cross Section @ Botánica ~ Proprietary organic food production on “above ground” levels * state-of-the-art seed banks, water & energy storage on “underground” levels ~ ALL proprietary food, water & energy technologies controlled by “state of the art” AI (Artificial Intelligence & Automated Systems) thus we do not need human labor except for controlled harvesting. Botánica Bark: the US produces 40M metric tons of plastic waste per year ~ 5% is recycled, 10% ends up in the oceans & 85% to landfills ~ by 2030, 70M metric tons ~ we’ll use ALL of it to make our bark & floor slabs. www.innovationnewsnetwork.com/harnessing-the-potential-of-mixed-plastic-waste-through-mechanical- recycling/54373/ ~ Made in America ~ All materials (including steel) will be purchased from American-based Companies ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 43 of 77 ~ Proposed Giant Sequoia Tree Interior Spaces @ Botánica ~ Botanica Forests: besides growing food, we can also use our trees for student dorms & apartments, condos & offices, hotels & shopping centers, labs & small shops live / work / play studios for artists, musicians & entrepreneurs, etc. Inside the steel towers, a structural core (with elevator) will run up the center and an additional lattice-like cage would form an outer casing behind the thick, prefabricated light-weight proprietary plastic bark ~ Additionally, all floor systems will be prefabricated, reinforced, lightweight of the same proprietary material as our bark. ~ Made in America ~ All materials (including steel) will be purchased from American-based Companies ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 44 of 77 ~ Proposed Giant Sequoia Tree Super Structure Cross Sections @ Botánica ~ The actual General Sherman Giant Sequoia Tree is the world's largest living tree by volume, standing 275 feet tall, with a 36ft diameter base & 20ft diameter trunk, and weighs 2.7 million pounds and is over 2,200 years old. This project attempts to show a new architectural approach to human coexistence with nature, in harmony with nature's temporality ~ tree heights will vary depending upon local zoning codes especially in Urban environments. The non-invasive architecture quietly takes place in the empty void of the sites, without hindering the breathtaking landscape surrounded by the giant trees. It then becomes active as an artificial organ to replace fertile farmland. Proprietary organic food production on “above ground” levels * state-of-the-art seed banks, water & energy storage on “underground” levels ~ ALL proprietary food, water & energy technologies controlled by “state of the art” AI and Automated Systems thus we do not need human labor except for controlled harvesting. One 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre farm land ~ we can develop 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of outdoor farming ~ 1 acre of (20) 4- story Giant Sequoia’s equals 40 acres ~ 1 acre of (20) 6-story Giant Sequoia’s equals 60 acres ~ 1 acre of (20) 8-story Giant Sequoia’s equals 80 acres and 1 acre of (20) 10-story Giant Sequoia’s on 1 acre equals 100 acres of farm land. Botanica Forests: besides growing food, we can also use our trees for student dorms & apartments, condos & offices, hotels & shopping centers, labs & small shops live / work / play studios for artists, musicians & entrepreneurs, etc. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 45 of 77 ~ Botánica is Sustainable Precision Agriculture, Renewable Energy & Fresh Water ~ The Food Supply Chain: Hunter-gatherer cultures forage or hunt food from their environment. Often nomadic, this was the only way of life for humans until about 12,000 years ago when archaeological studies show evidence of the emergence of agriculture ~ fast forward up to a few hundred years ago, EVERYONE grew their own food via a backyard garden for themselves and/or their community ~ fresh, organic, healthy, clean, allowed to RIPEN ON THE VINE with an EXPLOSION of flavors & nutrients when eaten ~ hence the term MOUTH-GASM The standard American diet is wrecking your body, energy and mental health. Ditch excuses and fuel your transformation with our delicious, high protein meal plan options 75% of American’s are overweight, 40% are obese, 95% of people who start a diet fail ~ We see that low-to-mid-income people are exposed to, and consuming, more and more unhealthy ultra-processed foods because of changing lifestyles, as well as the increased availability and marketing of these often-inexpensive foods. In contrast, nutritious expensive foods are out of reach for too many people. https://www.youtube.com/watch?v=KJjTpNrGna4 The Corrupt US Food System. The Chemicals Poisoning Our Food Systems the FDA is Allowing in Your Food: https://www.youtube.com/watch?v=-mNpaKgepL0 ~ https://www.youtube.com/shorts/8IpybFpms3s Forever chemicals tainting food supply, destroying US farms https://www.youtube.com/watch?v=LIdCgjDoB1U Agriculture is BROKEN in the US: https://www.youtube.com/watch?v=mO6qszTWtqs Hidden Toxic ingredients in your food: https://www.youtube.com/shorts/SNctwZtQZiQ The Perfect Storm of problems for Florida’s Agriculture Industry: Disease, Hurricanes & Market Swings: https://farmonaut.com/usa/floridas-citrus-industry-transformation-overcoming-greening-and-hurricane-challenges- with-innovative-agriculture-solutions/ Why are there so many food recalls happening: is our current food supply safe? ~ NOPE! www.today.com/health/recall/food-recalls-2024-rcna177622 ~ www.fda.gov/safety/recalls-market-withdrawals-safety-alerts NASA satellites show a massive drop in global freshwater levels ~ https://www.livescience.com/planet- earth/rivers-oceans/a-harbinger-of-whats-to-come-nasa-satellites-show-massive-drop-in-global-freshwater-levels Agro-Terrorism is a real threat to America’s food supply: https://www.farmprogress.com/management/officials-warn-that-agroterrorism-threat-is-real Before Bobby Kennedy, the FDA was poisoning you: https://www.youtube.com/watch?v=VA3csj4Ws6Y Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 46 of 77 You’ll NEVER have to read the labels @ Botánica Food because there are NONE ~ Food Safety & Health: when consumers purchase food from their local grocery store, they don’t often think about how it got there. As food travels longer distances from all over the world, the responsibility for keeping those supply chains safe and accountable falls to the food producers themselves. Well-functioning supply chains allow farmers and manufacturers to ensure food is delivered safely to grocery stores sustainably. According to the World Economic Forum (WEF), food supply chain transparency is vital, as almost one in 10 people suffer from foodborne diseases annually. The same WEF study estimates that these diseases kill nearly 500,000 people a year. Improved traceability allows food producers to act quickly to stop contaminated food from reaching consumers. Unfortunately, because of corruption, negligence and/or greed, poison & diseases in our food supply are increasing. ~ YOU eat added SUGARS ~ CANCER eats THAT sugar to GROW ~ CANCER eats YOU ~ YOU die ~ ~ Isn’t YOUR health & life and YOUR FAMILY’S health & lives worth it? ~ eat healthy ~ Traceability of the food from field to factory and beyond is essential. Not only is it important on the rare instance where unsafe food makes it out of the factory and can be recalled quickly and efficiently, it also allows food producers to make sure the product is as fresh as possible when it reaches the consumer. Food retailers use a controlled atmospheric room with ethylene gas to induce ARTIFICIAL RIPENING once the fresh produce reaches the distribution center, allowing them to harvest produce while still green, ensuring longer shelf life during transport. However, this is why, especially during the winter months, ALL your fruit & veggies have no taste because they are NOT ALLOWED TO RIPEN ON THE VINE organically as God & Mother Nature intended. New Tech Drives Progress, Data Collection Drives Safety, & Traceability Matters to Serve Our Sustainability Goals. Eventually, all our healthy, ripened-on-the-vine food will be cultivated & distributed within 50 miles of a given Botanica, allowing our customers to eat our safe, healthy & ripe organic food within 48 hours AFTER harvesting. Fed Gov’t spends $166B / yr to feed Soldiers & Prisoners & $20B for Big Pharma Chronic Disease Epidemic https://www.youtube.com/watch?v=dGES-D_74eY ~ https://www.youtube.com/watch?v=OkaVUTTjRj0 Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 47 of 77 ~ Proposed Hydroponic Organica Fruit Trees cultivated @ Botánica Organics ~ www.pinterest.com/pin/606860118519332995/ * https://www.youtube.com/watch?v=TQ_IxcUj7Vw https://www.delish.com/food-news/g43430295/most-expensive-fruits-in-the-world/?slide=2 Our Giant Old-Growth Trees are designed to last minimum 200 years, and designed to withstand a Category 5 Hurricane or 9.0 Earthquake and are 100% sustainable and fully automated to create the ultimate & most prosperous & sustainable organic food production operation ~ paired with state-of-the-art hydroponic & aeroponic indoor food growing technology systems www.youtube.com/watch?v=HJRxA8RLYQc * we can cultivate ANY variety (from all over the world) of fruit or vegetable grown in a tree, on a vine or under soil * ALL fruits & vegetables are primary revenue streams year-round * quality vs quantity * we grow ONLY the healthiest fruits & vegetables in the world. We can also produce fresh fruit, veggies, beef, poultry and hi-protein pre-made meals for busy, health conscious kids & adults whether you’re at work, home or school: similar to: www.nutritionsolutions.com Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 48 of 77 Giant Chandler Blueberries Giant Semikeya Queen Strawberries Giant Dekopon Oranges Giant Sekai Ichi Apples Giant Emperor Pears https://www.youtube.com/watch?v=jUQ866PUlj4 Giant Almafi Coast Lemons Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 49 of 77 Sumo Oranges ~ normally available from January to April ~ we can grow them year round ~ Sumo citrus, also known as Sumo oranges or Dekopon, are large citrus fruits that are a hybrid of mandarins, sweet navel oranges, and pomelos. They are particularly known for their incredibly sweet taste ~ Hybrid Fruit: Sumo citrus is a hybrid, combining the traits of mandarin, navel orange, and pomelo ~ Sweet and Juicy: They are known for their high sweetness and juicy texture ~ Easy to Peel: The peel is loose and easy to remove ~ Topknot: A distinctive feature is a protruding bump, often called the "topknot," on the stem end ~ Seedless: They are largely seedless ~ Unique Appearance: They are larger than average oranges and have bumpy, uneven skin. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 50 of 77 Giant Tamara Cherries Giant Willamette Raspberries www.youtube.com/watch?v=FGAfZ-PTaNU * Giant Ruby Roman Grapes * www.youtube.com/watch?v=EE7NqzhMDms Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 51 of 77 ~ Proposed Artisan Fruits & Veggies @ Botánica Organics ~ Artisan fruit is fruit grown without using synthetic chemicals such as pesticides & artificial fertilizers. They do not use genetically modified organicism’s (GMO’s) or expose food to irradiation, They are eaten whole or used in a variety of products, including jams, butters, and spreads: Heirloom fruits: Fruits that are generally free of edible coatings or films; Artisan fruit: Fruit products made from fruit that is picked at its peak flavor and used to make butters, sauces, and dried fruits; Artisan fruit spreads and jams: Spreads and jams made from fresh, natural fruits and without artificial additives or preservatives @ Versailles Buffets & Farmers Markets. Artisanal vegetables are grown using traditional methods and organic & sustainable practices. They are often grown by hand and use natural alternatives to pesticides and herbicides. Artisanal veggies are often considered desirable by consumers because of their local and sustainable nature; Traditional methods: Artisanal vegetables are grown using traditional methods; Heirloom varieties: Artisanal vegetables may be heirloom varieties, which existed before commercialization; Ethical farming: Artisanal vegetables are grown with consideration for environmentally healthy, ethical, and equitable farming @ Versailles Buffets & Farmers Markets. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 52 of 77 ~ Proposed Gourmet Mushrooms, Saffron & Fennel @ Botánica Organics ~ www.wealthygorilla.com/most-expensive-foods/ * www.youtube.com/watch?v=C_SkujcDE0M * World’s Most Expensive Foods: to have all the money in the world & to spend on the most luxurious things that would be more than any of us can dream of. In addition to gourmet staples such as tomatoes, lettuce, peppers, onions, and all fruits, here are some of the most expensive foods in the world that we will produce to satisfy our affluent customers: . We estimate (1) 2-story Giant Sequoia Tree can hydroponically grow the same quantity of food as 1 acre of land. We can build 20 trees on one acre: thus 20 trees can yield the equivalent of 20 acres of land, organically year-round. Organic Matsutake Mushrooms Priced at $1,000 per pound, this special species of fungi is so expensive because it is very rare. The Matsutake or Mattake type of mushroom originates from Japan and a non-native insect has destroyed the tree species under which these mushrooms normally grow, so these little guys are few and far between. Despite the worldwide availability of most mushrooms with over 14,000 varieties, several remain rare and very expensive which will be our focus at 100% Organic Gourmet Mushrooms * additional primary revenue streams www.youtube.com/watch?v=X_zjCBjkj6w Organic Saffron Priced at $1000 per pound, saffron is the most expensive spice in the world. It is grown worldwide and derived from the stamen of the saffron crocus flower. Herbs and spices, common in modern kitchens, have a history that dates back thousands of years. Despite the worldwide availability of most herbs and spices, several remain rare and expensive which we will focus on at “100% Organic” Gourmet Spices * additional primary revenue streams https://www.youtube.com/watch?v=a2uqhCs-PcA Wild Fennel Pollen (Spice of the Angels) has a flavor that is intoxicating - a pure, sweeter version of fennel seed, pungent, yet delicate all at once. The process to harvest this light, fluffy seasoning is pain staking. The pollen is hand-harvested from the Fennel plant as the flower booms. Luckily, a little goes a long way! Try mixing with salt and sprinkling over everything - fish, meat, especially pork (porchetta), roast chicken, vegetables and even desserts (imagine grilled peaches with mascarpone, or an buttery apple cake) - you only need a pinch to create dishes that will transport you to the tables of Tuscany for exceptional flavor. $500 / lb * additional primary revenue streams. https://www.spicesinc.com/p-6605-organic-fennel-pollen-1- oz.aspx Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 53 of 77 ~ Proposed Gourmet Wasabi & Ginseng @ Botánica Organics ~ Wasabi is a spice traditionally prepared from a plant from the cabbage family. Its root is used as a spice and has a very strong flavor. The root is smashed up into paste and used as a condiment. Its hotness is more like hot mustard or horseradish than chili pepper, because it irritates the nose more than the tongue. Eating too much wasabi can cause a very painful feeling in the nose. The plant grows naturally in Japan. It is often eaten with sushi. Wasabi needs clean water and a cool climate. It is difficult to grow wasabi. There are two ways to grow wasabi. One way is to grow wasabi in water. The other way is to grow wasabi in a field. Because the wasabi plant is so hard to grow, real wasabi is very rare and expensive. Most wasabi is a green paste that is really made from horseradish, mustard and food coloring. Real wasabi is purple, not green. https://firstwefeast.com/eat/2014/09/real-wasabi-is-one- of-the-most-expensive-crops-on-the-planet * www.youtube.com/watch?v=CkkD-FtXdZI Wasabi growing operation in Half Moon Bay, CA * current prices are $250 / kilo * additional primary revenue stream. American Ginseng (Panacis quinquefolis) is a herbaceous perennial plant in the ivy family, commonly used as Chinese or traditional medicine. It is native to eastern North America, though it is also cultivated in China. Since the 18th century, American ginseng has been primarily exported to Asia, where it is highly valued for superior quality and sweet taste. The plants root and leaves were used in traditional medicine by Native Americans. Since the 18th Century, the roots have been collected by “sang hunters” and sole to Asian traders who pay high wholesale prices especially for older roots with wholesale prices in the $600 to $800 / lb range with the best quality roots retailing for $6000 / lb in Hong Kong, Japan & China. www.healthline.com/nutrition/ginseng-benefits * additional primary revenue stream We estimate (1) 2-story Giant Sequoia Tree can hydroponically grow the same quantity of food as 1 acre of land. We can build 20 trees on one acre: thus 20 trees can yield the equivalent of 20 acres of land, organically year-round. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 54 of 77 ~ Proposed Gourmet Vanilla, Cinnamon & Truffles @ Botánica Organics ~ Infamous for its rich, earthy aroma and distinct taste, the Périgord truffle lends tangible hints of freshly dug earth and spice, creating inimitable flavors. Additional truffle products will include the following: Truffle Oil is often used as a lower cost and convenient substitute for truffles, to enhance the flavor and aroma of truffles in cooking. All existing truffle oil on the market does not even have any actual truffles in it. Ours will be 100% organic truffle oil * additional primary revenue stream Truffle Honey: truffle honey will be a blend of the finest all organic, locally produced honey infused with black Perigord truffles to create the most amazing honey primarily used by chefs to flavor dishes & cocktails. With 200 varieties of Truffles, only 6 are farmed commercially but several remain rare & expensive which we will focus on with 100% organic truffles * additional primary revenue stream http://mentalfloss.com/article/71055/10-worlds-most-expensive-ingredients We can grow them all 24/7: www.youtube.com/watch?v=tV-k_jV-VtY We can grow them all 24/7: https://moneyinc.com/the-five-most-expensive-mushrooms-in-the-world/ The world’s most expensive cultivation of Truffles: www.youtube.com/watch?v=kXqgOioxI1I We estimate (1) 2-story Giant Sequoia Tree can hydroponically grow the same quantity of food as 1 acre of land. We can build 20 trees on one acre: thus 20 trees can yield the equivalent of 20 acres of land, organically year-round. Organic Vanilla & Cinnamon The 2nd most expensive spice following saffron is Vanilla. The extensive period of fermentation & ageing that is required to bring out the vanillin flavor in these orchid pods could take about 2.5 years all together, hence the price. The orchid flower that produces vanilla pods bloom & die within a few hours, creating a precious small window for natural pollination to occur. Pure organic Vanilla retails for up to $200/lb. It is grown worldwide has a history that dates back 1000’s of years. Of the 150 varieties of Vanilla, only 3 are raised commercially but several remain rare & expensive which we want * https://www.spicesinc.com/p-296-madagascar-vanilla-beans.aspx Ceylon Cinnamon Bark ~ www.youtube.com/watch?v=uoxg5FjHJWk Organic Truffles: Just like caviar, no expensive food list will be completed without Truffles making it. Black & White Truffles from Alba, Italy, are the most prized of the bunch: because of shortages this year, Alba Black Truffles are running around $4,000/lb. Alba White Truffles are running around $6,000/lb * we’ll partner with the “Truffle Queen of Italy” using EXCLUSIVELY Alba truffle spores * https://hospitalityinsights.ehl.edu/what-are-truffles-why-are-they-expensive https://www.usatoday.com/in-depth/news/world/2019/03/16/truffles-why-so- expensive/3161242002/ https://nypost.com/2021/11/15/giant-white-truffle-sells-for-118k-at-mushroom- auction/ * https://moneyinc.com/five-expensive-truffles-ever/ https://recipes.howstuffworks.com/truffles.htm Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 55 of 77 ~ Proposed Gourmet Tea & Coffee @ Botánica Organics ~ Barrel Aged Tea ~ Find the 5 most expensive teas in the world: http://www.top10zen.com/top-5-most-expensive- teas-in-the-world-574. Of the thousands of varieties of teas, many affordable varieties are raised commercially but several remain rare and expensive which we will focus on at 100% Organic Gourmet Teas. Stats of the global tea industry: http://www.teausa.com/14655/tea-fact-sheet * additional primary revenue stream We will barrel age all teas for at least 3 years to guarantee the finest quality tea flavors and varieties. Also, similar to Maury Island Gourmet Foods, we will have our own brand of natural gourmet and organic Jams & Jelly, Honey & Salts, Mints & Melons, Salsa & Cucina Fresca Sauces, and many more brands. http://mentalfloss.com/article/71055/10-worlds-most-expensive-ingredients www.rareteacellar.com/ ~ they specialize in the finest & rarest teas & ingredients available on planet earth. For over 20 years they have supplied top chefs, hotels, restaurants & mixologists with unique ingredients ~ ~ Proposed Gourmet Jamaican, Columbian & Kona Coffee @ Botánica ~ One 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre farm land ~ we can develop 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of outdoor farming ~ 1 acre of (20) 4- story Giant Sequoia’s equals 40 acres ~ 1 acre of (20) 6-story Giant Sequoia’s equals 60 acres ~ 1 acre of (20) 8-story Giant Sequoia’s equals 80 acres and 1 acre of (20) 10-story Giant Sequoia’s on 1 acre equals 100 acres of farm land. Organic Gourmet Tea is the most popular beverage in the world. I mean really popular. It's consumed more than ALL other manufactured drinkings - that means soda, alcoholic drinks, and even coffee - combined. Why? Mainly the rich aroma, the health benefits (it's practically 99.9% water), the stress reduction, and - best of all, it helps in weight control. the most expensive teas in the world. Why do we care? Well, maybe you'll be entertaining a Chinese government official one day, and they'll ask you for a spot of tea. You could give them just any old tea - but why not pander them with a $200 cup * https://senchateabar.com/blogs/blog/most-expensive-tea Organic Gourmet Coffee ~ Arabica and Robusta beans are the most well- known species of coffee grown commercially for consumption. Robustas are hearty plants that are grown at lower elevations. They are much higher in caffeine content and are used mainly for commercial grade coffee that you’ll find in grocery and convenience stores. Arabica’s are high grown (usually 3000 feet and up) with a much wider range of taste and are considered to be much better in quality. Most specialty coffee shops use exclusively Arabica beans (You know, the stuff in the fancy valve bags) with the possible exception of the addition of Robustas in some espresso blends. thus, you see that the world's best coffee is the Arabica. This wondrous coffee can be found in mountainous growing regions all over the world * https://wealthygorilla.com/most-expensive-coffees/ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 56 of 77 ~ Proposed Gourmet Dark Chocolate @ Botánica Organics ~ And we’ll figure out a way to build THE LARGEST chocolate waterfall in the world per Willy Wonka! One 2-story Giant Sequoia Tree can hydroponically grow the same amount of food grown on 1 acre farm land ~ we can develop 20 Giant Sequoia’s on 1 acre producing the equivalent of 20 acres of outdoor farming ~ 1 acre of (20) 4- story Giant Sequoia’s equals 40 acres ~ 1 acre of (20) 6-story Giant Sequoia’s equals 60 acres ~ 1 acre of (20) 8-story Giant Sequoia’s equals 80 acres and 1 acre of (20) 10-story Giant Sequoia’s on 1 acre equals 100 acres of farm land. Gourmet Cocoa Beans ~ The cocoa bean is the dried and fully fermented fatty bean of Theobroma cacao, from which cocoa solids and cocoa butter are extracted. They are the basis of chocolate, as well as many Mesoamerican foods such as mole sauce and tejate. A cocoa pod (fruit) has a rough and leathery rind about 1.2 in thick. It is filled with sweet, mucilaginous pulp (called 'baba de cacao) enclosing 30 to 50 large seeds that are fairly soft & white in color. While seeds are usually white, they become violet during the drying process. The exception is rare varieties of white cacao, in which the seeds remain white cultivated in Nicaragua. www.foodandwine.com/articles/the-worlds-best-chocolate Gourmet Chocolate ~ it takes about 200 roasted beans to make 1lb of chocolate as the beans are cracked and de-shelled resulting in pieces of beans are called nibs. Nibs are sold in small packages at specialty stores and markets to be used in cooking and snacking. Most nibs are ground into a thick creamy cocoa paste. This "paste" is then further processed into chocolate by mixing in cocoa butter, sugar and sometimes vanilla. You can only make the best chocolate by starting with prime cacao with amazing quality and character that will set SIC apart from other candy makers. We will create the very best gourmet chocolate in the world similar to the Amedei of Tuscany, Italia * Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 57 of 77 ~ Proposed Artisan Medicinal Herbs @ Botánica Organics ~ http://naturalon.com/giant-list-of-basic-herbs-and-their-typical-uses/view-all/#ixzz40lls3B6P Herbal Medicine: if you have ever had a sore throat, nagging cough, or relentless back pain and wondered which herb would work best for you, this is the list you have been needing. Although herbal medicine is a complex science, this doesn’t mean you can’t use common herbs to treat common problems. Of course, always use common sense and know when something is seriously wrong or when something isn’t working for you and that you need to seek medical help. Most of the herbs on this list have a long, documented history of working effectively for certain problems. From the Native Americans to the Ancient Egyptians, herbs have been a source of healing ~ www.NaturalON.com http://naturalon.com/giant-list-of-basic-herbs-and-their-typical-uses/view-all/#ixzz40lls3B6P Anti-Cancer Herbs: the idea that simple plants, herbs, and foods can have anti-cancer effects is sometimes controversial. Although many people have experienced their benefits, there are still a great many skeptics. For every person who believes that herbs & plants can slow or even kill cancer cells, there is another who will only believe in the merits of chemotherapy. There is still work to do in the area of herbal scientific research. Immunomodulators: studies show that all herbs work in different ways. Some herbs have immunomodulators which means that they stimulate your own immune system to fight cancer cells. Others have cytotoxic action, where they do kill cancer cells, but they can also kill healthy cells and should only be used under the supervision of a doctor or herbalist. Still others, such as Milk Thistle, have been found by studies to kill only cancer cells which are the most desirable. The term Anti-cancer can be broken down into 3 parts: #1. Anti-tumor – shown to be toxic to tumors in animal studies; #2. Cytotoxic – shown to fight tumors in laboratory cell cultures; #3. Anti-cancer shown to fight tumors in humans. Cancer can take years to develop, so prevention is preferable to any treatment. Avoid all known carcinogens such as tobacco, excessive alcohol, processed foods & exposure to chemicals. A non-GMO, organic plant- based diet can help protect you from cancer as plants are rich in antioxidants & anti-inflammatories The oral-brain axis: New research uncovers surprising links between the bacteria in your mouth and mental health symptoms and gut bacteria ~ https://www.psypost.org/the-oral-brain-axis-new-research-uncovers-surprising-links- between-the-bacteria-in-your-mouth-and-mental-health-symptoms/ Xylitol’s Dental Health benefits and for gut & brain: A Comprehensive Review https://www.mdpi.com/2072- 6643/11/8/1813#:~:text=Xylitol%20has%20been%20shown%20to,limited%20to%20specific%20patient%20groups. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 58 of 77 ~ Proposed Giant Grande Red Roses @ Botánica Organics ~ ~ The most spectacular Valentines Day gift, I Love You Just Because gift, Happy Birthday gift, Happy Anniversary gift or Sorry I’m an A-hole gift @ $500/dozen w/vase & delivery ~ Flowers are one of nature's most beautiful creations, with a seemingly endless variety of different species, colors, and patterns ~ we can grow 24/7 ~ www.youtube.com/watch?v=M2WhS2JVVB0 Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 59 of 77 ~ Proposed Bamboo Forests @ Botánica Bamboo ~ Bamboo Groves: In addition to 100’s of different consumer products, bamboo can also be utilized as a building material for scaffolding, bridges, buildings and houses. Bamboo, like true wood, is a natural composite material with a high strength-to-weight ratio useful for structures. Bamboo has a higher compressive strength than wood, brick or concrete and a tensile strength that rivals steel. Bamboos are some of the fastest-growing plants in the world, due to a unique rhizome-dependent system. Certain species of bamboo can grow 20 inches within a 24-hour period ~ a growth of approximately 1 millimeter every 2 minutes. In its natural form, bamboo as a construction material is traditionally associated with the cultures of South Asia, East Asia, South Pacific, Central and South America, and by extension in the aesthetic of Tiki culture. In China & India, bamboo is used to hold up simple suspension bridges, either by making cables of split bamboo or twisting whole culms of sufficiently pliable bamboo together. Bamboo has also long been used as scaffolding; the practice has been banned in China for buildings over six stories, but is still in continuous use for skyscrapers in Hong Kong. In the Philippines, the nipa hut is a fairly typical example of the most basic sort of housing where bamboo is used; the walls are split and woven bamboo, and bamboo slats and poles may be used as its support. In Japanese architecture, bamboo is used primarily as a supplemental and/or decorative element in buildings such as fencing, fountains, grates and gutters, largely due to the ready abundance of quality timber. https://www.youtube.com/watch?v=GUrXoYMh8oE Bamboo can be cut and laminated into sheets and planks. This process involves cutting stalks into thin strips, planing them flat, and boiling and drying the strips; they are then glued, pressed and finished. Long used in China and Japan, entrepreneurs started developing and selling laminated bamboo flooring in the West during the mid-1990s; products made from bamboo laminate, including flooring, cabinetry, furniture and even decorations, are currently surging in popularity, transitioning from the boutique market to mainstream providers such as Home Depot. The global bamboo goods industry (which also includes small goods, fabric, etc.) is expected to be worth $132 billion by 2032. The quality of bamboo laminate varies among manufacturers and varies according to the maturity of the plant from which it was harvested (six years being considered the optimum); the sturdiest products fulfill their claims of being up to three times harder than oak hardwood while others may be softer than standard hardwood * https://www.grandviewresearch.com/industry-analysis/bamboos-market Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 60 of 77 For structural purposes, Bamboo is stronger than steel or concrete “per square inch” at a fraction of the cost Bamboo Designs: https://www.pinterest.com/theticket_z/bamboo-architecture/ * www.youtube.com/watch?v=kPMgiRMwk7I Amazing Bamboo: www.guaduabamboo.com/construction/advantages-of-building-with-bamboo * www.youtube.com/watch?v=eycXhMp7UIY Bamboo Super Material: https://phys.org/news/2012-08-bamboo-super-material.html * www.youtube.com/watch?v=2FcYget8aJ8 Spectacular bamboo building designs: http://edition.cnn.com/2013/12/16/world/asia/bali-green-village-bamboo/ Bali Bamboo Green Village: http://greenvillagebali.com/visit/ * Ibuku bamboo Architecture: www.pinterest.com/pin/323485185711852197/ Bamboo Long Bows: www.youtube.com/watch?v=E1uhKOKRx-4 * Bamboo Wood Chess Set: www.youtube.com/watch?v=-Tg9xiJ6D6k Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 61 of 77 ~ Proposed Bamboo Products created @ Botánica Bamboo ~ https://www.alibaba.com/showroom/bamboo-products-wholesale.html Bamboo Coffee/Tea Jars Bamboo Coffee/Tea Mugs Bamboo Salad/Soup Bowls Bamboo Reusable Straws Bamboo Toilet Paper Bamboo Cutlery Set Cariloha ~ sustainable bamboo bedding, bath and apparel products, made of viscose from bamboo, not only provides luxury comfort for you, but it helps save the environment, too… by turning self-replenishing bamboo fields into luxuriously soft bamboo-viscose fabrics, they offer an extensive collection of bedding, bath and apparel made from Soft, Cool, Clean, and Green fabrics ~ www.cariloha.com We will add Cariloha to our sustainable product division ~ bamboo is the sustainable future of consumer products to replace plastic ~ www.SimplyOrganicBamboo.com Organic Wool The most expensive wool of the world comes from Vucana sheep of Peru because the sheep can only be shorn every three years. The Vucana wool range up to $3,000 per yard ~ Cashmere is another expensive wool https://www.alpacacollections.com/vicuna-the- worlds-finest-natural-fiber Organic Silk Mulberry silk, Muga silk, Spider silk, velvet and Charmeuse silk are the most famous and royal silk fabrics. Mulberry silk is the finest and soft silk which is the most expensive silk fabric in the world! https://www.silkpillowcase.co.uk/blogs/news/why-is-mulberry-silk- so-expensive Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 62 of 77 ~ Proposed Sanctuary Spa, Wellness Center & Arts Alive @ Golf Course ~ Botanica Sanctuary Spa & Wellness Center: will be a secluded & environmentally conscious bastion of indoor, state- of-the-art sustainable precision agriculture, renewable energy (nitrogen) and freshwater vertical farming with wholesale, retail & hospitality components. It is a shining example of an amazing sustainable experience, from construction & materials to operations. A sanctuary of eco-friendliness, it is a lush haven of unspoiled natural splendor & serenity where all guests will be delightfully pampered with organic food & hospitality ~ Serenity intuitive, soul healing & spiritual awakening ~ www.serenityintuitive.com ~ www.youtube.com/watch?v=uFNYunnRHYg Art & Food Incubator: will create design & food incubators committed to solving the challenges of social issues in food, art, music, fashion, affordable housing, environment, conservation, etc. especially for late teens & young adults. By helping blossoming Chefs, Artists & Social Entrepreneurs transform their audacious ideas & visions into scalable & sustainable works of food & art ventures, the Incubators act as a catalyst for needed artistic growth & evolution. In start-up lingo, “incubators” refers to companies that help brand new start-ups by providing services like management training & workspace, while “accelerators” take recently established start-ups to the next level. Most of all, the Incubator will offer artists a community of peers who will see & challenge them, support & empower them. Film & Music Studio Incubator: a state-of-the-art media & AI production studio / incubator (similar to James Cameron hi-tech studios in New Zealand) for serious storytelling, concentrating on the development of independent & featured films, sitcoms, videos & web series. Will include workshops in writing, poetry, photography & videography. Potential Joint Ventures with local independent film production companies. We’ll host the annual Botanica Film Festival to compete with “Sundance & Tribeca” festivals ~ www.creativeworkers.net/ Fashion Design Incubator: creating an intensely fun environment for talented fashion designers that will feature clothes, shoes, boots, hats, jewelry, textiles & accessories representing designers exploring & reclaiming their “independence” through fashion style while applying detailing to the 18 primary styles of the fashion industry. Arts Alive will host (3rd weekend of every month) “fashion, food, films & fun events” to showcase the efforts of our talented fashion designers, chefs, musicians & artists and “fashion weeks” during the summer. We will invite seasoned professionals to mentor & inspire our artists, designers, chefs, writers, musicians & film makers thru daily workshops. Fine Art: the biggest legal tax scam ~ hmmmm ~ https://www.youtube.com/watch?v=p__7ndRU6Ho Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 63 of 77 ~ Proposed Enchanting Outdoor Weddings & Events @ Botánica Groves ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 64 of 77 ~ Proposed Eternal Love @ Botánica Groves ~ Giant Sequoia Weddings: we propose to build 3 Giant Sequoia Tree’s clustered together in Coachman Park near the waterfront & re-create the spectacularly beautiful wedding tree scene area in the movie Twilight featuring the following flowers & plants: Wisteria, Delphinium, Sweet Pea, Viburnum, Mosses & Ferns ~ creating one of the most spectacular wedding venues in America ~ Brides & Grooms will come from all over the country and gladly spend LOTS of their parents’ money to share in one of the most important moments of their lives with us. 'Bella & Edward's Wedding' Scene | Twilight: Breaking Dawn Part 1 (2011) Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 65 of 77 ~ Proposed Sanctuaries of Silence @ Botánica Groves ~ at Botanica Forests, we’ll also create beautiful waterways for rainwater detention for our wild Tyee King Salmon, wild geese, ducks, turkeys, pheasants & birds to play in while creating beautiful & peaceful vistas for our guests to enjoy called Sanctuaries of Silence - silence just might be on the verge of extinction and I believe that even the most remote corners of the globe are impacted by noise pollution ~ our forests can be spectacular Sanctuaries of Silence for all guests that are artists, poets, writers, photographers, nature lovers that seek inspiration ~ while growing the best organic & affordable food in our own backyard across America ~ www.youtube.com/watch?v=69sr8wr7ZPY The Ancient Story of Giant Sequoia Trees: https://www.youtube.com/watch?v=9a0c0TLpDUM Hiking the Giant Sequoia Forests: https://www.youtube.com/watch?v=WWorX7kqC9g Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 66 of 77 ~ Proposed Ōra Tyee King Salmon at Botánica Groves ~ Onsite at Botanica, we’ll create continuously free-flowing, filtered, clean freshwater shallow streams around our Botanica Forest campus to cultivate Giant Ōra Tyee King Salmon in our waterways There are unique characteristics within the breed, that when combined with the ideal natural & organic farming environment at Botanica, will enable these monster salmon to grow to over 120-lbs. Ōra King Tyee is an extremely premium, world-class product ~ besides salmon filets, is also best suited for sushi dishes and sushi preparation ~ www.orakingsalmon.co.nz/tyee Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 67 of 77 ~ Proposed Freshwater Ōra King Tyee Salmon at Botánica Groves ~ Ōra King Tyee Salmon are grown & cultivated for about 4 years before they are put up for sale, however the usual Ōra King Salmon lifecycle is two years. An extended lifecycle promotes “a more developed flavor and oil profile * The flesh is refined with dramatic white marbling and the natural oil content in the belly is notably high, drawing comparisons to bluefin tuna * We’ll supply to chefs who have experienced the Ōra King Tyee with a great opinion on the Tyee’s delicate flavor & clean, herbaceous palate ~ www.youtube.com/watch?v=DXZAyKP6A7A&t=3s Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 68 of 77 ~ Proposed The Bear Necessities @ Botánica Groves ~ Oh, come on, that’s funny ~ but, THANK GOD there are no bears in Florida ~ But wait! https://climateadaptationexplorer.org/species/mammals/116 ~ there is but not quite in the Clearwater area! A Food Web shows how different plants and animals in an ecosystem are connected by what they eat. Unlike a simple food chain, which follows a single path, a food web shows an entire ecosystem's many overlapping food chains. This helps us understand how energy flows from one organism to another and how they all depend on each other to survive. For example, in the Everglades National Park, the food web includes plants & herbs, herbivores & carnivores, omnivores & decomposers and scavengers of all kinds, and giant jumbo-sized Pythons. Apex Predators located in the Everglades National Park include Black Bears & Black Panthers, Coyotes & Bobcats, Pythons & Rattlesnakes, American Alligators & Crocodiles ~ and Angry Militant Weaponized Radical Liberals afflicted with Trump Derangement Syndrome (lol - joking) ~ you WILL NOT have a good day if you cross paths with ANY of these Apex Predators. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 69 of 77 ~ Proposed Small-Scale Atmospheric Water Generators @ Botánica Water ~ (for all our agricultural, commercial & industrial needs) https://us.watergen.com/commercial/gen-m/ ~ https://www.youtube.com/watch?v=VG7C9HosSTk https://www.youtube.com/watch?v=YmqUQM5wpOA The new Industrial-size GEN-M Pro can produce up to 1,000 gallons of pure drinkable rainwater per day. 1 unit = 1,000 gallons/day * 10 units = 10,000 gallons/day * 100 units = 100,000 gallons/day pure drinking water ~ thus, 100,000 gallons/day x $3/gallon retail = $300,000/day or $9M/mo or $108M/yr at one location. GEN-M Pro is the ideal solution for farms, ranches, corporate & university campuses, hospitals, parks, resorts, construction sites, temporary localities and residential buildings seeking a safe, clean and off-grid new water source. GEN-M Pro doesn’t require any infrastructure besides an electrical socket and works independently from existing piping while using its patented energy-efficient GENius technology which makes it highly efficient to operate. The device uses innovative purification technology, which includes sediment, active carbon and NanoCeram® filters. Following the purification process, essential minerals such as Calcium & Magnesium are added. Water quality is ultimately safeguarded by a germicidal UV-C ~ https://aquaria.world/ is a good brand as well ~ Water production process is suitable for a wide range of climate conditions and starts from +60F @ 20% humidity. Botanica Bottled Water: large capacity 5-gallon capacity ~ Easy carry: sturdy built-in handle makes this bottle a perfect travel or camping companion ~ Worry-free: 100% free of BPA and other potentially harmful chemicals ~ Wide mouth: large opening can fit ice cubes ~ Sustainable: reusable water bottle that helps users eliminate waste from single-use plastics ~ basic base unit @ $300 each, 5-gallon jugs @ $15 each ~ https://briowater.com/ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 70 of 77 ~ Proposed Large-Scale Atmospheric Water Generation @ Botánica Water ~ Large-scale Atmospheric Water Generator Station @ 300,000 gallons/per day ~ Not only can WaterGen or Aquaira atmospheric water generators be used individually for smaller water needs, but these water stations are also intended for areas where the need for water is greater, especially in large Urban cities. This is just showing an example of how the machines can be bundled together to create more water than a single machine. In addition to solar roofs, we’ll use our 2-Megawatt LN2G Energy Systems as primary energy source. As shown, this project requires about 1 acre of land (a football field) but its scalable to make the project smaller or larger depending upon freshwater demand. ~ 300,000 gallons of fresh water / day x $3.50/gallon = $1M/day or $30M/mo or $360M/yr for one station ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 71 of 77 ~ Proposed Small-Scale Solar Power Generation @ Botánica Energy ~ Smartflower was founded in Austria, a country steeped in a heritage of design, innovation, and manufacturing excellence. Energy Management Inc. (EMI), a Boston, MA corporation with over 43 years of experience developing large energy projects, acquired Smartflower in 2018 ~ www.smartflower.com Their vision is to make the world a greener place, to bring solar to new heights of technological innovation, and to offer an elegant option to those who believe in sustainability for a better energy and environmental future. SmartFlower uses advanced robotics and automation to intelligently track the sun, making up to 40% more energy than traditional stationary solar panels. Every day at sunset, Smartflower will automatically fold up & clean itself to maintain peak solar utilization ~ Sunflowers open, close & follow the sun for optimal energy conversion, Smartflower does exactly the same thing ~ HUGE energy cost savings & revenue streams ~ www.youtube.com/watch?v=WuZFG1R0hyY Smartflower ~ solar re-invented ~ is the world’s only solar solution to use an all-in-one, sculptural design and intelligent solution to produce clean, sustainable electric energy for your home, car, business or ancient rainforests & vertical farms ~ www.youtube.com/watch?v=1SqdssSINiM In just hours, Smartflower can be delivered, installed & connected to your home, providing clean energy from one simple, stand-alone device ~ Standing as a monument to iconic design, the sculptural form moves throughout the day, dynamically interacting with light and shadow. You’ll never have to choose between beauty and performance again * HUGE energy cost savings & primary revenue streams (selling back to the local utility company). ~ These are really cool, efficient portable solar units that our customers will love and embrace ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 72 of 77 ~ Proposed Large-Scale LN2G Power Generation @ Botánica Energy ~ (Liquid Nitrogen Power Generation ~ the future of distributed power generation & microgrid’s) The LN2G Liquid Nitrogen Generation Plant can best be described as a collection of industry standard electric power generation components (roughly 95% in total) coupled with a proprietary “Compressed Gas Drive” unit whose continued operation is reliant on the proprietary process of re-circulation of the gas through the “closed loop systems” facilitated by a reasonable resource of heat energy in the form of thermal BTU’s ~ we can build these ANYWHERE on or off the grid ~ while creating a localized Microgrid or Nanogrid: https://en.wikipedia.org/wiki/Microgrid 1 Megawatt (1-Mw) is equal to 1,000 kilowatts ~ a 1-Mw LN2G power plant is enough electricity to power about 1000 average-sized homes or a Super Walmart Store 24/7 per year ~ 100% renewable energy with zero carbon footprint ~ Scalable LN2G Plant sizes from 300kW to 3mW or arrayed together for larger deployments of 10Mw to 100Mw ~ All components are tried & true and off the shelf including our proprietary LN2G Tank System Basic Design: The primary power plant design is comprised of industrial / commercial grade and proven 20-year life cycle components that are integrated together to produce reliable and consistent renewable power. The sustainability and overall operational aspect of the LN2G Power Plant has been 3rd party verified and certified by Intertek for ETL Certification as repeatable & scalable utilizing available components ~ the essence of distributed generation. The LN2G Power Generation Plant utilizes the captured pressure and inherent characteristics of liquid nitrogen created by the expansion of liquid nitrogen to gas and maintaining the required pressure in a closed loop system to produce sufficient renewable energy to drive a flywheel. The flywheel runs an industrial/utility grade electric generator to provide consistent power output that as part of the plant design, utilizes the Liquid Nitrogen produced onsite during off peak hours to replenish the planned system losses as needed. The result is a Power Plant & Microgrid that: 1.Provides Standby power for peak demand or power outages. 2. Provides “Base Load levelling” and/or storage for other renewables as a companion. 3. Can be placed strategically to take pressure off the Grid. 4. Provides truly Sustainable Renewable Energy through the expansion of Nitrogen. 5. Non-Hazardous (no combustible materials required to power the Plant). 6. Requires minimal space compared to Solar & Wind (3,000 sf / Mw). 7. Reliable power not given to outages based on weather or rolling blackouts / brownouts. 8. Minimal maintenance (3 to 5 days / year) due to sealed Nitrogen atmosphere & related components. 9. Self-sustaining Plant equipment installed has 20-year or greater year life cycle. 10. Total System efficiency 80% based on power plant components selected. 11. Plant performance does not diminish over time life ~ classified Solar Thermal. 12. Provides 85% usable power of the rated electric Generator output (24/7 - 365) less any scheduled maintenance. 13. No carbon footprint, harmful emissions, non-hazardous, minimal noise less than 70dB. 14. Highly cost effective with rapid ROI due to no fuel costs, standard maintenance and operating expenses. 15. Average operating cost (once capital requirements are satisfied) including maintenance is less than $0.002kWh. 16. We can build Systems to be “anti-cyber hack” proof and “anti-Electro-Magnetic Pulse” (EMP) proof. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 73 of 77 ~ Proposed Hurricane & Storage Ark @ Botánica Arks ~ Storage Ark: in addition to providing seed, food, water & energy storage, we have envisioned concrete “arks” built like a bunker for enduring the unpleasant surprises that may await in the post-pandemic world ~ we believe the global COVID-19 crisis was the trigger for visualizing underground bunkers & shelters for survival ~ we realize that the world has many more unpleasant surprises for us (AI) so even the most highly developed environmentally & technically savvy countries are not ready https://mahno.com.ua/en/interior-design/view/underground-house-plan-b The underground storage ark will be round and will have a minimum 10ft “compacted” layer of soil with 10,890sf (1/4 acre) to 21,780sf (½ acre) of usable floor space. The above-ground portion & below is made from reinforced concrete with the flat top serving as a helipad. The other volume would be rectilinear, partially cut away to form a curving entrance our Giant Trees will surround the Storage Arks and have underground tunnels connecting each Tree around the perimeter to the Storage Ark itself for additional underground access to recreate a full life for long-term underground living, where, in addition to being able to take cover from any cataclysm & virus, the underground Storage Ark can preserve our families, values, hobbies & way of life ~ we’ll put our LN2G energy systems here. Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 74 of 77 ~ Proposed semi-annual Sandcastle Competition hosted by Botanica @ Coachman Park ~ ~ Work hard, play hard & have fun hard ~ residents & tourists will love this ~ cash prizes for best in class ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 75 of 77 ~ Proposed Walking with Dinosaurs hosted by Botanica @ Coachman Park ~ www.youtube.com/watch?v=5q22act50Eg ~ https://www.youtube.com/watch?v=EtHSk4dzfDg www.youtube.com/watch?v=0VUB_Fo4baQ ~ https://www.youtube.com/watch?v=EtHSk4dzfDg Tantalizing Tourist Attraction ~ to the delight of all our guests (young & old), we’ll scare the hell out of them and they’ll love it ~ we’ll provide museum quality life-sized T-Rex dinosaur animatronics & Velociraptors (men in suits) for an exhilarating pre-historic experience ~ We can hide the T-Rex & Velociraptors in our Giant Sequoia Grove ~ Walking with Dinosaurs outdoor show will be at 12noon everyday ~ HUGE food, drink & merchandise revenue stream Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 76 of 77 ~ Proposed Botánica @ Military Facilities & Bases across America ~ The Pentagon is the headquarters building of the US Department of Defense, in Arlington, Virginia ~ The Pentagon is the world's 2nd-largest office building, with 6.5 million sq feet of floor space. It has 5 sides, 5 floors above ground, 2 basement levels, and 5 ring corridors per floor with 17.5 mi of corridors. It sits on a 583-acre campus with a central 5.1-acre central courtyard with 26,000 very hungry military and civilian employees / registered voters onsite daily. Military Bases: DOD manages land consisting of military bases, training ranges, and other assets. While security constraints limit access to some assets, DOD manages a global real property portfolio consisting of over 568,000 facilities on nearly 27 million acres at over 4,790 sites worldwide with about 27.4 million hungry armed forces personnel / registered voters worldwide with 16.2 million hungry military veterans / registered voters in USA 5 largest Army bases in US with 2.48M acres: https://simpleflying.com/worlds-top-5-largest-us-army-bases-airfields/ We estimate (1) 2-story Giant Sequoia Tree can hydroponically grow the same quantity of food as 1 acre of farmland. We can build 20 trees on 1 acre: thus 20 trees can yield the equivalent of 20 acres of farmland. Fed Gov’t spends $166B / yr to feed Soldiers & Prisoners & $20B for Big Pharma Chronic Disease Epidemic https://www.youtube.com/watch?v=dGES-D_74eY ~ https://www.youtube.com/watch?v=OkaVUTTjRj0~ We will own/operate Botanica at EVERY applicable Military Base across America ~ Proposed Executive Summary for Versailles Buffet, Ballroom & Bistro & Art Incubators at Clearwater Library by Anthony Russo, Botanica USA, 1500 Stickney Point Road, Sarasota FL 34242 ~ “Food not Pharma” Proposed Executive Summary for Giant Sequoia Groves at Coachman Park & Chi Chi Rodriquez Golf Course Page 77 of 77 Botánica & Humanitarian Projects: (existing & improved applicable parks) ~ because we can produce organic food, energy and freshwater year-round in any environment, we will also have a Non-Profit component to provide said organic food, energy, water & jobs to poor and impoverished communities throughout Florida & America. There are HUGE homeless & elderly populations in EVERY city in the US ~ we can help them very easily once operational. Botanica & Technologies: we are a “boutique” development firm with proprietary, modular sustainable precision agriculture, organic vertical farms, forests & eco-retreats with tried & true proprietary state-of-the-art hydroponic food, renewable energy (nitrogen) & freshwater generation technologies that also support our innovative Arts Alive & Sanctuary Spa at our Eco-Retreats. We have strong innovative entrepreneurial backgrounds in design & planning, construction & development, food / energy & freshwater production. We are technology futurists & sustainability entrepreneurs and have assembled a world-class team of professional architects, engineers & general contractors. The bottom line: a smart, careful investor will easily identify and leverage our unique, long-term, strong investment opportunity. Our business plans and goals are authentic, solves lots of current & future problems (food, energy & freshwater), will be incredibly profitable on all levels, with a seasoned management team ready to get to work and disrupt each of those industries localized supply chains of food, energy & freshwater security that does not exist. Financial Projections for Versailles Buffet: at full build-out, 100 customers/hr @ $100 each = $10,000/hr x 12 hours = $120,000/day / $3.6M/mo / $43.2M/yr EBITDA ~ does not include beer & wine sales on the 2nd floor bistro & special events (wedding receptions, corporate events, art & fashion shows, or the Art, Food & Fashion Incubators on floors 3, 4 & 5) ~ All Buffet staff (servers, chefs, bartenders) will split 10% of the gross sales as their tip per 6 hour shift ~ we also propose to supply 3-course gourmet meals to all applicable schools (K-12) at affordable prices. Simply stated, we propose to “negotiate” a fair, long-term, percentage-based lease (10 years plus (4)-10 year options to renew) for both the Library building and Golf Course ~ subject to industry standard terms & conditions. Giant Sequoia Cost Estimates: we estimate construction costs at $500,000 / 5 story Giant Sequoia Tree ~ with projected gross revenues in the $1M to $2M / year / tree EBITDA not including energy & freshwater savings onsite. Financial Projections for CCR Golf Course: 10 acres x 20 trees/acre or (200) 5 story Giant Sequoia’s = $100M estimated construction costs ~ with projected gross revenues at $200M to $300M per year EBITDA of year-round, fresh, organic fruits, veggies, herbs & spices, coffee & tea ~ the investment pays for itself over 5 years ~ we will have an onsite Farmers Market for locals and will have an affiliated livestock component (dry-aged beef, pork, lamb, poultry, bison, venison) and a seafood component as well while creating a SPECTACULAR Giant Sequoia Forest for eco-tourism. The Shocking Truth about Food, Farming & Your Health ~ The $1B / Day lie ($400B diabetes industry) https://www.youtube.com/watch?v=vbbOFqpZy9o ~ https://www.youtube.com/shorts/OxmEo_0kqCM ~ Thank you for your time & consideration ~ ~ Kindest personal regards ~ Anthony Russo, Founder & CEO, Botanica USA 1500 Stickney Point Road, Sarasota FL 34243 GiantSequoiaGroup@gmail.com ~ (305) 317-6919 Dear Clearwater City Council Members, Subject: Proposal for Planet Arte — A Creative and Cultural Arts Center for Clearwater My name is Judy Bechar, and I am the owner and founder of Art Studios & Productions, a music and vocal arts studio located on Cleveland Street in the heart of Clearwater. With over 30 years of international experience as a singer, music producer, and voice coach, I am passionate about the power of the arts to build vibrant, creative, and connected communities. Currently, I am working with approximately 60 students, providing vocal training and musical education that nurtures talent and promotes confidence. I’ve also had the pleasure of collaborating with many dedicated artists and art educators in the area, several of whom have expressed interest in contributing to community-based arts initiatives. I am reaching out to express my enthusiasm for working with the City of Clearwater to support and expand its local arts and culture programs. I believe our city holds incredible creative potential, and I would welcome the opportunity to collaborate on projects that bring music, performance, and visual arts into greater public view—particularly through community centers, festivals, and educational outreach. If the City is considering further development of its cultural programming or seeking partnerships with local artists, I would be honored to offer my expertise and resources. I would also be happy to meet in person to discuss how my team and I, along with fellow creatives, can contribute meaningfully to Clearwater’s artistic landscape. . I am writing to present a visionary proposal for an inclusive, community-focused arts center called Planet Arte, and to request consideration for utilizing the full facility of the Clearwater Library to bring this concept to life. Vision for Planet Arte: Planet Arte will be a vibrant cultural hub dedicated to nurturing the creative spirit of the Clearwater community and beyond. This center will serve people of all ages, backgrounds, and artistic interests, becoming a place where families, artists, and visitors can come together to learn, create, and experience the arts in an inspiring, safe, and welcoming environment. Facility Overview: We envision transforming the current library facility into a multi-purpose art and cultural campus, with the following features: 1. Auditorium and Performance Hall A central space designed for live performances, showcases, and student productions. This auditorium will serve as a stage for dancers, actors, singers, and musicians to present their work to the community and visiting audiences. 2. Art Gallery and Visual Arts Studios Dedicated gallery spaces for rotating exhibits featuring local painters, sculptors, and mixed-media artists, alongside studio areas where students and residents can take part in hands-on workshops like painting, drawing, ceramics, and sculpture. 3. Creative Learning Spaces for All Ages On the second floor, there will be rehearsal rooms, music classrooms, and a professional-grade recording studio for music, vocal training, and podcast production. These spaces will allow aspiring performers and creators to develop their craft. 4. Family-Focused Arts Education Planet Arte will serve entire families — for example, a mother interested in pottery could attend a workshop while her children take piano lessons, acting classes, or participate in youth dance programs. Our aim is to give families an opportunity to unplug, reconnect, and grow through creative expression — together or independently. 5. Cafeteria and Community Lounge A beautiful, welcoming cafeteria space will offer food and refreshments to visitors, families waiting during classes, and event-goers. It will be a place of gathering, conversation, and comfort. 6. Playground and Outdoor Space A small, safe, and well-designed outdoor area for children to play while parents engage in workshops or events indoors — promoting family accessibility and ease. Community Impact: Planet Arte is more than just an art center. It is a movement to inspire a cultural renaissance in Clearwater — one that attracts tourism, supports working families, and makes arts education available and accessible to everyone, regardless of age or income. We aim to make Clearwater a destination for culture, creativity, and connection — a “Jamaica of Art” in spirit and energy — full of life, color, music, dance, and community. If this vision aligns with the city’s goals for community development, cultural engagement, and public enrichment, I would be honored to meet and discuss how we can move forward collaboratively. Thank you for your time and for your continued commitment to Clearwater’s cultural and civic future. Warm regards, Judy Bechar 727-412-4785 Judybechar.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0911 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve a Utility Work by Highway Contractor Agreement with the State of Florida Department of Transportation (FDOT) to remove or to place out of service including grouting natural gas mains during a road improvement project along Alternate US Highway 19, at an estimated cost of $43,374.87, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Florida Department of Transportation (FDOT) has a project (Financial ID #448486-1-56-03) to improve Alternate US Highway 19, from SR 586/Curlew Rd, traveling north approximately to Mediterranean Dr, located in Pinellas County. This will involve the removal or place out of service including grouting approximately 2,700 feet of gas main (size from 1 in. to 8 in.), which conflicts with the planned road project. Under the Utility Work By Highway Contractor Agreement (UWHCA), the State of Florida’s Department of Transportation general contractor will perform the removal or place out of service including grouting of our existing natural gas mains. Replacement gas mains will be installed by CGS Energy’s sub-contractor prior to the State removing existing mains. Having the State of Florida’s Department of Transportation general contractor remove or place out of service including grouting the natural gas mains allows for work to be done in a timely manner and releases CGS Energy from penalty payments in the event we cause delays of the pipe removal. APPROPRIATION CODE AND AMOUNT: Funding for this agreement is budgeted and available in capital project 3237323-96365 (Line Relocation Pinellas - Maintenance), funded with Gas Utility Enterprise Fund revenue. STRATEGIC PRIORITY: Installing and maintaining natural gas pipelines to maintain public infrastructure and protect natural lands by implementing environmentally friendly practices. Page 1 City of Clearwater Printed on 9/11/2025 Florida Department of Transportation RON DESANTIS GOVERNOR 11201 N. McKinley Drive Tampa, FL 33612-6456 JARED W. PERDUE, P.E. SECRETARY Page 1 of 1 FPID 448486-1-56-03 Utility Work by Highway Contractor Agreement City of Clearwater d/b/a CGS Energy Explanation of Agreement Amount  Initial Estimate: $37,554.00 o This amount can be found in the Engineer’s Estimate submitted by CGS Energy. This Engineer’s Estimate is included as an Appendix to the Agreement. o It is also referred to in Subparagraph 3(b.) of the Agreement.  Allowances: 5% or $1,877.70 o This amount is required per Subparagraph 3(c.) of the Agreement.  Contingency Fee: 10%, or $3,943.17 o This amount is required per Subparagraph 3(c.) of the Agreement.  Total Agreement Amount: $43,374.87 o Please note that this amount is not shown in the Agreement; however, it reflects the total amount that is due to the Department on or before October 1, 2025. If you have any questions or concerns, please do not hesitate to contact the District Utilities Office. Sincerely, Pia Cormier District Utilities Administrator (D7) (813) 975-6152 Pia.Cormier@dot.state.fl.us STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 1 of 9 710-010-22 UTILITIES OGC – 03/20 Financial Project ID: 448486-1-56-03 Federal Project ID: N/A Financial Project ID: 448486-1-56-92 Financial Project ID: 448486-1-62-01 Financial Project ID: County: Pinellas State Road No.: 595 District Document No: N/A Utility Agency/Owner (UAO): City of Clearwater D.B.A. CGS Energy THIS AGREEMENT, entered into this ______ day of__________, year of______, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT", and City of Clearwater D.B.A. CGS Energy, hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor, said project being identified as ALT US 19/SR595/BAYSHORE BLVD AT SR 586/CURLEW RD/CAUSEWAY BLVD, State Road No.: 595, hereinafter referred to as the "Project"; and WHEREAS, the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and WHEREAS, the Project requires the location (vertically and/or horizontally), protection, relocation, installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and WHEREAS, the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b), Florida Statutes for the Utility Work to be accomplished by the FDOT’s contractor as part of the construction of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: 1. Design of Utility Work a. UAO shall prepare, at UAO’s sole cost and expense, a final engineering design, plans, technical special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency schedule to be used in the case of a bid rejection) for the Utility Work (hereinafter referred to as the “Plans Package”) on or before August 1, year of 2025. b. The Plans Package shall be in the same format as the FDOT’s contract documents for the Project and shall be suitable for reproduction. c. Unless otherwise specifically directed in writing, the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. d. The Plans Package shall be prepared in compliance with the FDOT’s Utility Accommodation Manual and the FDOT’s Design Manual in effect at the time the Plans Package is prepared, and the FDOT’s contract documents for the Project. If the FDOT’s Design Manual has been updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 2 of 9 710-010-22 UTILITIES OGC – 03/20 e. The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT’s guidelines on preparation of technical special provisions and shall not duplicate or change the general contracting provisions of the FDOT’s Standard Specifications for Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or Developmental Specifications of the FDOT for the Project. f. UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of way users as designated by the FDOT, for review at the following stages: 30%, 60%, 90%. Prior to submission of the proposed Plans Package for review at these stages, the UAO shall send the FDOT a work progress schedule explaining how the UAO will meet the FDOT’s production schedule. The work progress schedule shall include the review stages, as well as other milestones necessary to complete the Plans Package within the time specified in Subparagraph a. above. g. In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above, the FDOT will notify the UAO in writing of the deficiencies and the UAO will correct the deficiencies and return corrected documents within the time stated in the notice. The FDOT’s review and approval of the documents shall not relieve the UAO from responsibility for subsequently discovered errors or omissions. h. The FDOT shall furnish the UAO such information from the FDOT’s files as requested by the UAO; however, the UAO shall at all times be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. i. The Facilities and the Utility Work will include all utility facilities of the UAO which are located within the limits of the Project, except as generally summarized as follows: N/A. These exceptions shall be handled by separate arrangement. j. If any facilities of the UAO located within the project limits are discovered after work on the project commences to be qualified for relocation at the FDOT’s expense, but not previously identified as such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall be based on a determination of fault for the error. The discovery of facilities not previously identified as being qualified for relocation at the FDOT’s expense shall not invalidate this Agreement. k. The UAO shall fully cooperate with all other right of way users in the preparation of the Plans Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner determined by the FDOT. l. Upon completion of the Utility Work, the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit: 2025-H-799-00241 (Note: It is the intent of this line to allow either attachment of or separate reference to the permit). 2. Performance of Utility Work a. The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b. The FDOT shall procure a contract for construction of the Project in accordance with the FDOT’s requirements. c. If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work exceeds the FDOT’s official estimate for the Utility Work by more than ten percent (10%) and STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 3 of 9 710-010-22 UTILITIES OGC – 03/20 the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section 337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the FDOT’s contract by notifying the FDOT in writing within 5 days from the date that the UAO is notified of the bid amount. Unless this election is made, the Utility Work shall be performed as part of the Project by the FDOT’s contractor. d. If the UAO elects to remove the Utility Work from the FDOT’s contract in accordance with Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and conditions of the FDOT’s standard relocation agreement, the terms and conditions of which are incorporated herein for that purpose by this reference, and in accordance with the contingency relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with the Utility Work so as to cause no delay to the FDOT or the FDOT’s contractor in constructing the Project. e. The UAO shall perform all engineering inspection, testing, and monitoring of the Utility Work to insure that it is properly performed in accordance with the Plans Package, except for the following activities: N/A and will furnish the FDOT with daily diary records showing approved quantities and amounts for weekly, monthly, and final estimates in accordance with the format required by FDOT procedures. f. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its construction contract. g. The UAO shall fully cooperate with the FDOT and the FDOT’s contractor in all matters relating to the performance of the Utility Work. h. The FDOT’s engineer has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT’s engineer. In so doing, the UAO shall make such adjustments and changes in the Plans Package as the FDOT’s engineer shall determine are necessary for the prosecution of the Project. i. The UAO shall not make any changes to the Plans Package after the date on which the FDOT’s contract documents are mailed for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT’s contract pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. 3. Cost of Utility Work a. The UAO shall be responsible for all costs of the Utility Work and all costs associated with any adjustments or changes to the Utility Work determined by the FDOT’s engineer to be necessary, including, but not limited to the cost of changing the Plans Package and the increase in the cost of performing the Utility Work, unless the adjustments or changes are necessitated by an error or omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a. b. The initial estimate of the cost of the Utility Work is $37,554.00. At such time as the FDOT prepares its official estimate, the FDOT shall notify the UAO of the amount of the official estimate for the Utility Work. Upon being notified of the official estimate, the UAO shall have five (5) working days within which to accept the official estimate for purposes of making deposits and for determining any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have the Utility Work removed from the FDOT’s contract and performed separately pursuant to the terms and conditions set forth in Subparagraph 2. d. hereof. c. At least thirty (30 ) calendar days prior to the date on which the FDOT advertises the Project for bids, the UAO will pay to the FDOT an amount equal to the FDOT’s official estimate; plus 5% for STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 4 of 9 710-010-22 UTILITIES OGC – 03/20 mobilization of equipment for the Utility Work, additional maintenance of traffic costs for the Utility Work, administrative costs of field work, tabulation of quantities, Final Estimate processing and Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances); plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for changes to the Utility Work during the construction of the Project (the Contingency Fund). d. Payment of the funds pursuant to this paragraph will be made (choose one): directly to the FDOT for deposit into the State Transportation Trust Fund. as provided in the attached Three Party Escrow Agreement between UAO, FDOT and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than $100,000.00 must be pre-approved by the FDOT Comptroller's Office prior to execution of this agreement. e. If the portion of the contractor’s bid selected by the FDOT for performance of the Utility Work exceeds the amount of the deposit made pursuant to Subparagraph c. above, then subject to and in accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding FDOT participation in the cost of the Utility Work and the UAO’s election to remove the Utility Work from the Project, the UAO shall, within fourteen (14) calendar days from notification from the FDOT or prior to posting of the accepted bid, whichever is earlier, pay an additional amount to the FDOT to bring the total amount paid to the total obligation of the UAO for the cost of the Utility Work, plus Allowances and 10% Contingency Fund. The FDOT will notify the UAO as soon as it becomes apparent the accepted bid amount plus allowances and contingency is in excess of the advance deposit amount; however, failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. In the event that the UAO is obligated under this Subparagraph 3.e. to pay an additional amount and the additional amount that the UAO is obligated to pay does not exceed the Contingency Fund already on deposit, the UAO shall have sixty (60) calendar days from notification from the FDOT to pay the additional amount, regardless of when the accepted bid is posted. f. If the accepted bid amount plus allowances and contingency is less than the advance deposit amount, the FDOT will refund the amount that the advance deposit exceeds the bid amount, plus allowances and contingency if such refund is requested by the UAO in writing and approved by the Comptroller of the FDOT or his designee. g. Should contract modifications occur that increase the UAO’s share of total project costs, the UAO will be notified by the FDOT accordingly. The UAO agrees to provide, in advance of the additional work being performed, adequate funds to ensure that cash on deposit with the FDOT is sufficient to fully fund its share of the project costs. The FDOT shall notify the UAO as soon as it becomes apparent the actual costs will overrun the award amount; however, failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. h. The FDOT may use the funds paid by the UAO for payment of the cost of the Utility Work. The Contingency Fund may be used for increases in the cost of the Utility Work which occur because of quantity overruns or because of adjustments or changes in the Utility Work made pursuant to Subparagraph 2. h. Prior to using any of the Contingency Fund, the FDOT will obtain the written concurrence of the person delegated that responsibility by written notice from the UAO. The delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses to provide written concurrence promptly and the FDOT determines that the work is necessary, the FDOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted, the UAO shall, within fourteen (14) calendar days from notification from the FDOT, pay to the FDOT an additional 10% of the total obligation of the UAO for the cost of the Utility Work established under Subparagraph 3. e. for future use as the Contingency Fund. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 5 of 9 710-010-22 UTILITIES OGC – 03/20 i. Upon final payment to the Contractor, the FDOT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO for a period of three (3) years after final close out of the Project. The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date, a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final accounting of total project costs is greater than the total deposits to date, the UAO will pay the additional amount within forty (40) calendar days from the date of the invoice. The UAO agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 4. Claims Against UAO a. The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors or omissions in the Plans Package (including inaccurate location of the Facilities) or by failure of the UAO to properly perform its obligations under this Agreement in a timely manner. b. In the event the FDOT’s contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. c. In the event the FDOT’s contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT’s contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. d. The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any actual payment required) of all claims relating to the Utility Work. The right to withhold shall be limited to actual claim payments made by the FDOT to the FDOT’s contractor. 5. Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities placed Out-of-Service: a. The UAO acknowledges its present and continuing ownership of and responsibility for out of service Facilities. b. The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of Subparagraph e. below. c. The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local, state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d. The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests of the FDOT or other permittees using or seeking use of the right of way. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 6 of 9 710-010-22 UTILITIES OGC – 03/20 e. The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. Removal shall be completed within the time specified in the FDOT’s notice to remove. In the event that the UAO fails to perform the removal properly within the specified time, the FDOT may proceed to perform the removal at the UAO’s expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. f. Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT’s own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. 6. Default a. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within sixty (60) days from written notice thereof from FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) If the Utility Work is reimbursable under this Agreement, withhold reimbursement payments until the breach is cured. The right to withhold shall be limited to actual claim payments made by FDOT to third parties. (4) If the Utility Work is reimbursable under this Agreement, offset any damages suffered by the FDOT or the public against payments due under this Agreement for the same Project. The right to offset shall be limited to actual claim payments made by FDOT to third parties. (5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within sixty (60) days from written notice thereof from FDOT. (6) Pursue any other remedies legally available. (7) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within sixty (60) days from written notice thereof from the UAO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 7 of 9 710-010-22 UTILITIES OGC – 03/20 (2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this Agreement, pursue any statutory remedies that the UAO may have for failure to pay invoices. (3) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties nor from any statutory obligations that either party may have with regard to the subject matter hereof. 7. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8. Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT’s failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES, The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO’s obligation to indemnify, defend, and pay for the defense or at the FDOT’s option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT’s notice of claim for STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 8 of 9 710-010-22 UTILITIES OGC – 03/20 indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO’s obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO’s inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication of judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT’s delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9. Miscellaneous a. Time is of essence in the performance of all obligations under this Agreement. b. The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided, however, that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT’s contractor has that obligation as part of the Utility Work pursuant to the FDOT’s specifications. c. The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. d. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. f. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Jacinta Corcoba, Gas Section Manager 777 Maple St Clearwater, FL 33755 10. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes To Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO If t If to the FDOT: Pia Cormier, District Utilities Administrator (D7) 11201 North McKinley Drive Tampa, Florida 33612 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (AT UTILITY EXPENSE) Page 9 of 9 710-010-22 UTILITIES OGC – 03/20 hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document. You MUST signify by selecting or checking which of the following applies: No changes have been made to this Form Document and no Appendix entitled “Changes to Form Document” is attached. No changes have been made to this Form Document, but changes are included on the attached Appendix entitled “Changes to Form Document.” IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: City of Clearwater D.B.A. CGS Energy BY:(Signature) (Typed Name: ) DATE: (Typed Title: ) Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) District Counsel DATE: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) (Typed Name: Kelli Bradley) DATE: (Typed Title: Director of Transportation Development (Interim)) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name: N/A) DATE: (Typed Title: N/A) Appendix A: Changes to Form 1. The following text and signatures are added on page 9 of the Agreement, under the signature line for “UTILITY: City of Clearwater D.B.A. CGS Energy”: CITY OF CLEARWATER, FLORIDA By: Bruce Rector Mayor Approved as to form: Attest: Michael Fuino Assistant City Attorney By: Jennifer PoirrierCity Manager Rosemarie Call City Clerk Appendix B: Engineer's Estimate 448486-1-52-01 PROJECT DESCRIPTION: Phase IV Estimate Pinellas 2025-2026 CGS Energy Jacinta Corcoba (727) 422-9998 EE_11-09-21_Rev32 1 of 1 $37,554.00 $37,554.00 $37,554.00 5%$1,877.70 $39,431.70 10%$3,943.17 $43,374.87 $43,374.87 NOTES: PHONE NUMBER: SUB-TOTAL SUB-TOTAL 800 - ARCHITECTURAL NOT USED 500 - SIGNALIZATION NOT USED NOT USED NOT USED 100 - STRUCTURES 900 - MASS TRANSIT NOT USED550 - ITS NOT USED ENGINEER'S ESTIMATE FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 7 PAGE NUMBER: COUNTY: CONTACT NAME: PAY ITEM SPEC YEAR: SUBMITTAL TYPE: FILE VERSION: DATE: FINANCIAL PROJECT ID # : ENGINEERING CONSULTANT FIRM: (102-1) MOT (Maintenance of Traffic) PROJECT GRAND TOTAL PU (Project Unknowns) SUB-TOTAL (999-25) Initial Contingency (Do Not Bid) 600 - LANDSCAPE / PERIPHERALS 400 - LIGHTING 1000 - INVALID & OTHER ITEMS COMPONENT SUB-TOTAL NOT USED (101-1) MOB (Mobilization) NOT USED 300 - SIGNING & PAVEMENT MARKINGS 200 - ROADWAY COMPONENT GROUPS NOT USED NOT USED 700 - UTILITIES 7/11/2025 PAY ITEM #ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST 1050 16003 UTILITY PIPE,REMOVE & DISPOSE,5-7.9"LF 2584 $14.00 $36,176.00 1050 16002 UTILITY PIPE,REMOVE- DISPOSE,2-4.9"LF 24 $12.00 $288.00 1050 16001 UTILITY PIPE,REMOVE- DISPOSE,0-1.9"LF 109 $10.00 $1,090.00 $37,554.00COMPONENT TOTAL ENGINEER'S ESTIMATE FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 7 448486-1-52-01FINANCIAL PROJECT ID: FILE VERSION:EE_11-09-21_Rev32 PAGE NUMBER: 7/11/2025 THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), the City of Clearwater D.B.A CGS Energy (“Participant”), and the State of Florida, Department of Financial Services, Division of Treasury (“Escrow Agent”), and shall become effective upon the Agreement’s execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project (“Project”): Project Name: Alt US 19/SR 595/Bayshore Blvd at SR 586/Curlew Rd/Causeway Blvd Project #: 448486-1-56-03 County: Pinellas WHEREAS, FDOT and Participant desire to establish an escrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent’s receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT’s Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT’s Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. For FDOT-OOC (signature) For City of Clearwater (signature) Bruce Rector, Mayor Name and Title Name and Title Jennifer Poirrier City Manager 59-3024028 Federal Employer I.D. Number Federal Employer I.D. Number Date Date Attest: _____________________________ Rosemarie Call City Clerk FDOT Legal Review: City of Clearwater Legal Review APPROVED AS TO FORM: _____________________________ Michael Fuino Assistant City Attorney For Escrow Agent (signature) Name and Title Date Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0718 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Authorize an amendment with Cigna Healthcare (Cigna) for city medical insurance (under a self- insured funding arrangement) and a purchase order to Evernorth Behavior Health (Evernorth) for the employee assistance program for period January 1, 2026 through December 31, 2026, pursuant to RFP 26-22, for a total not-to-exceed amount of $31.0 million ($30,940,000 for Cigna and $60,000 for Evernorth), to be funded by city budgeted funds, payroll deductions of employees and retiree premiums; and authorize the appropriate officials to execute same. (consent) SUMMARY: Staff is recommending renewal with Cigna and Evernorth based on overall satisfaction with the services and current benefits, and a favorable renewal rate of a 5.1% total increase. The increase is attributable to higher pharmacy costs, specifically in the specialty and diabetes pharmaceutical space, and inflationary factors. Market trend projections indicate medical costs may exceed 8.5% nationally in 2026 with Florida’s costs typically 3%-4% higher than the national averages. The original agreements with Cigna and Evernorth were approved by Council in September 2022 pursuant to RFP 26-22. This renewal is the fourth of five. The overall funding increase of 5.1% is expected to cover projected plan expenses for the 2026 Plan Year and allow the City to maintain required reserves. Included in the medical premiums for the 2026 Plan Year is the continuation of the Motivate Me incentive program through Cigna. Under this program, employees can receive incentives (up to $200 per year) when participating in specific preventative healthcare activities. These rewards are directly tied to cost drivers on the City’s medical plan and are an essential part of controlling increases over the long term. There is a high utilization and participation in the Motivate Me program. The 2025 plan year-to-date total incentives payouts are approximately $27,685. Historically, the City’s funding rates for medical insurance were 100% for employees without dependents, 75% for employees with one dependent, and 68% for employees with family coverage. In the plan years 2024 and 2025, upon recommendation of the employee benefits committee, the city funded 100%, 75.5%, and 69% in an effort to stabilize employee costs. For the 2026 renewal the employee benefits committee is recommending this percentage to be the new funding percentage moving forward and the 5.1% increase be shared between the City and the employees with dependent coverage. The City’s fiscal 2026 budget for the employer share of health insurance costs is $25,610,608 which includes $23,773,578 across all operations for health plan costs, and $1,837,030 budgeted for the Employee Health Center. APPROPRIATION CODE AND AMOUNT: Funds are available in cost codes 5907590-530300 (contractual services), 5907590-545602 (major medical claims), and 5907590-545601 (insurance premiums-EAP). The Central Insurance Fund is an internal service fund of the City which accounts for all insurance related costs. STRATEGIC PRIORITY: Superior Public Service: Promote a Diverse and Talented Workforce Through Competitive Opportunity, Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0718 Employee Wellness and Rewarding Growth 5.4 Enhance Employee health and productivity through a holistic approach to workplace wellness and benefit resources. The medical plan and the Employee Health Center are an integral part of enhancing employee health and productivity and is a benefit resource to attract and retain employees. Page 2 City of Clearwater Printed on 9/11/2025 1CITY OF CLEARWATER |1 HEALTH CARE 2026 2CITY OF CLEARWATER | Medical Plan Background SELF-INSURED WITH CIGNA City pays administration fee to Cigna and pays medical and pharmacy claims as they occur COST TREND 4.8% overall average claims per employee per month increase (2024 vs. 2025) NATIONAL AVERAGES Are projected at 8.5% for 2026, with Florida typically 3% - 4% higher $- $250 $500 $750 $1,000 $1,250 $1,500 2021 2022 2023 2024 2025 (YTD) Average Claims Per Employee Per Month $725.81 $713.47 2025 2024 $460.70 $419.07 2025 2024 1.7% 9.9% 3CITY OF CLEARWATER | Inflationary Impacts $646 $644 $741 $733 $773 $814 $518 $485 $566 $546 $535 $518 $128 $158 $175 $187 $238 $296 $0 $100 $200 $300 $400 $500 $600 $700 $800 $900 2019 2020 2021 2022 2023 2024 Annual Increases by Category Total Medical Only Pharmacy Only Total: 4.8% Medical: 0% Pharmacy: 18.2% Overall increases are below market trends, driven by usage of the clinic 4CITY OF CLEARWATER | Current Cost Drivers Cancer, musculoskeletal, and circulatory are the top cost drivers Inflammatory diseases and diabetes have the highest overall pharmaceutical spend (Stelara, Humira, Enbrel, Rinvoq, etc.) GLP-1 medications for diabetes accounted for over $2 million in spend Pharmacy represents 38% of plan spend (vs. 26% of spend in 2020) Catastrophic claims, including cancers, have decreased year over year 5CITY OF CLEARWATER | Wellness Initiatives •We are invested in improving and positively impacting employees’ overall wellness with our two main initiatives being Motivate Me and Omada. Employee participation in these programs will positively impact the wellbeing of our employees and in turn positively impact claims. •We understand the importance of recognizing and providing mental health benefits in the workplace and have been awarded Silver Seal from the Bell Seal Award for Workplace Mental Health •We have a very engaged Wellness Coordinator to promote our initiatives and work with staff in the field. 6CITY OF CLEARWATER | Motivate Me Motivate Me is a Cigna program that incentivizes healthy medical and lifestyle choices Program includes wellness screenings, preventative care visits, and health coaching targeting cost drivers on the medical plan Available to all employees covered under the medical plan Program is offered and administered by Cigna, and included in plan funding Employees can earn up to $200/year 7CITY OF CLEARWATER | Motivate Me •In 2024, employees redeemed $78,070 in incentives •Year to date, employees have redeemed over $27,685 in incentives •Wellness coordinator will be doing outreach to employees to ensure the gatekeeper is completed so employees can earn incentives 8CITY OF CLEARWATER | Omada •Diabetes prevention program that includes health coaching and digital scale •Since its inception in 2022, we have 423 enrolled participants that have started the program •The average weight loss after completion is 10.5 lbs •Participants can earn $100 for completing the program 9CITY OF CLEARWATER | Wellness Offerings •Jet Dental - Premier pop-up dental services providing full preventive visit, cavity filling, scaling and root planing and teeth whitening •OnSpot Dermatology - Mobile Dermatology •OneDigital- Financial Education Program •Virtual offerings through Cigna 10CITY OF CLEARWATER | Self-Funded Renewal •2026 CY Renewal:$31.0 million •Includes employee and retiree contributions of over $3.5 million 11CITY OF CLEARWATER | Self-Funded Renewal •For the 2025 Plan year there was a 2.9% increase. •For the 2026 Plan year the renewal projection calls for a 5.1% increase to account for increased pharmacy costs and inflationary impacts. •Benefits Committee and staff are recommending sharing the 5.1% increase (keeping contribution splits the same) 12CITY OF CLEARWATER | Employee Health Center 13CITY OF CLEARWATER | Employee Health Center Based on 535 survey response questions Experience Utilization Engagement Year to date visits are up in comparison to the previous year trend Percentage of employees who utilize the health center Satisfaction96% 5,455 Visit Count (2024) 68%Center Adoption (2024) 14CITY OF CLEARWATER | Employee Health Center This is the consolidated compliance rate for applicable evidence-based quality measures Clinical Financial This is the number of prescriptions dispensed onsite through the Employee Health Center The ratio of savings associated with a reduction in network utilization outcomes and productivity vs operations expense of the center 7,290 $2.0:$1.00 99% Quality Composite Medications Dispensed Return on Investment 15CITY OF CLEARWATER | Positive Trends Risk factors for all key biometric markers have decreased year over year 16CITY OF CLEARWATER | Renewal Recommendations •Renew current medical plan – share 5.1% increase •Continue “Open Access Plus” network •Maintain current plan design (copays/deductibles/coinsurance) •Continue Motivate Me wellness incentive to encourage preventative screenings and Employee Health Center 17CITY OF CLEARWATER |17 HEALTH CARE 2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0789 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Authorize purchase orders to Average Joe Landscape LLC, Botanical Dimensions, Inc., J & J Diversified LLC dba Diversified Landscape Maintenance, and MMM Property Maintenance and Lawn LLC for citywide landscaping services in the cumulative annual not-to-exceed amount of $661,324.00 for the initial one-year term beginning October 1, 2025 through September 30, 2026, with the option for three one-year term extensions pursuant to Invitation to Bid 42-25, Landscape Maintenance Services, and authorize the appropriate officials to execute same. (consent) SUMMARY: On June 27, 2025, Invitation to Bid (ITB) #42-25 for Landscaping Maintenance Services was issued and six responsive vendors submitted a response on July 28, 2025. The Scope of Services encompasses six zones and more than 600 properties throughout the City, requiring routine landscape maintenance, including but are not limited to: mowing, edging, and trimming lawns; removing trash, clippings, and debris from landscaped areas, lawns, and hard surfaces (e.g., sidewalks, parking lots); and maintaining plant beds and landscape materials. All plant material must be maintained in a healthy, thriving condition equal to or better than their condition at the start of the contract. Contractors will coordinate all maintenance activities with a representative from the City of Clearwater’s Parks and Recreation Department and promptly report any irregularities within their assigned zones. The evaluation process for this award considered multiple factors such as contractor capacity, past performance, and the reasonableness of pricing for each zone. Multiple awards, including secondary awards, are recommended to ensure adequate coverage, maintain service quality in the event of a contractor’s underperformance, and provide operational flexibility. The award recommendations are as follows: Average Joe Landscape Primary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest Secondary Award: Zone 1 West Botanical Dimensions Inc. Secondary Award: Zone 6 Ballfields J&J Diversified, LLC dba Diversified Landscape Maintenance Primary Award: Zone 1 West and Zone 2 Countryside Secondary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest MMM Property Maintenance and Lawn Care LLC. Primary Award: Zone 6 Ballfields Secondary Award: Zone 2 Countryside Work under this contract shall include the furnishing of all labor, material, equipment, supervision, transportation, and other services necessary to perform landscaping maintenance services at specified locations within the City of Clearwater (City). The City reserves the right to add or remove locations from the contract with a thirty (30) day written notice. Payments will be adjusted accordingly-either by applying the negotiated cost for any added site or deducting the bid price for any removed site. Council authorization is requested to award contracts to the listed contractors for a cumulative annual not-to-exceed amount of $661,324.00 for the initial term October 1, 2025, through September 30, 2026, with three (3), one-year renewal options. This funding will support the City’s current needs, allow for the addition of properties to any zone, provide for supplemental work requests, accommodate annual CPI Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0789 contract adjustments, and address other contractual management requirements. APPROPRIATION CODE AND AMOUNT: Funding is available in Parks and Recreation Department cost code 0101867-530300, contractual services. The Parks and Recreation Department is funded by General Fund revenue. 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. 1.3 Adopt responsive levels of service for public facilities and amenities and identify resources required to sustain that level of service. 1.4: Foster safe and healthy communities in Clearwater through first class public safety and emergency response services. 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. 4.3: Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Page 2 City of Clearwater Printed on 9/11/2025 Zone 1 West Zone 2 Countryside Zone 3 East Zone 4 Northwest Zone 5 Southwest Zone 6 Ballfields Total $168,538.00 $98,525.00 $105,166.00 $104,539.00 $83,079.00 $50,400.00 $610,247.00 $158,550.00 $120,320.00 No Bid No Bid $90,515.00 $47,520.00 $416,905.00 $168,174.00 $76,766.00 $126,225.00 $133,040.00 $84,960.00 $61,920.00 $651,085.00 No Bid $79,699.00 No Bid No Bid No Bid $45,280.00 $124,979.00 $402,302.00 $260,968.00 $257,047.00 $316,555.00 $266,251.00 No Bid $1,503,123.00 No Bid No Bid No Bid No Bid No Bid $119,680.00 $119,680.00 Primary Secondary Withdrew bid for Zone 1 Yellowstone Landscape Vendor Name: Average Joe Landscape Botanical Dimensions Inc J & J Diversified, LLC (dba) Diversified Landscape Maintenance MMM Property Maintenance and Lawn Care LL Superior Landscaping & Lawn Service Inc. v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 42-25 LANDSCAPING MAINTENANCE SERVICES NOTICE Friday, June 27, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Monday, July 28, 2025 to provide: The City of Clearwater seeks multiple contractors to provide landscaping maintenance services across designated sites throughout the City. The solicitation is divided into six (6) zones. 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/178735. 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/178735. 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: Monday, July 28, 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/178735 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: June 27, 2025 Advertise Tampa Bay Times: July 2, 2025 Question Submission Deadline: July 18, 2025, 10:00am Due Date & Time for Submissions and Opening: July 28, 2025, 10:00am Review Bids: Week of July 28, 2025 v. 7.2024 7 Council Authorization: September 2025 Contract Begins: October 1, 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. 3.8 Amendments v. 7.2024 8 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 Scope of Work Work under this contract shall include the furnishing of all labor, material, equipment, supervision, transportation, and other services necessary to perform landscaping maintenance services at specified locations within the City of Clearwater (City). Services include, but are not limited to: mowing, edging, and trimming lawns; removing trash, clippings, and debris from landscaped areas, lawns, and hard surfaces (e.g., sidewalks, parking lots); and maintaining plant beds and landscape materials. All plant material must be maintained in a healthy, thriving condition throughout the contract term, equal to or better than the condition at the contract’s start. Contractors will coordinate all maintenance activities with the City representative from Clearwater Parks and Recreation Department and are responsible for reporting any irregularities within their assigned zones. The following documents are part of this ITB: • Exhibit A – Landscaping Maintenance Services Zones • Exhibit B – Landscaping Maintenance Services Calendar v. 7.2024 17 • Exhibit C – Zone 1 West • Exhibit D – Zone 2 Countryside • Exhibit E – Zone 3 East • Exhibit F – Zone 4 Northwest • Exhibit G – Zone 5 Southwest • Exhibit H – Zone 6 Ballfields The City reserves the right to add or remove locations from the contract with a thirty (30) day written notice. Payments will be adjusted accordingly—either by applying the negotiated cost for any added site or deducting the bid price for any removed site. The award methodology will be based on several factors, including contractor capacity past performance (if applicable), and weather the pricing for each zone is deemed reasonable for the required services. It should be noted that awards may be distributed across multiple contractors, and the lowest bidder may not be awarded additional zones if doing so is not in the best interest of the city. Note: Contractors are not required to submit bids for all zones; however, to be considered for a specific zone, pricing must be provided for every site within that zone. 4.3 Contractors Responsibilities Local Office and Point of Contact. Contractors are required to maintain a local office within the Tampa Bay Region. The awarded contractor must designate and provide contact information for an authorized representative who will serve as the primary point of contact with the City’s Parks and Recreation Department for all contract-related matters. Monthly Site Meetings. Contractors shall meet with a City representative at least once per month for a comprehensive inspection of the grounds maintained. Personnel. All Contractor personnel shall be considered employees of the Contractor and shall remain under its sole supervision and control. Personnel must be properly trained and experienced in landscaping services. Within thirty (30) days of the Notice of Intent to Award, the Contractor must provide the City with a list of employees assigned to the contract along with their specific task assignments. Work Schedule. Maintenance activities must be conducted between 7:00 A.M. and 7:00 P.M., Monday through Saturday, excluding City-observed holidays. Although the workweek is defined as Sunday through Saturday, any adjustments outside these hours due to extenuating circumstances must receive prior approval from the department. All maintenance tasks, such as weeding, mowing, edging, and trimming, shall be completed in a continuous manner before leaving the site. Sustainability and Compliance. The City encourages disposal of organic plant materials at certified mulching facilities. Contractors must comply with Pinellas County’s Landscape Best Management Practices, including mandatory training for all landscaping personnel. Service Interruptions. Should any location become temporarily unserviceable due to conditions such as standing water, inclement weather, or parked vehicles, the Contractor must promptly notify the City and reschedule service as soon as conditions allow. v. 7.2024 18 Work Completion Notification. Contractors must notify the assigned City representative (in person, by phone, or via email) no later than 8:00 A.M. each Monday to confirm completion of the previous week’s work. Inspection and Payment. Following notification, the City will inspect the serviced location on the next business day. If deficiencies are found, the Contractor will be notified and will have forty-eight (48) hours to complete corrective actions. Payment will be made only upon successful completion and approval of services. Repairs to Existing Facilities. The Contractor shall take all necessary precautions to prevent damage to existing structures, facility systems, utility roads, and irrigation systems during the course of work. Should any damage to City property occur as a result of the Contractor’s activities, the Contractor shall repair or replace the affected area in-kind and to the satisfaction of the City, at no cost to the City. All such repairs shall be completed promptly upon occurrence, unless otherwise directed by the appropriate department representative. The Contractor must notify the department within twenty-four (24) hours of discovering any damage resulting from accidents, vandalism, theft, natural events, or unknown causes. Repairs to damage not caused by the Contractor’s work, including those to irrigation or facility systems, will be handled by the City at no cost to the Contractor. Safety and Uniform Requirements. The City reserves the right to issue work stoppage orders for observed unsafe or harmful actions. All personnel must wear approved company uniforms, follow Occupational Safety and Health Act (OSHA) safety guidelines, and conduct themselves professionally while on City property. Traffic Control and Pedestrian Safety. The Contractor is responsible for establishing and maintaining safe work zones in both vehicular traffic areas and areas accessible to pedestrians and park users. Maintenance activities in high pedestrian traffic areas or during peak periods must be coordinated with the City. Lane closures during the winter tourist season are generally not permitted. The Parks and Recreation Department reserves the right to restrict work hours in areas with high pedestrian use. Two-way traffic must be maintained at all times through intersections and along roadways—full closures are not allowed. The Contractor shall be familiar with and comply with the City of Clearwater’s safety standards and Temporary Traffic Control (TCC) requirements. The Contractor performing the installation is responsible for all TCC coordination and for notifying the appropriate agencies. When applicable, a TCC plan must be submitted to and approved by the City prior to any partial lane closures or the start of work. Lane closures must also be approved by the City’s Traffic Operations Division and Parking Division at least forty-eight (48) hours before work is scheduled to begin. All traffic control measures must comply with the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD), the Florida Department of Transportation (FDOT) Roadway and Traffic Design Standards (600 Series), and FDOT Standard Specifications for Road and Bridge Construction. These guidelines apply whenever construction equipment is relocated or operated on active roadways. The Contractor shall install advance-warning signs as appropriate for field conditions and provide a crew responsible for installing, relocating, and maintaining all traffic control devices. This includes covering, adding, or removing signs and performing any work necessary to ensure a safe and compliant work zone. Hazardous Conditions. The Contractor shall ensure that all work sites are kept free of hazards to both persons and property resulting from the performance of work. Any hazardous condition identified by the Contractor that is not caused by their work must be reported immediately to the designated department representative. v. 7.2024 19 Failure to Perform Satisfactorily. All maintenance activities must be performed in a professional and workmanlike manner, consistent with accepted trade practices and prevailing industry standards. If the Contractor fails to perform as specified, the City reserves the right to compensate only for the portion of work satisfactorily completed, as determined by the department representative, with a corresponding adjustment to the contract price. Alternatively, the City may have the required services performed by a third- party vendor at the Contractor’s expense. Maintenance Scheduling. Each location is assigned a service level indicating the frequency of maintenance to be performed (e.g., Level 1P, 2P, 3P; Level 1G, 2G, 3G, etc.), as determined by the City. Monthly service visits must take place during the designated week identified in Exhibit B – Landscaping Maintenance Services Calendar – unless otherwise approved by the department. The City reserves the right to modify the number of service visits based on local conditions or other relevant factors. Any such changes will result in an appropriate adjustment to the base bid amount. The Contractor is required to follow the City-provided work schedule (Exhibit B). Any deviation from this schedule must be approved in writing by authorized representatives from both parties. 4.4 Landscape Maintenance Specifications The Contractor shall perform all services described herein at each designated site during scheduled maintenance visits. All services listed are mandatory, though frequency and scheduling will vary by location. Litter Removal. The Contractor shall clean the entire property during each scheduled visit. This includes removing all trash and debris including but not limited to cigarette butts, paper, leaves, twigs, branches, clippings, and dead plant material, from landscape areas, parking lots, driveways, sidewalks, entrances, pedestrian bridges, and underpasses. Accumulations in parking lot corners, around stops, curbs, and along walkways must be cleared. Broken glass on paved surfaces must be removed, and all sand, gravel, and soil swept or blown from adjacent hardscape areas and disposed of offsite. Debris must not be allowed to accumulate and shall never be disposed of in catch basins, drains, culverts, or stormwater infrastructure. Parking lots must be cleared of debris during each visit, preferably when parking activity is minimal. All materials collected by the Contractor must be removed from the site the same day. The Contractor is not responsible for extraordinary debris resulting from severe weather, vandalism, special events, or roadside dumping unless specifically requested by the City. Such incidents should be reported immediately. Cleanup may be requested and quoted separately. Turf Maintenance. Lawn mowing shall be performed using clean, sharp, and properly adjusted blades to ensure a uniform cut. No more than one-third of the grass blade height may be removed during mowing. Scalping shall be avoided, and mowing patterns rotated regularly. Small mowers shall be used in areas with limited access. Mowing Heights: Turf Type Mowing Height St. Augustine 3 to 4 inches Bahia 3 to 4 inches Note: Higher mowing heights shall be used during dry conditions. Mowing should ideally occur when turf is dry, although mowing wet grass is acceptable. Clippings may remain on the lawn if evenly dispersed; however, visible clumps or diseased clippings must be collected and removed. In cases of fungal outbreaks, clippings shall be removed and properly disposed of offsite. v. 7.2024 20 Following mowing and edging, all clippings and debris must be cleared from sidewalks, curbs, storm drains, valve boxes, and roadways. Mower discharge shall be directed away from streets and landscape beds unless unavoidable, and deflector chutes must be used. No debris shall be swept or blown into storm drains, landscaped beds, or open culverts. If turf degradation is caused by Contractor neglect, the Contractor shall restore affected areas at no additional cost to the City. Turf areas are to be kept green, healthy, and presentable. Equipment shall be operated with care around structures, landscaping, and utilities. Damage caused by the Contractor must be repaired at the Contractor’s expense. Seeding and sodding are not included in this contract unless specifically requested and authorized by the City. If such services are needed, the Contractor shall provide a quote for City review and written approval prior to proceeding. Turf edging shall be performed at the same frequency as mowing and must include all walks, driveways, curbs, planting bed borders, tree rings, storm drains, valve boxes, bollards, air reliefs, and other structures where grass tends to accumulate. String trimming shall not be performed directly against the base of any tree or shrub. Isolated trees and shrubs located in turf areas must have a mulched buffer zone, minimum one (1) foot radius from the trunk or shrub drip line, to prevent bark damage from mowers and reduce competition from surrounding turfgrass. Grass surrounding valve boxes and quick couplers must be neatly trimmed to maintain a clean appearance. Areas around structures, poles, and other obstacles that cannot be accessed with standard mowing equipment must be regularly maintained using a string trimmer. Alternatively, an approved herbicide may be applied to create a buffer around trees and infrastructure, but only by a certified applicator and with written authorization from the City. Herbicides are not permitted for use as an edging method along walks or curbs. Palm Maintenance. Palm pruning shall be performed regularly to remove dead fronds and sucker growth, maintaining a clean, attractive trunk in accordance with the natural appearance of each palm species. Pruning is limited to fronds reachable from the ground or with equipment, not to exceed twelve (12) feet in height. Remove all dead, yellowing, or unsightly fronds and seed heads as part of routine maintenance. Green fronds shall not be removed unless they obstruct access for pedestrians, cyclists, or vehicles. The natural arching shape of the fronds should be preserved, and care must be taken to avoid injury to the bud. Pruning tools must be sterilized between each Phoenix dactylifera ‘Medjool’ palm using International Society of Arboriculture (ISA) standard sterilization practices to prevent cross-contamination. Only descending fronds below the "9-to-3 o’clock" horizontal line may be removed, unless fronds above that line are dead or yellowing and within the 12-foot pruning limit. Spikes or other tools that penetrate the trunk shall not be used. Pruning shall be performed using ladders or aerial lift equipment (“cherry pickers”). All palm trunks shall be maintained with a clean, rounded, uniform cut on all retained boots. All fronds, seeds, seed heads, and suckers removed during pruning must be properly disposed of offsite the same day. The Contractor is also responsible for removing any fronds dislodged by pruning that fall at a later time. Palms must be regularly inspected for signs of disease or distress in the trunk, bud, or fronds. Any observed issues must be promptly reported to the designated department representative. Shrub and Groundcover Maintenance. Pruning refers to the selective removal of branches to maintain or improve the plant’s size, shape, or health. Trimming refers to the uniform cutting of branch tips to create a clean, squared, hedge-like appearance. Depending on the species, some plants require pruning while v. 7.2024 21 others benefit from trimming to maintain their optimal appearance. All shrubs and groundcovers shall be kept in a neat, healthy, and well-manicured condition at all times. All plant material shall be pruned to preserve its intended size, shape, and character. No shrubs or groundcovers shall be allowed to exceed the Florida Department of Transportation (FDOT) "Clear Sight Window" standards when located within a sight visibility triangle. Species with a natural, informal growth habit should be selectively pruned to preserve their natural form, with removal limited to dead or damaged material or to maintain an appropriate height. These types shall be pruned with hand shears as needed to maintain a natural shape, fullness, and flowering potential. Examples include Parson's Juniper, Bird of Paradise, Crinum Lily, Cardboard Palm, King Sago, Heavenly Bamboo, Split-Leaf Philodendron, Red Fountain Grass, and Schefflera. Shrubs used for linear hedges or border plantings shall be trimmed with squared faces, keeping the top slightly narrower than the base to allow even sunlight exposure and prevent lower foliage dieback. Where the planting forms a serpentine bed edge, only the vertical face shall be rounded to maintain a natural curve. As new growth appears, overly long branches shall be removed to encourage fullness and structure. Examples include Pittosporum, Podocarpus, Silverthorne, Oleander, Boxthorn, Viburnum, and Indian Hawthorn. Groundcovers must remain contained within the planting bed boundaries and kept at least twelve (12) inches away from buildings or structures. They shall be edged at every service visit along adjacent hardscapes, with supplemental shearing performed as needed to preserve a neat appearance. Vining or climbing groundcovers must not be permitted to grow through other plantings or climb structures, unless specifically directed by the City. Common groundcovers include Confederate Jasmine, Lantana, Liriope, Aztec Grass, Ivy, Ornamental Sweet Potato, and Perennial Peanut. Seasonal Maintenance: • March through October: High-maintenance shrubs and groundcovers may require trimming with each visit. Low-maintenance types shall be trimmed as needed. • November through February: All shrubs and groundcovers shall be trimmed as needed to maintain a tidy appearance. • Ornamental grasses shall be renewal pruned to a height of 8–12 inches in late February annually. • Perennial Peanut shall be maintained at 3–6 inches and mowed or line-trimmed once monthly in April, June, and August, or as otherwise directed by the City. Shrubs shall not be trimmed into topiary or ornamental shapes unless explicitly requested by the City. Instead, they shall be encouraged to develop into full, natural masses at the height specified by City staff. 4.5 Landscape and Grounds Maintenance: Health, Pest and Weed Control Requirements Weed Control in Landscaped Areas. The Contractor shall inspect all landscaped areas for weed growth during each scheduled service visit. All planting beds and tree rings must be maintained free of weeds year- round to prevent competition with desirable vegetation and to preserve the aesthetic integrity of the landscape design. All weeds shall be removed and properly disposed of offsite by the Contractor on the same day they are identified. Undesirable weed species shall be eliminated either manually or through the application of City-approved herbicides, in accordance with manufacturer instructions and product labeling. Selective, non-selective, and pre-emergent herbicides registered with the Environmental Protection Agency may be used, but only with v. 7.2024 22 prior written authorization from the City. All herbicide applications must be performed by experienced personnel under the direct supervision of a licensed and certified pest control professional. Chemically treated weeds must be removed once their foliage has discolored from green to yellow. If any herbicide application results in damage to desirable plant material, including turf, the Contractor shall be responsible for promptly replacing the affected plants with the same size, species, and quality at no cost to the City. "Volunteer" plants, invasive species, and trees that germinate unintentionally in planting beds and are not part of the intended design shall be treated or removed, including the entire root system, using manual or chemical methods as appropriate. Weeds growing on hardscapes, including sidewalks, driveways, temporary and permanent parking areas, adjacent streets, pavement cracks, rights-of-way, and any other paved surfaces within the contract limits, shall be removed during each visit by hand-pulling or with approved herbicides, followed by proper removal and disposal. Fertilization Program. The Contractor shall conduct routine inspections during each site visit and report any concerns to City staff, including but not limited to stressed vegetation, declining turf, or other visible deficiencies requiring City attention. All fertilizer applications will be performed by City personnel. Diseases and Pests. The Contractor shall implement Integrated Pest Management (IPM) practices to monitor and manage pest and disease activity at all sites. Upon identifying a specific issue requiring treatment, the Contractor must notify the City and submit the proposed treatment plan for approval. Fire ants, wasps, and other harmful or hazardous pests must be addressed immediately to prevent safety risks. If a pest infestation exceeds manageable levels, it must be reported to the City for prompt resolution. Bee removal is the responsibility of the City and will be handled through alternate arrangements. The Contractor shall be fully responsible for any damage caused by improper or negligent chemical application. Turf. During each visit, the Contractor shall inspect turf areas for signs of insect activity or disease. Any proposed treatment must be submitted in writing or communicated verbally to the City for approval prior to application. Turf treatments shall be applied on a site-specific basis and must include a buffer area extending 25% beyond the visible boundaries of the infestation. Trees, Shrubs, and Groundcovers. Any abnormalities, such as signs of disease, pests, or stress affecting trees, shrubs, or groundcovers, shall be promptly reported to City staff so that appropriate measures may be taken. Palms. If disease symptoms are observed in palms during maintenance visits, the Contractor shall immediately notify the City and provide a location map of the affected tree(s). The City will determine the appropriate course of action on a case-by-case basis. The Contractor shall take all necessary precautions to prevent disease spread. Pruning and maintenance of smaller palms must be performed following University of Florida Cooperative Extension Service guidelines, including the disinfection of tools using soap or alcohol-based solutions between uses. Insecticide Maintenance. The Contractor may remove and properly dispose of wasps or other ground- dwelling insects found in plants, turf, or on-site structures/furnishings as part of routine maintenance. Irrigation Maintenance. Any visible signs of irrigation damage or malfunction must be reported to the City immediately by phone. The Contractor is also responsible for notifying the City of any dry or stressed turf areas observed during maintenance. v. 7.2024 23 Mulch Maintenance. The Contractor shall notify the City when mulch levels have deteriorated or when its condition requires attention. The Contractor is responsible for maintaining weed-free mulch rings around trees, shrubs, and palms located in turf areas. Upon request by the City, the Contractor may be asked to provide a quote for mulch application services, with the City supplying the mulch material. 4.6 Inspections Each site shall be inspected during service visits for any irregularities, including but not limited to irrigation leaks, vehicular damage, dead or declining turf and plant material, significant insect infestations (with particular attention to fire ants), and signs of vandalism. All findings must be promptly reported to the designated department representative. The Contractor shall support the City by reporting any observed damage, vandalism, graffiti, or maintenance needs related to public or private property within the service area. This includes, but is not limited to, traffic and directory signs, structures, site furnishings, monuments, fences, lighting, utilities, and paved surfaces. The Contractor is expected to remain responsive to special conditions or unforeseen issues that may arise throughout the contract term. Full cooperation and timely response to such matters is required. Upon request, the Contractor may be asked to provide additional services, such as the installation of seasonal flowers or plants for City events or functions. These services must be quoted separately and approved in writing by the City prior to commencement. 4.7 Minimum Qualifications Experience. The Contractor’s Owner or Principal must possess a minimum of three (3) years of demonstrated experience in providing commercial or institutional landscaping services. This requirement applies to the individual, not the business entity. References. The Contractor shall provide three (3) references for similar services performed within the past three (3) years, preferably for public agencies of comparable size in the Tampa Bay region. Staff Certifications. The Contractor must employ at least one permanent, full-time commercial limited lawn and ornamental applicator. A copy of their valid Florida Department of Agriculture Pesticide Applicator License must be submitted to the City under Submittal Requirements. In addition, the Contractor shall provide, under Submittal Requirements, a list of full-time personnel who hold relevant certifications, including: • International Society of Arboriculture (ISA) Certified Arborist • Florida Certified Horticulture Professional • Landscape Best Management Practices (BMP) for Pinellas County • Green Industries Best Management Practices (GI-BMP) Certification The list must include each staff member’s name, certification/license number, and expiration date. Equipment. The Contractor shall submit an inventory list of equipment proposed for use under this contract under Submittal Requirements. All equipment must be in proper working condition and is subject to inspection by the City’s Landscape Maintenance Manager or designee both prior to contract award and at any time during the contract period. Vehicles. All vehicles used by the Contractor on City property must display the company name and telephone number in a clearly visible location. v. 7.2024 24 INSURANCE REQUIREMENTS 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 25 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, 42-25 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 October 1, 2025 through September 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 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. v. 7.2024 26 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. 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 Landscape Maintenance Services to the City of Clearwater at the price(s) stated below. Pricing Requirements • Contractors may submit bids for any combination of the six (6) designated zones. • Contractors are not required to bid on all zone however, to be considered responsive, a bid for any zone must include pricing for every site within that zone. Partial zone bids will be deemed non-responsive and will not be considered. • Each zone must be priced independently. There shall be no price interdependence between zones, and the City does not guarantee that a contractor will be awarded all zones they submit bids for. • While a contractor may be awarded more than one (1) zone, the City does not anticipate awarding all six (6) zones to a single vendor due to the overall volume of work. • Award decisions will take into account the contractors demonstrated capacity and past performance (where applicable). • The City reserves the right to determine whether the pricing submitted for a zone is reasonable in relation to the scope of work. In cases of multi-zone bidding, the lowest bidder may not be v. 7.2024 27 awarded all zones bid if doing so is determined to exceed their capacity or is otherwise not in the City’s best interest. • The pricing sheets contains properties that have been removed, enter a 0 in the per service cost column for these properties. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH ZONE 1 WEST Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 W001 ROW 1G First median South of Windward Passage Island Way Median #1 32 2 W002 ROW 1G First median North of Windward Passage Island Way Median #2 32 3 W003 ROW 1G First median South of Dory Passage Island Way Median #3 32 4 W004 ROW 1G First median North of Dory Passage Island Way Median #4 32 5 W005 ROW 1G First median South of Skiff Point Island Way Median #5 32 v. 7.2024 28 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 6 W006 ROW 1G First median North of Skiff Point Island Way Median #6 32 7 W007 ROW 1G First median South of Palm Island NE Island Way Median #7 32 8 W008 ROW 1G Between Palm Island SW and Palm Island NE Island Way Median #8 32 9 W009 ROW 1G First median North of Palm Island NE Island Way Median #9 32 10 W010 ROW 1G First median South of Harbor Passage Island Way Median #10 32 11 W011 ROW 1G First median North of Harbor Passage Island Way Median #11 32 12 W012 ROW 1G Second median North of Harbor Passage Island Way Median #12 - New Turn Lane 32 13 W013 ROW 1G Third median North of Harbor Passage Island Way Median #13 32 14 W014 ROW 1G Fourth median North of Harbor Passage Island Way Median #14 32 v. 7.2024 29 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 15 W015 ROW 1G Fifth median North of Harbor Passage Island Way Median #15 32 16 W016 ROW 1G Sixth median North of Harbor Passage Island Way Median #16 32 17 W017 ROW 1G Last median North of Harbor Passage Island Way Median #17 32 18 W018 ROW 1G West end of Dolphin Point Dolphin Point Median 32 19 W019 ROW 1G West end of Skiff Point Skiff Point Median 32 20 W020 ROW 1G South end of Leeward Island Leeward Island - South Median 32 21 W021 ROW 1G North end of Leeward Island Leeward Island - North Median 32 22 W022 ROW 1G South end of Midway Island Midway Island - South Median 32 23 W023 ROW 1G North end of Midway Island Midway Island - North Median 32 24 W024 ROW 1G South end of Windward Island Windward Island - South Median 32 25 W025 ROW 1G North end of Windward Island Windward Island - North Median 32 v. 7.2024 30 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 26 W026 ROW 1G East end of Palm Island SW Palm Island - SW Median 32 27 W027 ROW 1G East end of Palm Island SE Palm Island - SE Median 32 28 W028 ROW 1G West end of Palm Island NW Palm Island - NW Median 32 29 W029 ROW 1G East end of Palm Island NE Palm Island - NE Median 32 30 W030 ROW 1G South end of Snug Island Snug Island - South Median 32 31 W031 ROW 1G North end of Snug Island Snug Island - North Median 32 32 W032 ROW 1G South end of Harbor Island Harbor Island - South Median 32 33 W033 ROW 1G North end of Harbor Island Harbor Island - North Median 32 34 W034 ROW 2G East end of Laurel Street Laurel Street End 24 35 W035 ROW 2G Kipling Plaza between Mandalay Avenue and Bruce Avenue Kipling Plaze Median #1 24 36 W036 ROW 2G Kipling Plaza between Bruce Avenue and Lantana Avenue Kipling Plaza Median #2 24 v. 7.2024 31 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 37 W037 ROW 2G Kipling Plaza between Lantana Avenue and Narcissus Avenue Kipling Plaza Median #3 24 38 W038 ROW 2G Kipling Plaza between Narcissus Avenue and Bay Esplanade Kipling Plaza Median #4 24 39 W039 ROW 2G East end of Gardenia Street Gardenia Street End 24 40 W040 ROW 2G East end of Verbena Street Verbena Street End 24 41 W041 ROW 2G East end of Mango Street Mango Street End 24 42 W042 Sewer 2P 830 Lantana Avenue Lift Station #10 28 43 W043 ROW 2G Intersection of Verbena Street and Bruce Avenue Verbena / Bruce Triangle 24 44 W044 ROW 2G Intersection of Mandalay Avenue and North Bohenia Circle Mandalay / N Bohenia - W Triangle 24 45 W045 ROW 2G Intersection of Mandalay Avenue and North Bohenia Circle Mandalay / N Bohenia - E Triangle 24 v. 7.2024 32 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 46 W046 ROW 2G Intersection of N. Bohenia Cir. and Bruce Ave; N. of Mango St. Bruce Triangle - North 24 47 W047 ROW 2G Intersection of S. Bohenia Cir. and Bruce Ave; S. of Mango St. Bruce Triangle - South 24 48 W048 ROW 2G Intersection of Mandalay Avenue and South Bohenia Circle Mandalay / S Bohenia - E Triangle 24 49 W049 ROW 2G Intersection of Mandalay Avenue and South Bohenia Circle Mandalay / S Bohenia - W Triangle 24 50 W050 ROW 2G Insersection of Mandalay Avenue and Jewel Street Mandalay / Jewel Triangle 24 51 W051 ROW 2G East end of Iris Street Iris Street End 24 52 W052 ROW 2G East End of Aster Street Aster Street End 24 53 W053 ROW 1G Intersection of Acacia and Mandalay Ave Acacia Roundabout 32 54 W054 Sewer 2P 213 Hamden Drive Lift Station #8 28 v. 7.2024 33 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 55 W055 ROW 2G East end of Third Street Hamden / Third Street End 24 56 W056 ROW 2G East end of Fifth Street Hamden / Fifth Street End 24 57 W057 Sewer 2P 501 Parkway Drive Lift Station #14 28 58 W058 Police 2P 700 Bayway Boulevard Clearwater Beach Police Sub- station 28 59 W059 ROW 2G W. Side of Gulf Boulevard Clearwater Pass Bridge - North Side 24 60 W060 ROW 2G E and W side of Gulf Boulevard and area beneath bridge Clearwater Pass Bridge - South Side 24 61 W061 Fire 1P 950 Gulf Boulevard Fire Station #44 42 62 W062 ROW 2G 1241 Gulf Boulevard; Shoppes on Sand Key Gulf Boulevard Median #5 24 63 W063 ROW 2G 1290 Gulf Boulevard; Light Towers Gulf Boulevard Median #4 24 64 W064 ROW 2G 1365 Gulf Boulevard; Cresent Beach Club Gulf Boulevard Median #3 24 65 W065 Parking 2P 1371 Gulf Boulevard; Sand Key Parking Lot #67 28 66 W066 Sewer 2P 1371 Gulf Boulevard; Sand Key Lift Station # 45 28 v. 7.2024 34 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 67 W067 ROW 2G 1501 Gulf Boulevard; Sand Key condo Gulf Boulevard Median #2 24 68 W068 ROW 2G 1582 Gulf Boulevard; Cabana Club Condo Gulf Boulevard Median #1 24 69 W069 ROW 2G 1660 Gulf Boulevard; Sand Key Crosswalk Median at Dan's Island 24 70 W070 ROW 1G Second median South of Windward Passage Island Way Median #18 32 71 W071 ROW 1G Carlousel Triangle Eldorado Ave and Bay Esplanade 32 72 W072 Parks 1G 1001 Gulf Blvd. Sailing Center 32 73 W073 Parks 1G N/S side of SR 60 - W of Mainland Bridge to E of Beach Bridge Memorial Causway N/S 32 74 W074 Parks 2G E side of Gulf Boulevard and area beneath Sandy Key Bridge Clearwater pass bridge 24 75 W075 Parks 1G Intersection of Narcissus Avenue and Bay Esplanade Bay Esplande Park Trangle Median 32 76 W076 Removed Removed Property Removed Intentionally Left Blank- Property Removed 0 v. 7.2024 35 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 77 W077 Parking 1P 112 S Osceola Avenue City Hall (40%) 42 78 W078 Sewer 2P 251 Pierce Street, S side under bridge LS #16 (B.I.E. Property) 28 79 W079 Parking 2P 28 N Garden Avenue Parking Lot #4 Garden Avenue 28 80 W080 ROW 2G Small triangle at Hendricks Street and Laura Street Hendricks Street 24 81 W081 Removed Removed Property Removed Intentionally Left Blank- Property Removed 0 82 W082 Parking 2G 610 Pierce Street, S of Park Street Garage Parking Lot #23 Pierce Street 24 83 W083 Fire 3P 610 Franklin Street Old (Fire- 45) 18 84 W084 Police 2P 612 Franklin Street Hispanic Outreach Center 28 85 W085 Police 1P 645 Pierce Street Main Police Station 42 86 W086 Parking 1P 351 S Fort Harrison Avenue Parking Lot #17 Court Street and Fort Harrison Avenue 42 87 W087 Parking 3P 600 Chestnut Street Parking Lot #24 Chestnut Street 18 v. 7.2024 36 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 88 W088 Econ. Dev. 3P SW Corner of Prospect Avenue and Park Street Park Street Lot 18 89 W089 Storm 3P 900 Chestnut Street and 915 Court Street Court Street Lot 18 90 W090 Econ. Dev. 3P 115 MLK at NE Corner of MLK and Pierce Street Clearwater Auto Lot #2 18 91 W091 Econ. Dev. 3P 205 MLK to Corner of MLK and Gould Street Clearwater Auto Lot #1 18 92 W092 Econ. Dev. 3P 1124 Gould Street Gould 18 93 W093 Econ. Dev. 3P 314 Madison Avenue 314 Madison Avenue Vacant Lot 18 94 W094 Fire 1P 1140 Court Street Station # 45 - Court 42 95 W095 Storm 3P 413 S Madison Avenue Gould 18 96 W096 Removed Removed Property Removed Intentionally Left Blank- Property Removed 0 97 W097 Parking 1P 301 Pierce Street CMA Parking Lot 42 98 W098 Econ. Dev. 3P S Washington Ave N/W S Washington Ave and Pierce Street Vacant Lot 18 v. 7.2024 37 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 99 W099 Econ. Dev. 3P 1125 Pierce Street S/E Corner of Washington Ave and Pierce 18 100 W100 CRA 2P 701 Franklin Street S East Ave and Franklin St 28 101 W101 Storm 2P 620 Drew Street Garden & Drew; Along Pinellas Trail 28 TOTAL ZONE 2 COUNTRYSIDE Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 CS001 ROW 1P Countryside Blvd, Belcher Rd - Enterprise Rd Countryside Boulevard Median #1 42 2 CS002 ROW 1P Countryside Blvd, US 19 - Village Rd, adjacent to mall Countryside Boulevard Median #2 42 3 CS003 ROW 1P Countryside Blvd, Village Rd - Winding Wood Dr, adjacent to mall Countryside Boulevard Median #3 42 4 CS004 ROW 1P Countryside Blvd, Winding Wood Dr Countryside Boulevard Median #4 42 5 CS005 ROW 1P Countryside Blvd, Winding Wood Dr Countryside Boulevard Median #5 42 v. 7.2024 38 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 6 CS006 ROW 1G Countryside Blvd, SR 580 - Sabal Springs Dr Countryside Boulevard Median #6 32 7 CS007 ROW 1G Countryside Blvd, and Sabal Springs Dr - Wildwood Dr Countryside Boulevard Median #7 32 8 CS008 ROW 1G Countryside Blvd, Wildwood Dr - Westchester Dr S Countryside Boulevard Median #8 32 9 CS009 ROW 1G Countryside Blvd, Westchester Dr S - Clubhouse Dr S Countryside Boulevard Median #9 32 10 CS010 ROW 1G Countryside Blvd, Clubhouse Dr S - Westchester Dr N Countryside Boulevard Median #10 32 11 CS011 ROW 1G Countryside Blvd, Westchester Dr N - Countryclub Dr Countryside Boulevard Median #11 32 12 CS012 ROW 1G Countryside Blvd, Countryclub Dr - St. Andrews Dr Countryside Boulevard Median #12 32 13 CS013 ROW 1G Countryside Blvd, St. Andrews Dr - Clubhouse Dr N Countryside Boulevard Median #13 32 v. 7.2024 39 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 14 CS014 ROW 1G Countryside Blvd, Clubhouse Dr N - Augusta Dr S Countryside Boulevard Median #14 32 15 CS015 ROW 1G Countryside Blvd, Augusta Dr S - Pebble Beach Dr Countryside Boulevard Median #15 32 16 CS016 ROW 1G Countryside Blvd, Pebble Beach Dr - Augusta Dr N Countryside Boulevard Median #16 32 17 CS017 ROW 1G Countryside Blvd, Augusta Dr N - Firestone Dr Countryside Boulevard Median #17 32 18 CS018 ROW 1G Countryside Blvd, Firestone Dr - Spyglass Dr Countryside Boulevard Median #18 32 19 CS019 ROW 1G Countryside Blvd, Spyglass Dr - Gleneagles Dr/Ct Countryside Boulevard Median #19 32 20 CS020 ROW 1G Countryside Blvd, Gleneagles Dr/Ct - Concorde Ct Countryside Boulevard Median #20 32 21 CS021 ROW 1G Countryside Blvd, Concorde Ct - Northside Dr Countryside Boulevard Median #21 32 v. 7.2024 40 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 22 CS022 ROW 1G Northside Dr, E of intersection with US 19 Northside Drive Median 32 23 CS023 ROW 1G Eastland Blvd, W of intersection with McMullen Booth Rd Eastland Boulevard Median #1 32 24 CS024 ROW 1G Eastland Blvd, second median W of McMullen Booth Rd Eastland Boulevard Median #2 32 25 CS025 ROW 1G Eastland Blvd, third median W of McMullen Booth Rd Eastland Boulevard Median #3 32 26 CS026 ROW 1G Eastland Blvd, fourth median W of McMullen Booth Rd Eastland Boulevard Median #4 32 27 CS027 ROW 1G Landmark Dr, first median S of Eastland Blvd Landmark Drive Median #1 32 28 CS028 ROW 1G Landmark Dr, S of SR 580 and N of Haverford Drive Landmark Drive Median #2 32 29 CS029 ROW 1G Landmark Dr, N of SR 580 and S of Wildwood Dr/Mayfair Ct Landmark Drive Median #3 32 v. 7.2024 41 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 30 CS030 ROW 1G Landmark Dr, Wildwood Dr/Mayfair Ct - Kenilwick Dr S Landmark Drive Median #4 32 31 CS031 ROW 1G Wildwood Dr, Landmark Drive - Woodview Court Wildwood Drive Median #1 32 32 CS032 ROW 1G Wildwood Dr, Woodview Ct - Pinewood Ct/Quail Hollow Rd E Wildwood Drive Median #2 32 33 CS033 ROW 1G Wildwood Dr, Pinewood Ct/Quail Hollow Rd E - Woodhaven Ct Wildwood Drive Median #3 32 34 CS034 ROW 1G Wildwood Dr, Woodhaven Ct - Ashwood Ct Wildwood Drive Median #4 32 35 CS035 ROW 1G Wildwood Dr, Ashwood Ct - Woodmere Ct Wildwood Drive Median #5 32 36 CS036 ROW 1G Wildwood Dr, Woodmere Ct - Bryn Mawr Dr N Wildwood Drive Median #6 32 37 CS037 ROW 1G Wildwood Dr, Bryn Mawr Dr N - Quail Hollow Rd W Wildwood Drive Median #7 32 v. 7.2024 42 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 38 CS038 ROW 1G Wildwood Dr, Quail Hollow Rd W - Countryside Blvd Wildwood Drive Median #8 32 39 CS039 ROW 1G Intersection of Sea Pines Circle E and Sea Pines Circle W Sea Pines Circle Median Island 32 40 CS040 ROW 2G SW corner of McMullen Booth Road and Curlew Road Clearwater Welcome Sign 24 41 CS041 ROW 3G W portion of Winding Wood Drive; sign N to crime watch sign Cypress Bend Neghbourhood Sign 17 42 CS042 ROW 1G N. side of Countryside Blvd. Btwn Belcher Rd. and Enterprise Rd. Countryside Boulevard ROW ditch 32 43 CS043 ROW 3G 2671 Enterprise Road; South side of Enterprise Road Enterprise Road 17 44 CS044 ROW 3G 2714 Enterprise Road; North side of Enterprise Road Enterprise Road 17 45 CS045 ROW 2G S of Enterprise Road past Lake Chautauqua park gate; both sides Landmark Drive Extension 24 v. 7.2024 43 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 46 CS046 Storm 2P Retention S of Enterprise, W of Landmark and N of Oakbrook Landmark Drive Ext. Pond 28 47 CS047 Storm 2P SE intersection of Landmark Drive and Heather Trail Heather Trail 28 48 CS048 Storm 2P N of SR 580; area adjacent and W of Countryside High School Clearwater Ditch at Countryside High School 28 49 CS049 DukeEnROW 3G S and N side of Northside Drive, W of Marigold Drive Springdale 17 50 CS050 Water Production 2G 3024 Eastland Boulevard Well #3-2 24 51 CS051 Sewer 3P 2385 Hazelwood Ln @ end of Wilow Tree Tr., W of Belcher LS# 15 - Woodgate 18 52 CS052 Sewer 3P 2495 Laurelwood Drive LS# 41 - Village on the Green 18 53 CS053 Sewer 3P 3440 McMullen Booth Rd, 1/8 mile S of Curlew, W side of road LS# 53 - Curlew 18 54 CS054 Sewer 3P 29231 US 19 N, E side of road, S of Northside Drive LS# 55 - South of Bob Evans Restaurant 18 v. 7.2024 44 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 55 CS055 Fire 1P 2681 Countryside Boulevard Fire Station #50 - Countryside 42 56 CS056 Police 1P 2851 N McMullen Booth Road - under construction Countryside Police Sub- Station 42 57 CS057 ROW 1G Countryside Blvd. concrete median #1 West of enterprise Road 32 58 CS058 ROW 1G Countryside Blvd. concrete median #2 West of HWY 19N 32 59 CS059 ROW 1G Countryside Blvd. concrete median #3 East of HWY 19N 32 60 CS060 Gas 2P 2910 N McMullen Booth Rd Northeast Gas Station 28 61 CS061 General Services 1P 2741 State Road 580 Old Countryside Library 42 62 CS062 Library 1P 2642 Sabal Springs Drive Countryside Library 42 63 CS063 Gas 2P 7302 US HWY 19 N, New Port Richey Pasco Office 28 64 CS064 Gas 2P 8017 Mitchell Blvd Trinity Gas Station 28 65 CS065 Storm 2P Charles Avenue Pond at Charles Ave and Daniel St 28 66 CS066 Sewer 3P 2619 Winding Wood Drive, C-Side LS# 48 - Cypress Bend 18 v. 7.2024 45 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid TOTAL ZONE 3 EAST Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 E001 ROW 2G Intersection of Arlie Avenue and Bayshore Boulevard Bayshore Boulevard Welcome Sign 24 2 E002 Storm 3P West end of Arlie Avenue, West of Bayshore Boulevard Lift Station #36 - Arlie Avenue 18 3 E003 Storm 2P End of Maximo Ave at San Domingo St, off Bayshore Blvd Alligator Lake - Maximo Lot 28 4 E004 Storm 3P 1125 N McMullen Booth Road Alligator Lake 18 5 E005 Parks 3G SE of Del Oro Park on Bordeaux Lane Bordeaux 17 6 E006 ROW 3G 1317 Fairwood Avenue Wood Valley Median #5 17 7 E007 ROW 3G SW corner of Bayshore Boulevard and Drew Street Bayshore/Drew Street 17 8 E008 ROW 3G 1316 Grantwood Avenue Wood Valley Median #6 17 9 E009 ROW 2G 3192 SR 60 - Courtney Cambell Causeway (N side) GTB/Bayshore Triangle Median 24 v. 7.2024 46 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 10 E010 ROW 2G 3191 SR 60 - Courtney Campbell Causeway (South side) Monument Park 24 11 E011 Sewer 3P 1308 McMullen Booth Road Lift Station #58 - Ruth Eckard Hall 18 12 E012 Storm 3P 3085 Cleveland Street Cleveland Street Retention area 18 13 E013 Vacant lot 3G West end of St. Croix Drive, N of SR 590 St. Croix Drive 17 14 E014 ROW 3G Intersection of Lawrence Drive and St. John Drive Lawrence Drive Medians (2) 17 15 E015 ROW 3G 3003 SR 590 590 Lot 17 16 E016 ROW 2G W side of Spring Lake Dr, Off SR 590, betw. M- B RD and US 19 Spring Lake 24 17 E017 ROW 3G The curve of Nutwood Avenue and Melonwood Avenue Wood Valley Median #11 17 18 E018 ROW 3G 2750 Park Trail Lane, E of Moccasin Lake, along RR Tracks Park Trail Lane - Western portion 17 19 E019 ROW 3G 2750 Park Trail Lane, E of Fairwood Ave, along RR Tracks Park Trail Lane - Eastern portion 17 20 E020 Storm 3P East of US 19 North of Drew, West side of apartments Fairwood ROW 18 v. 7.2024 47 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 21 E021 Storm 3P 2780 Drew Street EC Moore Complex #8 & #9 West Pond 18 22 E022 ROW 3G 108 David Avenue David Avenue - North Lot 17 23 E023 Storm 3P 355 Hampton Road Hampton Road 18 24 E024 Fire 2P 565 Sky Harbor Drive Station #49 - Sky Harbor 28 25 E025 ROW 3G S side of Sharkey Road, from Oberlin Dr to W end of Sharkey Rd Sharkey Road 17 26 E026 Storm 3G 965 Oberlin Drive Sharkey Road and Oberlin Drive 17 27 E027 ROW 3G 133 Virginia Avenue Wood Valley Median #7 17 28 E028 Storm 3P West of US 19 (Tropic Hills), West side of Driftwood Avenue FP Lots - Tropic Hills 18 29 E029 Fire 2P 1700 N Belcher Road Station #48 - Belcher 28 30 E030 Gen. Svcs. 2P 1701 N Hercules Ave. Solid Waste Complex 28 31 E031 ROW 3G E of Hercules Ave, between Burnice Dr and Bell Cheer Dr Grove Avenue 17 32 E032 ROW 2G NW corner of US 19 and Drew Street US 19 and Drew Street NW 24 33 E033 ROW 2G NE corner of US 19 and Drew Street US 19 and Drew Street NE 24 v. 7.2024 48 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 34 E034 ROW 2G SW corner of US 19 and Drew Street US 19 and Drew Street SW 24 35 E035 ROW 2G SE corner of US 19 and Drew Street US 19 and Drew Street SE 24 36 E036 ROW 3G RAB at Intersection of Edenwood St/Calamondin Ln Wood Valley Median #4 17 37 E037 ROW 3G 1217 Fairwood Avenue Wood Valley Median #3 17 38 E038 ROW 3G 1117 Fairwood Avenue Wood Valley Median #2 17 39 E039 ROW 3G RAB at Intersection of Park Trail Ln/Fairwood Ave Wood Valley Median #1 17 40 E040 ROW 3G N of Gulf-to- Bay Blvd, between Belcher Rd and Coachman Rd Landry Avenue Median 17 41 E041 ROW 2G W of US 19, S of SR 60 (exclude LS bed) Tropic Hills Entrance Median 24 42 E042 ROW 2G E of Belcher road on Grovewood Road (exclude LS bed) Grovewood Entrance Medians 24 43 E043 ROW 2G Glenmoor Road at S Belcher Road (excludes LS bed) Meadows Entrance Medians 24 v. 7.2024 49 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 44 E044 ROW 2P Gateway Drive and Nursery Road, median bed included Imperial Park Entrance 28 45 E045 ROW 1G 2206 Harn Boulevard (excludes LS bed) Morningside West Entrance Median #1 32 46 E046 ROW 1G Intersection of Harn Blvd and St. Charles Dr/Clairborne Dr Morningside Median - Roundabout 32 47 E047 ROW 1G Harn Boulevard, York Drive - St. Charles Dr/Clairborne Dr Morningside Median #2 including bulb- outs 32 48 E048 ROW 1G Harn Boulevard, between Williams Dr and York Dr Morningside Median #3 including bulb- outs 32 49 E049 ROW 1G Harn Boulevard, between Whipsering Pines Dr and Williams Dr Morningside Median #4 including bulb- outs 32 50 E050 ROW 1G Harn Boulevard, between Flushing Avenue and Whispering Pines Dr Morningside Median #5 including bulb- outs 32 51 E051 ROW 1G Harn Boulevard, SE of Flushing Avenue Morningside Median #6 32 52 E052 ROW 1G Harn Boulevard, between Ranchwood Drive and Stewart Boulevard Morningside Median #7 32 v. 7.2024 50 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 53 E053 ROW 1G Intersection of Harn Blvd and Stewart Blvd Morningside Median - Roundabout 32 54 E054 ROW 1G Harn Boulevard, immediately E of Stewart Boulevard Morningside Median #8 32 55 E055 ROW 1G Harn Boulevard, E of Stewart Boulevard Morningside Median #9 32 56 E056 ROW 1G Harn Boulevard, West of Moreland Drive Morningside Medians #10, 11, 12 including bulb- outs 32 57 E057 ROW 1G Harn Boulevard, between Moreland Drive and Dickenson Drive Morningside Medians #13, 14 including bulb-outs 32 58 E058 ROW 1G Harn Boulevard and Summerlin Drive Morningside Medians #15 including bulb- outs 32 59 E059 ROW 1G Intersection of Harn Boulevard and Summerlin Drive Morningside Medians - Roundabout 32 60 E060 ROW 1G Harn Boulevard and Summerlin Drive Morningside Medians #16 including bulb- outs 32 61 E061 ROW 1G Harn Boulevard between Progress Energy ROW and US 19 Morningside Medians #17 including bulb- outs 32 v. 7.2024 51 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 62 E062 ROW 1G Harn Boulevard between Progress Energy ROW and US 19 Morningside Medians #18 including bulb- outs 32 63 E063 ROW 1G Harn Boulevard between Progress Energy ROW and US 19 Morningside Medians #19 including bulb- outs 32 64 E064 ROW 1G Stewart Boulevard, immediately S of Harn Boulevard Morningside Median #20 including bulb- outs 32 65 E065 ROW 1G Stewart Boulevard, immediately N of Williams Drive Morningside Median #21 including bulb- outs 32 66 E066 ROW 1G Stewart Boulevard, between Williams Drive and Summerlin Drive Morningside Median #22 including bulb- outs 32 67 E067 ROW 1G Stewart Boulevard, between Summerlin Drive and Monte Carlo Drive Morningside Median #23 including bulb- outs 32 68 E068 ROW 1G Stewart Boulevard and Nursery road (excludes HOA LS bed) Morningside South Entrance Median #24 including bulb- outs 32 69 E069 ROW 1G 2276 Morningside Drive Morningside Median - Roundabout 32 70 E070 ROW 1G 1374 Williams Court Morningside Median - Roundabout 32 v. 7.2024 52 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 71 E071 ROW 1P Drew Street East of Bayview Avenue Drew Street Median #11 42 72 E072 ROW 1P Drew Street West of Bayview Avenue Drew Street Median #10 42 73 E073 ROW 1P East of Wellington Apartments Drew Street Median #9 42 74 E074 ROW 1P West of Wellington Apartments Drew Street Median #8 42 75 E075 ROW 1P West of Fairwood Avenue Drew Street Median #5 42 76 E076 ROW 3G W of Belcher Road, from Barber Drive to 3rd Street Druid Road Median #1 17 77 E077 ROW 3G First median W of 3rd Street, to Belcher Road Druid Road Median #2 17 78 E078 ROW 3G Second median W of 3rd Street, to Belcher Road Druid Road Median #3 17 79 E079 ROW 3G First median E of Belcher Road Druid Road Median #4 17 80 E080 ROW 1P 3035 Gulf-to- Bay Boulevard, W of Bayside Bridge Gulf-to-Bay Median #1 42 81 E081 ROW 1P Between Bypass Drive and Old Coachman Road Gulf-to-Bay Median #3 42 v. 7.2024 53 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 82 E082 ROW 1P Between Old Coachman Road and Kilmer Avenue Gulf-to-Bay Median #4 42 83 E083 ROW 1P Between Kilmer Avenue and 2nd Street Gulf-to-Bay Median #5 42 84 E084 ROW 1P Between 2nd Street and Fernwood Avenue Gulf-to-Bay Median #6 42 85 E085 ROW 1P Between Fernwood Avenue and Landry Avenue Gulf-to-Bay Median #7 42 86 E086 ROW 1P Between Landry Avenue and 1st Street Gulf-to-Bay Median #8 42 87 E087 ROW 1P Between 1st Street and Belcher Road Gulf-to-Bay Median #9 42 88 E088 ROW 1P Between Gunn Avenue and Mercury Lane Gulf-to-Bay Median #11 42 89 E089 ROW 1P Between Aurora Avenue and Comet Avenue Gulf-to-Bay Median #12 42 90 E090 ROW 1P Between Arcturas Avenue and Corona Avenue Gulf-to-Bay Median #13 42 91 E091 ROW 1P Between Crest Avenue and Skyview Avenue Gulf-to-Bay Median #14 42 92 E092 ROW 1P First median W of Hillcrest Avenue on Court Street Court Street Median #1 42 v. 7.2024 54 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 93 E093 ROW 1P First median E of Lincoln Avenue on Court Street Court Street Median #2 42 94 E094 ROW 1P Intersection of Lincoln Avenue and Court Street Court Street Median #3 42 95 E095 ROW 1P Between Missouri Avenue and Madison Avenue Court Street Median #4 42 96 E096 ROW 1P Intersection of Court Street and S Ewing Avenue Court Street Median #5 42 97 E097 ROW 1P Concrete median East of Hampton Road Drew Street Median #7 42 98 E098 ROW 1P Concrete median West of Hampton Road Drew Street Median #6 42 99 E099 ROW 1P West of Old Coachman Road Drew Street Median #1 42 100 E100 Gas 2P 2531 Nursery Road South Gate Station 28 101 E101 ROW 1P East of Old Coachman Road Drew Street Median #2 42 102 E102 ROW 1P West of US HWY 19 North of campus walk professional center Drew Street Median #3 42 103 E103 ROW 1P East of US HWY 19 North Drew Street Median #4 42 104 E104 ROW 1P West of McMullen Booth Road Drew Street Median #12 42 v. 7.2024 55 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 105 E105 ROW 3G 1001 Grantwood Avenue Wood Valley Median #8 17 106 E106 ROW 3G Fairwood Avenue S of the railroad tracks Wood Valley Median #9 17 107 E107 ROW 3G The curve of Edenwood Avenue and Melonwood Avenue Wood Valley Median #10 17 108 E108 Parks 1G 2935 Saint Croix Drive Sall's Lake 32 109 E109 Parks 1G 2152 Mckinney Street Terrace Lake 32 110 E110 Parks 1G E of US 19, S end of Owen Drive and W Virginia Lane Moccasin Lake Lot 32 111 E111 Parks 1G 3031 Hoyt Ave Hoyt Lot 32 112 E112 General Services 1P 1005 N Old Coachman Transfer Station 42 TOTAL ZONE 4 NORTHWEST Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 1 NW001 Marine and Avia. Hercules Avenue ROW, Gilbert/Airpark ROW to golf course entrance 2P Airpark ROW 28 2 NW002 Marine and Avia. 201 Seminole Street 1P Seminole Boat Ramp 42 3 NW003 Gen. Svcs. 1900 Grand Avenue 2P Fleet Administration 28 v. 7.2024 56 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 4 NW004 Gas 777 Maple Street 1P Gas Sales and Survey Office 42 5 NW005 Fire 1720 Overbrook Avenue 2P Station #51 (Overbrook) 28 6 NW006 Police 1310 N Martin Luther King Jr. Avenue 2P N Greenwood PD#1 28 7 NW007 Econ. Dev. 1050 N Martin Luther King Jr. Avenue 3P N Greenwood Parking Lot #2 18 8 NW008 Sewer 1881 Virginia Avenue 3P Lift Station #65 - Virginia 18 9 NW009 Sewer 1053 Sunset Point Road 3P Lift Station #1 - Sunset Point 18 10 NW010 Sewer 1351 Sunset Point Road 3P Lift Station #24 - Betty Lane 18 11 NW011 Sewer 810 N Osceola Avenue 3P Lift Station #12 18 12 NW012 Sewer 1500 N Myrtle Avenue 2P Myrtle Avenue 28 13 NW013 Storm 1730 Overbrook Avenue 3G 1730 Overbrook Avenue 17 14 NW014 Storm 1360 Sunset Point Road 3P Spring Branch 18 15 NW015 Storm 1310 Highland Ave between Overlea St and Pinebrook Dr 3P Highland Avenue Pond 18 16 NW016 Econ. Dev. 1532 Smallwood Circle 3G Smallwood 17 17 NW017 Storm 1490 Palmetto Street 2P NW corner of Highland Ave/Palmetto St; both side of RR tracks 28 v. 7.2024 57 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 18 NW018 Storm 1312 Palmetto Street 3P 1312 Palmetto - Vacant Lot 18 19 NW019 Storm 1850 West Drive 3P West Drive Pond 18 20 NW020 Storm 1164 LaSalle Street 3G 1164 Lasalle Street (storm water) 17 21 NW021 ROW W of Douglas Avenue, from Pinellas trail to 1160 Iva Street 3G Sedeeva Street 17 22 NW022 Vacant Lot 907 Metto Street vacant lot 3G 907 Metto Street 17 23 NW023 Econ. Dev. 802 Jurgens Street 3G 802 Jurgens Street 17 24 NW024 ROW NE Corner North Myrtle Avenue and Palm Bluff Street 3G Rails to Trails - Palm Bluff 17 25 NW025 Vacant Lot 1201 N Myrtle Avenue 3G 1201 N Myrtle Avenue 17 26 NW026 Econ. Dev. 1317 - 1323 MLK Jr. Avenue, NE Corner of MLK and Tangerine 3G Blue Chip Lot 17 27 NW027 Econ. Dev. 1415 Taft Avenue 3G 1415 Taft Avenue 17 28 NW028 Greenwood ROW 610 Carlton Street 3G Rails to Trails - Roosevelt Avenue 17 29 NW029 Greenwood ROW N side of Marshall Street, at intersection of Fulton Avenue 3G Fulton Avenue 17 v. 7.2024 58 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 30 NW030 ROW W of Osceola Avenue, W end of Georgia Street 3G Georgia Street End 17 31 NW031 Sewer 301 Eldridge Street 3G Lift Station #32 17 32 NW032 ROW W end of Cedar Street, W of Osceola Avenue 3G Cedar Street End 17 33 NW033 ROW W of Sunset Drive, W end of Spring Court Street 3G Spring Court Street End 17 34 NW034 ROW W of Osceola Avenue, W end of Palm Bluff Street 3G Palm Bluff Street End 17 35 NW035 ROW W of Sunset Drive, W end of Engman Street 3G Engman Street End 17 36 NW036 ROW W of Sunset Drive, W end of Marshall Street 3G Marshall Street End 17 37 NW037 ROW W of Sunset Drive, W end of Fairmont Street 3G Fairmont Street End 17 38 NW038 ROW W of Sunset Drive, W end of Sunburst Court 3G Sunburst Court Street End 17 39 NW039 ROW W of Sunset Drive, W end of Princess Street 3G Princess Street End 17 40 NW040 ROW Includes cul- de-sac median on the E end of Venetian Point Drive 2G Venetian Point Drive Medians (3) 24 v. 7.2024 59 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 41 NW041 ROW N and S side of Sunburst Court from N Ft. Harrison, W to Wall 2G Sunburst Court 24 42 NW042 Greenwood ROW Intersection MLK Jr Avenue and Jones Street, E side 3G MLK Jr Avenue/Jones Street End 17 43 NW043 Greenwood ROW Intersection MLK Jr Avenue and Hart Street, E side 3G MLK Jr Avenue/Hart Street End 17 44 NW044 Greenwood ROW Intersection MLK Jr Avenue and Jackson Road, W side 3G MLK Jr Avenue/ Jackson Road End 17 45 NW045 Greenwood ROW E side of MLK Jr Avenue at railroad crossing 3G MLK and Railroad 17 46 NW046 Greenwood ROW S of Seminole Street 2G MLK Streetscape - Median #1 (800) 24 47 NW047 Greenwood ROW First median N of Seminole Street 2G MLK Streetscape - Median #2 (900) 24 48 NW048 Greenwood ROW First median S of Palmetto Street 2G MLK Streetscape - Median #3 (905) 24 49 NW049 Greenwood ROW Intersection of Palmetto Street and MLK Jr. Avenue 2G MLK Streetscape - Median #4 RAB 24 50 NW050 Greenwood ROW N of Palmetto Street 2G MLK Streetscape - Median #5 (1002) 24 51 NW051 Greenwood ROW N of Metto Street 2G MLK Streetscape - Median #6 (1004) 24 52 NW052 Greenwood ROW S of Palm Bluff Street 2G MLK Streetscape - Median # 7 (1022) 24 v. 7.2024 60 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 53 NW053 Greenwood ROW N of La Salle Street 2G MLK Streetscape - Median # 8 (1200) 24 54 NW054 Greenwood ROW N of Engman Street 2G MLK Streetscape - Median #9 (1304) 24 55 NW055 Greenwood ROW N of Tangerine Street 2G MLK Streetscape - Median #10 (1319) 24 56 NW056 Greenwood ROW S of Grant Street 2G MLK Streetscape - Median #11 (1405) 24 57 NW057 Greenwood ROW N of Grant Street 2G MLK Streetscape - Median #12 (1500) 24 58 NW058 Greenwood ROW N of Marshall Street 2G MLK Streetscape - Median #13 (1600) 24 59 NW059 Greenwood ROW Between E Beckett Street and W Beckett Street 2G MLK Streetscape - Median #14 (1606) 24 60 NW060 Greenwood ROW First median N of W Beckett Street 2G MLK Streetscape - Median #15 (1625) 24 61 NW061 Greenwood ROW First median S of Fairmont Street 2G MLK Streetscape - Median #16 (1631) 24 62 NW062 Greenwood ROW SW corner of Fairmont Street and MLK Jr Avenue 2G MLK Streetscape - MLK/Fairmont Gateway 24 63 NW063 Greenwood ROW W of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #14 24 64 NW064 Greenwood ROW E of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #13 24 65 NW065 Greenwood ROW E of Pinellas Trail at Fulton Avenue 2G Fairmont Street Median #15 24 v. 7.2024 61 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 66 NW066 Greenwood ROW Triangle at Marshall Street and Fulton Avenue 2G Marshall Street Median 24 67 NW067 Greenwood ROW Intersection at Fulton Avenue and Marshall Street 2G Fairmont Street Median #12 24 68 NW068 Greenwood ROW N of intersection at Fulton Avenue and Marshall Street 2G Fairmont Street Median #11 24 69 NW069 Greenwood ROW S of intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #10 24 70 NW070 Greenwood ROW Intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #9 - RAB at Fulton Avenue 24 71 NW071 Greenwood ROW E of intersection at Fulton Avenue and Fairmont Street 2G Fairmont Street Median #8 24 72 NW072 Greenwood ROW W of intersection at MLK Jr Avenue at Fairmont Street 2G Fairmont Street Median #7 24 73 NW073 Greenwood ROW W of intersetion at N Washington Avenue at Fairmont Street 2G Fairmont Street Median #5 24 v. 7.2024 62 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 74 NW074 Greenwood ROW E of intersection at N Washington Avenue at Fairmont Street 2G Fairmont Street Median #4 24 75 NW075 Greenwood ROW 2nd median W of intersection at Fairmont St and N Madison Ave 2G Fairmont Street Median #3 24 76 NW076 Greenwood ROW W of intersection at Fairmont Street and N Madison Avenue 2G Fairmont Street Median #2 24 77 NW077 Greenwood ROW Intersection of Douglas Ave and Harbor Dr 2G ROW Median 24 78 NW078 Greenwood ROW E of Intersection at Fairmont Street and Harbor Drive 2G Fairmont Street Median #1 24 79 NW079 ROW E and W side of Douglas Avenue, S of Overbrook Avenue 2G Douglas Avenue 24 80 NW080 Greenwood ROW E of intersection at MLK Jr Avenue and Palmetto Street 2G Palmetto Street - Median #15 24 81 NW081 Greenwood ROW 2nd W of intersection at Phillies Drive and Palmetto Street 2G Palmetto Street - Median #14 24 82 NW082 Greenwood ROW W of intersection at Phillies Drive and Palmetto Street 2G Palmetto Street - Median #13 24 v. 7.2024 63 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 83 NW083 Greenwood ROW W of intersection at West Avenue and Palmetto Street 2G Palmetto Street - Median #12 24 84 NW084 Greenwood ROW W of intersection at N Madison Avenue and Palmetto Street 2G Palmetto Street - Median #11 24 85 NW085 Greenwood ROW E of intersection at N Madison Avenue and Palmetto Street 2G Palmetto Street - Median #10 24 86 NW086 Greenwood ROW 2nd W of intersection at N Missouri Avenue and Palmetto Street 2G Palmetto Street - Median #9 24 87 NW087 Greenwood ROW W of intersection at N Missouri Avenue and Palmetto Street 2G Palmetto Street - Median #8 24 88 NW088 Greenwood ROW 5th W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #7 24 89 NW089 Greenwood ROW 4th W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #6 24 90 NW090 Greenwood ROW 3rd W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #5 24 v. 7.2024 64 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 91 NW091 Greenwood ROW 2nd W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #4 24 92 NW092 Greenwood ROW W of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #3 24 93 NW093 Greenwood ROW E of intersection at Holt Avenue and Palmetto Street 2G Palmetto Street - Median #2 24 94 NW094 Greenwood ROW E of intersection at Fairburn Avenue and Palmetto Street 2G Palmetto Street - Median #1 24 95 NW095 Greenwood ROW NW corner of intersection at Betty Lane and Palmetto Street 2G Palmetto Street and Betty Lane Gateway 24 96 NW096 Greenwood ROW S of intersection at Betty Lane and LaSalle Street 2G N Betty Lane - Median #2 24 97 NW097 Greenwood ROW N of intersection at Betty Lane and LaSalle Street 2G N Betty Lane - Median #1 24 98 NW098 ROW S of Eldridge at railroad, off Betty Lane 3G N Jefferson Street End 17 99 NW099 ROW W side of Betty Lane at railroad crossing 3G Betty Lane and Railroad 17 v. 7.2024 65 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 100 NW100 ROW Cul-de-sac median at E end of Sunnydale Drive 3G Sunnydale Drive 17 101 NW101 ROW Triangle at Idlewild Drive and Oakdale Way 3G Idlewild/Oakdale Median 17 102 NW102 ROW Triangle median at Woodlawn Terrace and Oakdale Way 3G Woodlawn/Oakdale Median 17 103 NW103 ROW Triangle at Idlewild Drive and Pinecrest Way 3G Idlewild/Pinecrest Median 17 104 NW104 ROW Triangle median at Woodlawn Terrace and Pinecrest Way 3G Woodlawn/Pinecrest Median 17 105 NW105 ROW Cul-de-sac median 3G Byram Drive Median 17 106 NW106 ROW Cul-de-sac median E end of Erin Lane 3G Erin Lane Median 17 107 NW107 ROW At Joel Lane, W off Highland Avenue and Carlos Avenue 3G Carlos Avenue Median 17 108 NW108 ROW W of Highland Avenue on Joel Lane 3G Joel Lane Median 17 109 NW109 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue median 1 17 v. 7.2024 66 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 110 NW110 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue median 2 17 111 NW111 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue median 3 17 112 NW112 ROW Maple Street N to golf course, including N of Mariva to fence 3G Mariva Avenue dead-end 17 113 NW113 ROW NW side of Flagler Drive from Highland to Keene along RR Tracks 3G Flagler Drive 17 114 NW114 ROW Triangle lot W of 1556 Scott Street, at Scott St and Flagler Dr 3G Flagler Drive and Scott Street Property 17 115 NW115 ROW Intersection of Baker Avenue and Casler Avenue 2G Grandview: Baker Circle 24 116 NW116 ROW Ridgewood Street and Richards Avenue 2G Grandview: Ridgewood Roundabout 1 24 117 NW117 ROW Ridgewood Street and Baker Avenue 2G Grandview: Ridgewood Roundabout 2 24 118 NW118 ROW Ridgewood Street and Casler Avenue 2G Grandview: Ridgewood Roundabout 3 24 v. 7.2024 67 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 119 NW119 ROW Intersection of Casler Avenue and Palmetto Street 2G Grandview: Palmetto Circle 24 120 NW120 ROW Intersection of Palmetto Street and Amble Lane 3G Amble Lane Median 17 121 NW121 ROW On Cincinnati Parkway, from Harding St. N to Mckinley St. 3G Cincinnati Parkway Median #1 17 122 NW122 ROW On Cinicinnati Parkway, from McKinley St. N to Gilbert St. 3G Cincinnati Parkway Median #2 17 123 NW123 ROW 1704 N Highland Ave 2G Greenlea-Otten Traffic Calming 24 124 NW124 ROW 1548-1572 Linwood Dr 2G Greenlea-Otten Traffic Calming 24 125 NW125 ROW Intersection of Linwood Dr and Palmelia Dr 2G Greenlea-Otten Traffic Calming 24 126 NW126 ROW Intersection of Linwood Dr and Sharondale Dr 2G Greenlea-Otten Traffic Calming 24 127 NW127 ROW Intersection of Linwood Dr and Murray Avenue 2G Greenlea-Otten Traffic Calming 24 128 NW128 ROW Intersection of Otten Street and Weston Drive 2G Greenlea-Otten Traffic Calming 24 129 NW129 ROW 1471 Otten Street 2G Greenlea-Otten Traffic Calming 24 v. 7.2024 68 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 130 NW130 ROW Intersection of Greenlea Drive and Sharondale Drive 2G Greenlea-Otten Traffic Calming 24 131 NW131 ROW Intersection of Greenlea Drive and Ridgeway Drive 2G Greenlea-Otten Traffic Calming 24 132 NW132 ROW Intersection of Greenlea Drive and Murray Avenue 2G Greenlea-Otten Traffic Calming 24 133 NW133 ROW 1730 Greenlea Dr 2G Greenlea-Otten Traffic Calming 24 134 NW134 ROW 1776 Greenlea Dr 2G Greenlea-Otten Traffic Calming 24 135 NW135 ROW 1836 Ridgeway Dr 2G Greenlea-Otten Traffic Calming 24 136 NW136 ROW 1882 Ridgeway Dr 2G Greenlea-Otten Traffic Calming 24 137 NW137 ROW 1814 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 138 NW138 ROW 1836 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 139 NW139 ROW 1858 Greenhill Dr 2G Greenlea-Otten Traffic Calming 24 140 NW140 ROW 1721 Prince Philip Street 2G Greenlea-Otten Traffic Calming 24 141 NW141 ROW 1779 Prince Philip Street 2G Greenlea-Otten Traffic Calming 24 142 NW142 ROW 1724 Thames Street 2G Greenlea-Otten Traffic Calming 24 143 NW143 ROW 1766 Thames Street 2G Greenlea-Otten Traffic Calming 24 144 NW144 ROW 1739 Townsend Street 2G Greenlea-Otten Traffic Calming 24 v. 7.2024 69 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 145 NW145 ROW 1767 Townsend Street 2G Greenlea-Otten Traffic Calming 24 146 NW146 Removed Property Removed Removed Intentionally Left Blank- Property Removed 0 147 NW147 ROW Windsor Gate E , West of Keene Road 1G Windsor Gate East Median 32 148 NW148 Gas 1010 North Hercules Avenue 2P North Gas Station 28 149 NW149 Sewer 1818 North Washington 3P Lift Station #2 18 150 NW150 Econ. Dev. 900 North Ft. Harrison Avenue 2P North Ward School 28 151 NW151 ROW W of Sunset Drive, W end of LeBeau Street 3G LeBeau Street end 17 152 NW152 ROW W of Sunset Drive, W end of Pleasant Street 3G Pleasant Street end 17 153 NW153 Storm 1740 Weston Drive 3P Kings Highway Pond 18 154 NW154 Econ. Dev. 1313 N. Martin Luther King Jr. Ave 3P 1313 N Martin Luther King Jr. Ave 18 155 NW155 Econ. Dev. 1006 Grant Street 3P 1006 Grant St 18 156 NW156 Econ. Dev. 1007 Marshall Street 3P 1007 Marshall St 18 157 NW157 Econ. Dev. 1004 Grant Street 3P 1005 Marshall St 18 158 NW158 Econ. Dev. 1002 Grant Street 3P 1002 Grant St 18 159 NW159 Sewer 1119 N Betty Ln 3P Lift Station #3 18 v. 7.2024 70 Line Item Location Number Type Property Service Level Location Description Annual Service Quantity Per Service Cost No Bid 160 NW160 Parks 1301 N Betty Lane 1G Betty Lane Park 32 161 NW161 Parks 1971 N Betty Lane 1G State Street Park 32 162 NW162 Parks 440 Baker Avenue 1G Lake Hobart 32 163 NW163 Parks 1430 Maple Street 1G Hillcrest 32 164 NW164 Parks E of Glenwood Avenue, between Drew Street and Ridgewood Street 1G Ridgewood Street Property 32 165 NW165 Parks 800 N Martin Uther King Jr Ave 1G N Greenwood Library/Walter C. Campbell Sr Park 32 166 NW166 Econ. Dev. 900 Palmetto Ave 3G 900 Palmetto Ave 17 167 NW167 Econ. Dev. 1325 N MLK Jr. Ave 3G 1329 N MLK Jr. Ave 17 168 NW168 Econ. Dev. 1329 N MLK Jr. Ave 3G 1105 Carlton St 17 169 NW169 Econ. Dev. 400 N Myrtle Ave 1G 400 N Myrtle Ave 32 170 NW170 Econ. Dev. Corner of Cleveland St and MLK Jr. Ave 3G Nolan Parking Lot MLK/Cleveland - SW Corner 17 171 NW171 Parking 115 S. Osceola Ave 1G Peace Memorial Lot 32 172 NW172 Stormwater 1838 Pineland Dr 3G 1838 Pineland Dr 17 ZONE 5 SOUTHWEST v. 7.2024 71 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 SW001 Storm 3P 100 S Arcturas Avenue, N of Gulf-to- Bay Arcturas Avenue 18 2 SW002 Storm 3P W side of Arcturas Avenue, N of Druid Road by bridge Clearwater High Dtich 18 3 SW003 Storm 3P 1865 Druid Road Druid Ditch Lot and ROW 18 4 SW004 Storm 3P South side of Belleair Ave, between Evergreen Ave and Montery Dr Hillcrest ROW 18 5 SW005 Storm 3P Stevensons Creek at South Hillcrest Ave South of Jeffords Street, North of Browning St 18 6 SW006 Storm 3P Stevensons Creek at 1364 Jeffords Street Jeffords Street Pond 18 7 SW007 Storm 3P 1400-1449 block of Jeffords Street, East of S. Hillcrest Ave LS-19 and Jeffords St. Median/Swale 18 8 SW008 Storm 3P 1450-1469 block of Jeffords Street, San Remo Ave to Oakview Ave Jeffords Street Median/Swale 18 v. 7.2024 72 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 9 SW009 Storm 3P 1470-1499 block of Jeffords Street, Oakview Ave to Highland Ave Jeffords Street Median/Swale 18 10 SW010 Storm 3P 530 Turner Street to 531 Chestnut Street Roger Street Ditch 18 11 SW011 Storm 2P 601 Spencer Avenue / 600 S Duncan Avenue Spencer/Duncan Avenue Ponds 28 12 SW012 ROW 3G NW corner of Pierce St and S Lady Mary Dr Grass area on the West side of Stevenson's Creek 17 13 SW013 Storm 3P 1339 Park St, North portion of the CHIP shelter site Ditch lot, E of Stevenson's Creek, N of Park St to Cleveland St 18 14 SW014 Econ. Dev. 3P 1344 Cleveland City owned lot, N of Cleveland St, E of Stevenson's Creek 18 15 SW015 ROW 3G End of E-W alley, One block N of Cleveland St, W of N Evergreen Ave W end of alley (ending at Stevenson's Creek) 17 16 SW016 Storm 3P Corner of Tangerine by lake, E of lake along Lake Avenue Lake Drive ROW 18 v. 7.2024 73 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 17 SW017 ROW 2G 1.5 blocks N of Druid Road, 1 block W of keene Road Florida Ave - Keene Rd - area NORTH OF PINELLAS COUNTY POND 24 18 SW018 Econ. Dev. 3P 1250-1274 Cleveland Street Economy Inn Lot 18 19 SW019 Econ. Dev. 3P 1359 Cleveland Street Carpro Property 18 20 SW020 Econ. Dev. 3P 1356 Park Street Park St Vacant Lot 18 21 SW021 PD 3P 14 S Evergreen Avenue Evergreen Lot 18 22 SW022 PD 3P 1498 S Martin Luther King Jr Avenue S MLK Jr PD Sub Station 18 23 SW023 Fire 3P 1450 Lakeview Road Safety Village 18 24 SW024 Fire 3P 1460 Lakeview Road Station #47 (Lakeview) 18 25 SW025 Sewer 3P N of Bellair Road, between Keene and Belcher Lift Station #40 - Belleair Road 18 26 SW026 Parks 3G 1370 Pomelo Ave South of Dempsey St, North of Woodland St, West of CSX RR 17 27 SW027 Storm 3P 1500-1549 block of South Myrtle Ave South of Woodland St, North of Howard St, West of CSX RR 18 28 SW028 Storm 3P 800 block of Howard St South of Howard st, North of Belleair Rd, West of CSX RR 18 v. 7.2024 74 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 29 SW029 Econ. Dev. 3P 1454 S Martin Luther King Jr Avenue 1454 S MLK Jr Avenue - Vacant Lot 18 30 SW030 Storm 3G 800 Mark Drive 800 Mark Drive - Vacant Lot 17 31 SW031 Gen. Svc. 3G 1380 Friend Avenue Gates Lake 17 32 SW032 ROW 2G Cleveland Street, 1st median E of Glenwood Avenue Cleveland Street Median #14 24 33 SW033 ROW 2G Cleveland Street, 2nd median E of Glenwood Avenue Cleveland Street Median #13 24 34 SW034 ROW 2G Intersection of Cleveland Street and Crest Avenue Cleveland Street Median #12 24 35 SW035 ROW 2G Intersection of Cleveland Street and Lake Drive Cleveland Street Median #11 - RAB 24 36 SW036 ROW 2G Cleveland Street between Duncan Avenue and Keystone Drive Cleveland Street Median #10 24 37 SW037 ROW 2G Cleveland Street, E of Duncan Avenue Cleveland Street Median #9 24 v. 7.2024 75 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 38 SW038 ROW 2G Cleveland Street, W of Saturn Avenue Cleveland Street Median #8 24 39 SW039 ROW 2G Intersection of Cleveland Street and Saturn Avenue Cleveland Street Median #7 - RAB 24 40 SW040 ROW 2G Intersection of Cleveland Street and Corona Avenue Cleveland Street Median #6 - RAB 24 41 SW041 ROW 2G Cleveland Street, E of Corona Avenue Cleveland Street Median #5 24 42 SW042 ROW 2G Cleveland Street between N Meteor Avenue and Acturas Avenue Cleveland Street Median #4 24 43 SW043 ROW 2G Cleveland Street between N Meteor Avenue nd N Comet Avenue Cleveland Street Median #3 24 44 SW044 ROW 2G Intersection of Cleveland Street and Aurora Avenue Cleveland Street Median #2 - RAB 24 45 SW045 ROW 2G Cleveland Street between Neptune Avenue and Starcrest Drive Cleveland Street Median #1 24 v. 7.2024 76 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 46 SW046 ROW 2G N Glenwood Avenue between Grove Street and Drew Street N Glenwood Avenue Median including bulb-outs 24 47 SW047 ROW 2G Intersection of S Glenwood Avenue and Franklin Street S Glenwood Avenue - RAB 24 48 SW048 ROW 2G N Crest Avenue between Grove Street and Drew Street N Crest Avenue Median including bulb-outs 24 49 SW049 ROW 2G Intersection of Lake Drive and Grove Street N Lake Drive - RAB 24 50 SW050 ROW 2G Lake Drive N of Harvard Street S Lake Drive - Median #3 24 51 SW051 ROW 2G Lake Drive S of Harvard Street S Lake Drive - Median #2 24 52 SW052 ROW 2G Lake Drive N of Dartmouth Street S Lake Drive - Median #1 24 53 SW053 ROW 2G Lake Drive, N of Rainbow Drive Rainbow Drive/ S Lake Drive Median #2 24 54 SW054 ROW 2G Lake Drive, S of Rainbow Drive Rainbow Drive/ S Lake Drive Median #1 24 v. 7.2024 77 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 55 SW055 ROW 2G N Keystone Drive between Grove Street and Drew Street N Keystone Drive Median 24 56 SW056 ROW 2G Intersection of Rainbow Drive and S Keystone Drive Rainbow Drive/S Keystone Drive 24 57 SW057 ROW 2G N Duncan Avenue between Cleveland Street and Drew Street N Duncan Avenue Median 24 58 SW058 ROW 2G Intersection of Rainbow Drive and S Duncan Avenue Rainbow Drive/S Duncan Avenue - RAB 24 59 SW059 ROW 2G N Jupiter Avenue between Cleveland Street and Drew Street N Jupiter Avenue Median including bulb-outs 24 60 SW060 ROW 2G S Jupiter Avenue between Cleveland Street and Rainbow Drive S Jupiter Avenue Median 24 61 SW061 ROW 2G N Saturn Avenue between Cleveland Street and Drew Street N Saturn Avenue Median including bulb-outs 24 v. 7.2024 78 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 62 SW062 ROW 2G S Saturn Avenue just S of Cleveland Street S Saturn Avenue Median #2 including bulb-outs 24 63 SW063 ROW 2G S Saturn Avenue just N of Rainbow Drive S Saturn Avenue Median #1 including bulb-outs 24 64 SW064 ROW 2G N Mars Avenue between Cleveland Street and Drew Street N Mars Avenue Median including bulb-outs 24 65 SW065 ROW 3G SE corner of Drew Street and Mars Avenue Mars Avenue East Shoulder 17 66 SW066 ROW 2G S Mars Avenue between Cleveland Street and Rainbow Drive S Mars Avenue Median including bulb-outs 24 67 SW067 ROW 2G S Corona Avenue between Cleveland Street and Rainbow Drive S Corona Avenue Median including bulb-outs 24 68 SW068 ROW 2G N Arcturas Avenue between Cleveland Street and Drew Street N Arcturas Avenue Median including bulb-outs 24 v. 7.2024 79 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 69 SW069 ROW 2G S Arcturas Avenue between Cleveland Street and Rainbow Drive S Arcturas Avenue Median including bulb-outs 24 70 SW070 ROW 2G Intersection of Rainbow Drive and Arcturas Avenue Rainbow Drive/S Arcturas Avenue - RAB 24 71 SW071 ROW 2G N Meteor Avenue between Cleveland Street and Drew Street N Meteor Avenue Median including bulb-outs 24 72 SW072 ROW 2G S Meteor Avenue between Cleveland Street and Rainbow Drive S Meteor Avenue Median including bulb-outs 24 73 SW073 ROW 2G N Comet Avenue between Cleveland Street and Drew Street N Comet Avenue Median including bulb-outs 24 74 SW074 ROW 2G S Comet Avenue between Cleveland Street and Rainbow Drive S Comet Avenue Median including bulb-outs 24 75 SW075 ROW 2G Intersection of Rainbow Drive and Comet Avenue Rainbow Drive/S Comet Avenue - RAB 24 v. 7.2024 80 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 76 SW076 ROW 2G N Aurora Avenue, just S of Drew Street N Aurora Avenue Median #2 including bulb-outs 24 77 SW077 ROW 2G N Aurora Avenue, just N of Cleveland Street N Aurora Avenue Median #1 including bulb-outs 24 78 SW078 ROW 2G S Aurora Avenue between Cleveland Street and Rainbow Drive S Aurora Avenue Median including bulb-outs 24 79 SW079 ROW 2G N Cirus Avenue between Cleveland Street and Drew Street N Cirus Avenue Median including bulb-outs 24 80 SW080 ROW 2G S Cirus Avenue between Cleveland Street and Rainbow Drive S Cirus Avenue Median including bulb-outs 24 81 SW081 ROW 2G N Nimbus Avenue between Cleveland Street and Drew Street N Nimbus Avenue Median including bulb-outs 24 82 SW082 ROW 2G S Nimbus Avenue between Rainbow Drive and Cleveland Street S Nimbus Avenue Median #2 including bulb-outs 24 v. 7.2024 81 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 83 SW083 ROW 2G S Nimbus Avenue between Gulf to Bay Blvd and Rainbow Dr. S Nimbus Avenue Median #1 including bulb-outs 24 84 SW084 ROW 3G E end of E Street, S of Lakeview, E of Ft Harrison Avenue E Street End 17 85 SW085 ROW 3G Intersection of McLennan Street and Hamlet Avenue McLennan Street / Hamlet Avenue Roundabout 17 86 SW086 ROW 3G S of Mclennan St to Belleview Blvd, dirt road S to Woodlawn 1st Avenue 17 87 SW087 ROW 3G Triangle at NE of Myrtle Ave and Howard St, W of RR tracks Howard Street Triangle Median 17 88 SW088 ROW 3G Triangle at NE of Myrtle Ave and Howard St, W of RR tracks Howard Street Triangle Median 17 89 SW089 ROW 3G Along N side of cemetary from Myrtle Avenue to Friend Avenue Tuskawilla Street 17 v. 7.2024 82 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 90 SW090 ROW 3G Ewing Ave to Dempsey Street Ewing Ave - Median #1 (S of Lakeview Rd) 17 91 SW091 ROW 3G Dempsey Street Dempsey Street - Median (W of Ewing Ave) 17 92 SW092 ROW 3G Between Druid Road and Jasmine Way, half block E of Missouri Ave Druid Road/Jasmine Way Alleu 17 93 SW093 ROW 2G 1 block N of Druid Road, 2 blocks W of Keene Road Phoenix and Turner RAB 24 94 SW094 ROW 2G 1 block N of Druid Road, 1 block west of Keene Road Florida and Turner RAB 24 95 SW095 ROW 3G Off Betty Lane, N of Belleair Road Betty Court Median 17 96 SW096 ROW 3G N of Belleair Road, just W of Highalnd Avenue Eunice Lane Median 17 97 SW097 ROW 2G 1301 Boylan Avenue Intersection of Boylan Ave and Lakeview Rd 24 98 SW098 ROW 2G 1337 Boylan Avenue Boylan Ave North Median 24 99 SW099 ROW 2G 1401 Boylan Avenue Boylan Ave South Median 24 v. 7.2024 83 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 100 SW100 ROW 2G 1256 Bellevue Boulevard Bellevue/Prescott 24 101 SW101 ROW 2G 1568 S Prescott Avenue Prescott Ave bulb- outs 24 102 SW102 ROW 2G 1301 S Betty Lane Intersection of S Betty Ln and Lakeview Rd 24 103 SW103 ROW 2G 1352-1360 S Betty Lane S Betty Lane bulb- outs 24 104 SW104 ROW 2G 1544 and 1548 S Betty Lane S Betty Lane medians #1 and #2 24 105 SW105 ROW 2G 1575 S Betty Lane S Betty Lane/Belleair 24 106 SW106 ROW 2G RAB at Intersection of St. Thomas Dr and Fredrica Ave St Thomas/Fredrica 24 107 SW107 ROW 2G 1301 S Evergreen Avenue Intersection of S Evergreen Ave and Lakeview Rd 24 108 SW108 ROW 2G 1337-1340 S Evergreen Avenue S Evergreen Avenue bulb-outs 24 109 SW109 ROW 2G RAB at Intersection of S Evergreen Ave and Campbell Ct. S Evergreen/Campbell #1 24 110 SW110 ROW 2G 1401 S Evergreen Ave S Evergreen/Campbell #2 24 111 SW111 ROW 2G 1409 S Evergreen Avenue S Evergreen/Campbell #3 24 v. 7.2024 84 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 112 SW112 ROW 2G 1413 S Evergreen Avenue S Evergreen/Campbell #4 24 113 SW113 ROW 2G RAB at Intersection of S Evergreen Ave and Bellevue Blvd Bellevue/S Evergreen 24 114 SW114 ROW 2G RAB at Intersection of St. Thomas Dr and Evergreen Ave St Thomas/Evergreen 24 115 SW115 ROW 2G 1300 S Hillcrest Avenue Lakeview/Hillcrest median #1 24 116 SW116 ROW 2G 1312 S Hillcrest Avenue Lakeview/Hillcrest median #2 24 117 SW117 ROW 2G 1318 S Hillcrest Avenue Lakeview/Hillcrest median #3 24 118 SW118 ROW 2G RAB at Intersection of S Hillcrest Ave and Satsuma St S Hillcrest/Satsuma St 24 119 SW119 ROW 2G RAB at Intersection of S Hillcrest Ave and Orange St S Hillcrest/Orange St 24 120 SW120 ROW 2G RAB at Intersection of S Hillcrest Ave and Lime St S Hillcrest/Lime St 24 v. 7.2024 85 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 121 SW121 ROW 2G RAB at Intersection of S Hillcrest Ave and Temple St S Hillcrest/Temple St 24 122 SW122 ROW 2G RAB at Intersection of S Hillcrest Ave and Bellevue Blvd Bellevue/S Hillcrest 24 123 SW123 ROW 2G RAB at Intersection of St. Thomas Dr and Hillcrest Ave St Thomas/Hillcrest 24 124 SW124 ROW 2G 1524 S Hillcrest Ave S Hillcrest #1 24 125 SW125 ROW 2G 1542 S Hillcrest Ave S Hillcrest #3 24 126 SW126 ROW 1G Median between Belleair Road and Bayview Drive Missouri Ave Median #12 32 127 SW127 ROW 1G Median between Howard Street and Belleair Road Missouri Ave Median #11 32 128 SW128 ROW 1G Median between Woodlawn Street and Howard Street Missouri Ave Median #10 32 v. 7.2024 86 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 129 SW129 ROW 1G Median between Belleview Boulevard and Woodlawn Street Missouri Ave Median #9 32 130 SW130 Econ. Dev. 3P 1247 Grove Street 1247 Grove St/house 18 131 SW131 ROW 1G Median between Queen Street and Kingsley Street Missouri Ave Median #8 32 132 SW132 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #7 32 133 SW133 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #6 32 134 SW134 ROW 1G Median between Lakeview Road and Kingsley Street Missouri Ave Median #5 32 135 SW135 ROW 1G Median between Jeffords Street and Lakeview Road Missouri Ave Median #4 32 136 SW136 ROW 1G Median between Lotus Path and Jeffords Street Missouri Ave Median #3 32 v. 7.2024 87 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 137 SW137 ROW 1G Median between Druid Road and Magnolia Drive Missouri Ave Median #2 32 138 SW138 ROW 1G Median between Roger Street and Druid Road Missouri Ave Median #1 32 139 SW139 Fire 1P 677 Hercules Ave Future site FD 47 42 140 SW140 Econ. Dev. 3P 801 Howard St Howard Street at RR Tracks 18 141 SW141 Sewer 3P 205 Jeffords St Lift Station #7 18 142 SW142 Parks 1G 3 Turner Street Turner Street Dock 32 143 SW143 Parks 1G N of Belleair Road, E of Betty Lane Ann Circle Median 32 144 SW144 Parks 3G 799 Lakeview Rd Vacant Lot between Lakeview Rd and Dempsey St 17 TOTAL ZONE 6 BALLFIELDS Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 1 BF001 Parks 1G 2642 Sabal Springs Dr., N of SR 580 just off of C'side Blvd. Countryside Community Park 32 2 BF002 Parks 1G 2780 Drew St. Eddie C. Moore 8-9 32 v. 7.2024 88 Line Item Location Number Type Service Level Property Location Description Annual Service Quantity Per Service Cost Total No Bid 3 BF003 Parks 1G 2994 Drew St. Eddie C. Moore 5-7 32 4 BF004 Parks 1G 3050 Drew St., corner of McMullen Booth Rd. Eddie C. Moore 1-4 32 5 BF005 Parks 1G 1967 N. Hercules Ave. Frank Tack Park 32 6 BF006 Parks 1G 714 N. Saturn Ave. Sid Lickton Park 32 7 BF007 Parks 1G 3060 McMullen Booth Rd Countryside Sports Plex 32 TOTAL 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 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No v. 7.2024 89 *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. 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 v. 7.2024 90 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. 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). v. 7.2024 91 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 https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 10 Upload a valid Florida Department of Agriculture Pesticide Applicator License * *Response required 11 Upload Full-time personnel listing with required information from solicitaion.* *Response required 12 Upload equipment list.* *Response required v. 7.2024 92 1) Average Joe Landscape 2) Botanical Dimensions Inc. 9820 Sunbeam Dr.PO Box 13257 Newport Richey, FL 34654 Tampa, FL 33681 N/A 813-831-6689 3) J&J Diversified, LLC 4) MMM Property Maintenance and Lawn Ca dba Diversified Landscape Maintenance 10505 Osceola Dr PO Box 1883 New Port Richey, FL 34654 Pinellas Park, FL 33780 305-942-4238 850-509-4800 5) Superior Landscaping & Lawn Service Inc 6) Yellowstone Landscape 2200 NW 23rd Ave 9506 N. Trask St. Miami, FL 33142 Tampa, FL 33624 N/A 813-545-5706 ADVERTISED: TAMPA BAY TIMES 7/2/2025 POSTED:myclearwater.com 06/27/2025 - 07/28/2025 FOR THE CITY OF CLEARWATER Due/Opening: July 28, 2025; 10:00 a.m. INVITATION TO BID No. 42-25 Landscaping Maintenance Services Solicitation Response Listing August 20, 2025 NOTICE OF INTENT TO AWARD-REVISED Parks and Recreation Department and the Procurement Division recommend award of ITB No.42-25, Landscape Maintenance Services, to the following vendors representing the lowest and most responsible bidders, in accordance with the bid specifications, in the estimated annual amount $661,324.00, for a period of one (1) year, with three (3), one (1) year renewal options. Average Joe Landscape • Primary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest • Secondary Award: Zone 1 West Botanical Dimensions Inc. • Secondary Award: Zone 6 Ballfields J&J Diversified, LLC dba Diversified Landscape Maintenance • Primary Award: Zone 1 West and Zone 2 Countryside • Secondary Award: Zone 3 East, Zone 4 Northwest and Zone 5 Southwest MMM Property Maintenance and Lawn Care LLC. • Primary Award: Zone 6 Ballfields • Secondary Award: Zone 2 Countryside This Award recommendation will be considered by the City Council at the September 4, 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 at (727) 444-8510, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Krissie Cook Krissie Cook Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0826 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Approve a one-year Agreement with Juvenile Welfare Board (JWB) and the City of Clearwater for funding youth programs, approve a first quarter budget amendment of $569,723 in special program G2107, JWB Youth Programming, and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 2000, the City has received annual funding from the JWB Children’s Services Council to provide after school and summer programming for youth in Clearwater. Once again, the City has been awarded funding for youth programming for Fiscal Year 2025/2026 from JWB. The funding provides the “Charting the Course for Youth” program for 213 children at the North Greenwood and Ross Norton recreation facilities throughout the year. “Charting the Course for Youth” is a program designed to incorporate exercise and nutrition-based activities in an after school and summer camp setting, to improve academic success, encourage healthy lifestyle choices, improve social skills, increase athletic abilities, and develop leadership skills of the participants. The program serves school-aged children at the Ross Norton and North Greenwood Recreation Complexes. This grant also provides funding for swim instructors for the city’s Water Safety Program which provides free swim lessons during P.E. time at McMullen Booth, Eisenhower, Skycrest, and Belleair Elementary Schools. There is no requirement to continue the program when the grant ends. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will provide an increase of $569,723 in other governmental revenue in G2107, JWB Youth Programming, to account for both revenues and expenditures for this agreement. STRATEGIC PRIORITIES: Approval of the Agreement supports multiple Strategic Plan Objectives, including: 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. 2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. 2.5: Facilitate partnerships with educational and research institutions to strengthen workforce development opportunities. 3.1: Support neighborhood identity through services and programs that empower community pride and belonging. 3.4: Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Page 1 City of Clearwater Printed on 9/11/2025 PROGRAM CONTRACT/AMENDMENT REVIEW AND APPROVAL FORM Agency Name: City of Clearwater Program Name: Charting the Course for Youth Type of Document: Annual Agreement Contract Amount: $569,723 Brief Explanation: FY26 Annual Agreement INSTRUCTIONS 1. The contract/amendment referenced above is attached and submitted for review and comment. 2. If you have suggested edits or concerns, please contact Elaine Melkioty at emelkioty@jwbpinellas.org to discuss. 3. Contract/amendment will be routed for signature via DocuSign workflow. 4. Administrative Specialist will archive review form and contract/amendment. REVIEWER TITLE SIGNATURE DATE Director of Program Administration E. Melkioty Director of Performance and Evaluation M. Seales Senior Manager, Program Finance S. Gill Chief Operating Officer K. Boggess Chief Financial Officer R. Stivers Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 8/19/2025 | 12:40 PM EDT 8/22/2025 | 3:18 PM EDT 8/25/2025 | 8:16 AM EDT 8/26/2025 | 9:58 AM EDT 8/26/2025 | 11:25 AM EDT AGREEMENT Between THE JUVENILE WELFARE BOARD And City of Clearwater Charting the Course for Youth I. PURPOSE The Juvenile Welfare Board of Pinellas County, hereinafter referred to as "JWB", and City of Clearwater, hereinafter referred to as "Provider", enter into this mutual Agreement, including all attachments referred to herein, for the period commencing October 1, 2025 and extending through September 30, 2026. This Agreement does not take effect and JWB has no responsibility for any of its obligations hereunder until this Agreement is executed by all parties to this Agreement. II. STAFF Provider agrees to employ staff, at its own expense, to execute services provided in accordance with this Agreement. Such individuals shall not be considered employees of JWB, and are subject to the supervision, personnel practices and policies of the Provider. Unless otherwise approved by JWB, all Provider staff shall meet qualifications as stated in the approved position profile on file at JWB and any approved revisions which are submitted during the term of this Agreement. III. SERVICES Provider offers after school programs for youth at the Ross Norton and North Greenwood Recreation Complexes. The program incorporates enrichment activities that promote school success and healthy lifestyles, improve social skills, increase athletic abilities, and develop leadership skills. Provider agrees to deliver services as stated in the currently approved program methodology on file at JWB and to accomplish performance measures stated in Attachment 5, as determined by JWB, according to service areas stated in Attachment 2, and pursuant to the General Conditions stated in Section VIII and Special Conditions listed in Attachment 1. Any proposed changes in service delivery must be approved in writing by JWB in advance of making those changes and program methodologies shall subsequently be updated within thirty (30) calendar days of that approval. Costs associated with any unapproved changes in service delivery may not be reimbursed. IV. FUNDS The program budget for both JWB and other funds (if any) for accomplishing the above stated services must be approved in the JWB data system or other designated format before payment will commence. JWB agrees to reimburse up to $569,723 for services rendered pursuant to this Agreement. V. METHOD OF PAYMENT FY26 City of Clearwater Charting the Course for Youth Page 1 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 1. JWB issues reimbursements in accordance with the schedule listed on Attachment 3. The Provider shall submit an accurate request for payment once a month. Reimbursements shall be made in a timely manner on pace throughout the fiscal year in order to allow for a consistent and orderly delivery of services. Reimbursement requests shall be submitted timely and only for amounts actually incurred and paid that should properly be reimbursed per this Agreement within reasonably needed amounts based on the budget and other funding sources. Request for payment must be accompanied by the appropriate documentation as prescribed by JWB. 2. Requests for advance funds may be made, consistent with JWB policy. VI. TERMINATION 1. It is the intent of JWB to ensure a consistent and orderly delivery of services. It is the further intent of JWB to terminate Agreements in those situations where such action is essential to the protection of its interests and the interests of children and families served by JWB, as determined solely by JWB. 2. In the event funds to finance this Agreement become unavailable, JWB may terminate the Agreement upon no less than twenty-four (24) hours' notice in writing to the Provider. Said notice shall be delivered in person, or by email, regular mail or delivery service. 3. JWB shall endeavor, whenever possible and consistent with its legal obligations and principles of prudent management, to provide sixty (60) calendar days' written notice for termination due to lack of funds. JWB shall be the final authority as to the availability of funds and extension of notice beyond the minimum time herein stated. 4. In addition to the rights as set forth in paragraph VI. 2 above, this Agreement may be terminated by JWB for any reason whatsoever upon twenty-four (24) hours' written notice. Said notice shall be delivered in person, or by email, regular mail or delivery service. 5. Provider shall only be compensated for services performed prior to the termination date. Provider may only terminate this Agreement upon sixty (60) calendar days' written notice to JWB delivered in person, or by email, regular mail or delivery service. 6. The above provisions shall not limit JWB's right to remedies at law or to damages. VII. COMMENCEMENT OF PAYMENT Unless specifically authorized by JWB, payment shall not be made for services rendered prior to the effective date of this Agreement. VIII. GENERAL CONDITIONS 1. Agreement Revisions This Agreement and its attachments constitute the contractual relationship between the Provider and JWB. If there is any discrepancy between program-related documents, this Agreement preempts all other documents. No amendment to this Agreement or its attachments may be made without the prior written approval of JWB and Provider, except as may be provided in General Condition #4. 2. Fiscal Responsibility FY26 City of Clearwater Charting the Course for Youth Page 2 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 a. Non-profit Providers and government entity Providers agree to maintain books, records, and documents in accordance with Generally Accepted Accounting Principles (GAAP) and practices which accurately and appropriately reflect all expenditures of funds listed in the approved budget on file at JWB. b. For-profit Providers agree to maintain books, records, and documents on an acceptable basis of accounting to include the cash basis of accounting known as Other Comprehensive Basis of Accounting (OCBOA). The method of accounting should be consistent with industry practices which accurately and appropriately reflect all expenditures of funds listed in the approved budget on file at JWB. c. Provider agrees that all financial records, including personnel and salary information and supporting documentation shall be subject at all times to inspection, review, or audit by JWB personnel or its duly authorized agent. d. Provider agrees to maintain and file with JWB in a timely fashion reports related to services provided under this Agreement. e. Provider agrees to retain all financial records, supporting documentation, statistical records, and any other documents pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, all records shall be retained until resolution of audit findings. f. Payments during Disaster Recovery: JWB agrees to support funded programs that are unable to provide normal services for a period of at least sixty (60) calendar days after a disaster has been declared, provided the program agrees to comply with requests of JWB. This period may be extended at the discretion of the Board upon recommendation of the Chief Executive Officer. Provider must file insurance and may file FEMA claims or apply for other federal funding and shall reimburse JWB for any amounts received from these sources that have previously been funded by JWB. The Provider shall maintain a Continuity of Operations Plan which shall be available for review by JWB personnel upon request. g. Provider agrees that salary adjustments for staff that are submitted to JWB for approval in budgets or budget amendments have been reviewed and approved by the Provider in accordance with its fiscal policies and adjustments can be sustained in future fiscal years. JWB shall not reimburse more than two (2) weeks of accrued leave for terminating employees. JWB shall not reimburse expenses not previously approved by JWB. h. Provider agrees to have a written conflict of interest policy and to obtain appropriate signed statements from its governing board members, officers, and employees on an annual basis. 3. Audit and Management Letter Non-profit Providers and government entity Providers agree to submit to JWB an independent audit of the financial statements of the entity in its entirety and any accompanying management letter(s) immediately upon receipt by the Provider's board, but within a period not to exceed one hundred and eighty (180) calendar days of the close of the Provider's fiscal year. In addition to the audit, Provider shall submit all auditor communications to the Provider board, including required communications and all adjustments, whether corrected or uncorrected. The audit must be performed by a firm licensed to perform audits in the State of Florida and conducted in accordance with generally accepted auditing standards and standards established by the American Institute of Certified Public Accountants. FY26 City of Clearwater Charting the Course for Youth Page 3 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 The Provider's auditor must comply with the Independence Rule and comply with the General Requirements for Performing Nonattest Services and Documentation Requirements When Providing Nonattest Services. Such nonattest services include: (1) financial statement preparation; (2) cash to accrual conversions; (3) reconciliations; (4) advisory services; (5) appraisal, valuation and actuarial services; (6) benefit plan administration; (7) bookkeeping, payroll and other disbursements including proposed standard, adjusting or correcting journal entries; (8) preparation of depreciation schedules; (9) business risk consulting; (10) corporate finance consulting (11) executive or employee recruiting; (12) forensic accounting; (13) hosting services; (14) information systems design, implementation or integration; (15) internal audit; (16) investment advisory or management; (17) tax services. The Provider is required to engage an audit firm that follows Government /Non-Profit Audit Standards when conducting the financial audit and that shows evidence of a peer review report completed every three (3) years. For-profit Providers agree to submit annual financial statements based on industry OCBOA standards prepared by an independent Certified Public Accounting Firm within a period not to exceed one hundred and eighty (180) calendar days of the close of the Provider's fiscal year. The financial statements must be prepared in accordance with applicable Preparation, Compilation and Review Standards. 4. Other Financial Support a. Provider shall report within ninety (90) calendar days any major changes in non-JWB revenue which would impact targeted service levels in JWB funded programs during the fiscal year. b. JWB funds shall not be used for expenditures also funded by other sources. JWB funds shall not be used to supplant other sources of revenue. c. Generally, JWB encourages use of its funds as financial match for securing funds from other sources. However, in such instances, Provider is required to obtain prior written approval to submit an application with JWB committed funds. d. Revenues earned in a JWB funded program must remain in that program as a condition of funding. e. Programs charging a fee for services supported by JWB funding must forward a copy of the fee schedule to JWB within thirty (30) calendar days of the effective date of this agreement and upon making changes to the fee schedule. 5. Program Monitoring and Data Quality Provider agrees to submit monitoring, site visit, accreditation, licensing reports, and any corrective action reports supplied by funding, accreditation, and licensing entities, as applicable, to JWB no more than thirty (30) calendar days following Provider receipt. Provider agrees to submit progress reports and other data in such format and at such times as may be prescribed by JWB (including uploading to JWB Databases, JWB Secure Portals, and Provider specific data collection systems), and to cooperate in monitoring activities including, but not limited to, access to sites, staff, fiscal and participant records, logs, participant rights and responsibilities policies, participant handbooks, grievance and complaint procedures, and the provision of related participant and participant rights information. Provider shall maintain and have available for audit inspection participant records for five (5) years post termination of services. Provider agrees to abide by the JWB Board Policy Section IV: JWB Funded Program Monitoring. FY26 City of Clearwater Charting the Course for Youth Page 4 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 If the Provider fails to meet performance standards, deliverables, or timelines outlined in this Agreement, JWB may initiate progressive discipline, in its sole discretion, as follows: 1. Notice of Non-Compliance: JWB will issue a written notice to the Provider specifying the nature of the non-compliance and affected deliverables. 2. Performance Improvement or Corrective Action plans 3. Monitoring and Follow-Up: JWB will monitor the Provider's progress in implementing corrective action. If the Provider fails to comply with corrective action or if the deficiencies persist, JWB may take additional actions, including but not limited to: a. Withholding payments b. Disqualifying the Provider from future procurement opportunities c. Termination Notwithstanding the foregoing, JWB reserves the right, in its sole discretion, to forego progressive discipline or skip any step in progressive discipline and proceed to termination of the contract without engaging in progressive discipline. Progressive discipline does not alter any of JWB's rights to terminate pursuant to Section VI. Provider agrees to provide JWB representatives access, without presence of the Provider supervisor, to staff or program participants during any monitoring with or without advance notice. Youth participants will only be interviewed in group settings or with staff present unless parental consent is obtained. Provider staff shall adhere to JWB's Data Quality Manual and JWB's Financial Policies and Procedures for Funded Programs, and all staff who have any responsibility (supervisory or direct) for data entry shall be trained within thirty (30) calendar days of hire. The Provider is responsible for maintaining written policies and procedures for providing data to JWB in a timely manner. The Provider is responsible for maintaining user access to JWB's Database, including workflow. The Provider is responsible for reviewing JWB Database and JWB Secure Portal User Access to ensure that all users are active employees with access to appropriate data systems and modules Provider staff who no longer need access to the JWB Database should have their access terminated immediately. The Provider is responsible for implementing appropriate procedures into their data policies to protect data and prevent accidental or malicious disclosure of participant information. Provider shall notify JWB no less than ninety (90) days prior to implementation of data system(s) used for participant and/or financial information that are used to share data with JWB. 6. Board Members and Training Provider shall submit to JWB an updated roster of board members to include the start date of all members within thirty (30) calendar days of the effective date of this Agreement and within thirty (30) calendar days of any change to board composition. Board member rosters shall also include the email, physical address, phone number, and place of employment for all board members. Orientation of new board members shall occur within two (2) months of the member joining the board and evidence of this orientation shall be maintained in Provider files. Training of new board members by an external trainer is required within six (6) months of joining the Provider board. Training must consist of the following FY26 City of Clearwater Charting the Course for Youth Page 5 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 topics: nonprofit governance, fiduciary risks, and liabilities. Evidence of training, including an outline of topics covered, the board members in attendance, and who provided the training, shall be available for review by JWB personnel upon request. Providers that are governmental entities, higher education institutions, and hospitals are exempt from this training requirement. 7. Nondiscrimination Providers receiving funding from JWB shall not discriminate against an employee, volunteer, or participant of the Provider on the basis of race, color, gender, religion, national origin, citizenship, disability, marital status, age, veteran status, sexual orientation, pregnancy, and genetic information, or any other legally protected category except that programs may target services for specific participant groups as defined in the application. Additionally, Providers receiving funds shall demonstrate the standards, policies, and practices necessary to render services in a manner that respects the worth of the individual and protects and preserves the dignity of people of diverse cultures, classes, races, religions, and ethnic backgrounds. 8. Publicizing of JWB Support - Endorsements Requests for endorsements that require a commitment of JWB resources shall be submitted to JWB for its consideration. However, endorsements which do not require JWB resources may be given to those Providers that support the focus and priorities of the JWB Board, at the discretion of the JWB Chief Executive Officer. JWB's logo must be visible at Provider's administrative and program sites, be featured on the Provider's website, and be present on the following Provider materials, both print and electronic, as an acknowledgement of support: Annual report Program brochures and marketing materials Program stationery JWB's logo may not be used on any other publications requiring JWB resources without JWB approval. However, if a publication does not require a monetary commitment or indicate sponsorship, use of the JWB logo may be authorized at the sole discretion of the JWB Chief Executive Officer. 9. Legal Compliance Provider agrees that it will comply with all applicable laws, rules, and regulations. 10. Assignments and Subcontracts Provider shall not assign the responsibility of this Agreement to another party nor subcontract for any of the work contemplated under this Agreement, including transportation of participants, without prior written approval of JWB through an approved budget or other written approval on file at JWB. No such approval by JWB of any assignment or subcontract shall be deemed in any event or in any manner to provide for the incurrence of any obligation by JWB in addition to the total dollar amount stated in this Agreement. JWB shall have the right to require the Provider to replace any Subcontractor found, in the reasonable judgment of JWB, to be unacceptable. All such assignments or subcontracts shall be subject as applicable to the terms and General Conditions of this Agreement and to any conditions of approval that JWB shall deem necessary. Subcontracts for program service delivery described in the approved program methodology must be reviewed according to the Subcontract Assessment found on the Provider page of the JWB website. The assessment outlines elements that must be FY26 City of Clearwater Charting the Course for Youth Page 6 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 included in subcontracts. Subcontracts shall be submitted to JWB within thirty (30) calendar days of the effective date of this Agreement and upon revision, amendment and execution of the subcontract thereafter. To the extent Provider is permitted by JWB to subcontract any of provider's responsibilities under this agreement, the subcontracting entity or agency shall be obligated to assume all applicable obligations of the Provider under this agreement, including the obligation to preserve and maintain insurance as outlined in General Condition 25. Provider shall have full responsibility for the successful performance and completion of all subcontracted duties under this Agreement to the same extent as if the Provider performed such duties. The Provider shall be the sole point of contact for subcontracts with regard to all matters under this Agreement. Provider is responsible for monitoring subcontracts of JWB funded programs unless otherwise specified in a Special Condition of this Agreement. Documentation of monitoring of subcontracts shall be available for review by JWB personnel upon request. 11. Confidential Information Provider must follow all laws regarding confidentiality of information including, but not limited to, HIPAA. Provider shall not use or disclose any information which specifically identifies a recipient of services under this Agreement, and shall adopt appropriate procedures for employees' handling of confidential data with the following exceptions: a) such information may be revealed as may be necessary to conform to Fiscal Responsibility and Program Monitoring requirements as stated in the General Conditions of this Agreement; b) such information may be revealed as may be necessary pursuant to applicable federal, state, or local law and related regulations; and c) such information may be revealed with the written consent (authorization) of the recipient, or the recipient's responsible parent or guardian, where authorized by law. Provider is responsible to adopt appropriate policies, notifications, authorizations, and other relevant information that allows for the sharing of confidential information with JWB. The Provider shall also maintain in participant files a completed copy of the JWB-approved form for authorizing client consent to release information for each participant receiving services. As allowed by law and Provider policy, the Provider shall add JWB to consent forms including HIPAA consent forms to facilitate data sharing and implement the Fiscal Responsibility and Program Monitoring requirements as stated in the General Conditions of this Agreement and advise JWB within two (2) business days if a participant has withdrawn consent to share data and note this withdrawal of consent in the case file. JWB has full discretion as to the use of data and JWB owns all data once transferred to JWB. Provider shall obtain permission and license for the use of any and all photographs, videotaping, audio recordings, or written interviews/stories of participants, to include use of name, image and other identifiable information in connection with a press release, news story, testimonial, or story that may be viewed by the general public, and that the participant will not receive compensation for participation in the use of this information. For youth under the age of eighteen (18), Providers will obtain the signature of a parent or legal guardian. In no event should participant identifying information ever be emailed or faxed to JWB. In the event of an improper disclosure of participant information by Provider, Provider shall inform JWB of the improper disclosure and extent thereof within two (2) business days of becoming aware of the improper disclosure. Provider shall cooperate fully with JWB and take all necessary steps to correct and remedy any FY26 City of Clearwater Charting the Course for Youth Page 7 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 damage caused by the Provider's improper disclosure and to prevent future improper disclosure. Provider shall defend, indemnify and hold harmless JWB from any and all damages caused by the improper disclosure of any confidential information as defined by law including, but not limited to, Protected Health Information under HIPAA and any and all costs associated with remedying the disclosure. Provider shall defend, indemnify and hold harmless JWB from any and all damages caused by the improper disclosure as defined by law of any information including but not limited to personally identifiable information (PII) and protected health information (PHI) as required under HIPAA, HITECH and FIPA regulations or other information that is confidential and/or exempt from disclosure per F.S. 119. This provision shall survive the termination of this Agreement. Likewise, in the event of an improper disclosure of Provider's participant information by JWB, JWB shall inform Provider of the improper disclosure and extent thereof within two (2) business days of becoming aware of the improper disclosure. JWB shall cooperate fully with Provider and take all necessary steps to correct and remedy any damage caused by JWB's improper disclosure and to prevent future improper disclosure. JWB shall defend, indemnify and hold harmless Provider from any and all damages caused by JWB's improper disclosure and any and all costs associated with remedying the disclosure subject to the doctrine of sovereign immunity and limitations set forth in F.S. 768.28. 12. Public Records JWB is a public entity subject to Florida's Public Records Law, which includes provisions relating to records retention, production, and confidentiality. For purposes of this section, Provider is also referred to as Contractor. Provider subcontracts that arise out of this Agreement must apply the entirety of this public records condition to the Subcontractor. 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: Juvenile Welfare Board of Pinellas County 14155 58th St. No., Ste. 100 Clearwater, FL 33760 (727) 453-5600 publicrecords@jwbpinellas.org Contractors acting on behalf of JWB must comply with 119.0701 and must: a. Keep and maintain public records required by JWB to perform the service. b. Upon request from JWB's custodian of public records, provide JWB 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 F.S. 119 or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. FY26 City of Clearwater Charting the Course for Youth Page 8 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 d. Upon completion of the contract, transfer, at no cost, to JWB all public records in possession of Contractor or keep and maintain public records required by JWB to perform the service. If the Contractor transfers all public records to JWB upon completion of the contract, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If 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 JWB, upon request from JWB's custodian of public records, in a format that is compatible with the information technology systems of JWB. In addition, Contractors should be aware that Social Security numbers are confidential and exempt from disclosure (119.071) and personal identifying information of a child or the parent or guardian of the child held by JWB or service provider under contract with JWB is exempt from disclosure (125.901(11)). There are many other exemptions in the law that Provider should be cognizant exist. However, for all Providers, any and all contracts between JWB and Provider, program methodology, budgets, requests for reimbursements, emails, other written correspondence and any other documents exchanged between the Provider and JWB are generally public records and will be disclosed in the sole discretion of JWB and must be retained in accordance with Florida's record retention policy. Providers should not provide any documents to JWB containing Trade Secrets, as defined by Florida statutes, F.S.688.002, or exempt or confidential and exempt information to JWB without specifically marking such document. By submitting any documents or information whatsoever to JWB, Provider agrees that JWB may use and disclose all information and documents submitted for any purpose JWB sees fit and that it is within JWB's sole discretion to determine if any information submitted is exempt from disclosure. Any Provider who receives a public records request for records pertaining to JWB or services funded by JWB, must advise JWB within two (2) business days of the records request and JWB and Provider will work together to respond to any such request. This provision shall survive termination of this Agreement. 13. Return of Funds Provider agrees to return to JWB any overpayment due to costs not incurred or costs disallowed pursuant to the terms of this Agreement and such funds shall be considered JWB funds and shall be refunded to JWB in accordance with its instructions. Should Provider fail to return said funds, Provider shall be responsible for all costs and fees of collection incurred by JWB including, but not limited to, attorney fees and court costs including any pre-suit collections fees and costs. This provision survives termination of this Agreement and return of funds for overpayment or disallowance will be required even if the overpayment or disallowance is discovered after this Agreement is terminated. 14. Critical Incidents Provider agrees to inform JWB within one (1) business day of any Critical Incident as defined below or any circumstances or events which may reasonably be considered to jeopardize its capability to continue to meet its obligations under the terms of this Agreement. Critical Incidents involving participants are required to be reported for situations that occur only while under the Provider's care. Critical Incidents also include anything that may reflect negatively or critically upon JWB. FY26 City of Clearwater Charting the Course for Youth Page 9 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Certain personnel are mandated by law to report their suspicions of child abuse, neglect, or abandonment to the Florida Abuse Hotline (1-800-96-ABUSE). All concerns regarding suspected abuse, neglect, or abandonment of a child or vulnerable adult by the Provider shall first be reported to the Florida Abuse Hotline and then reported to JWB. Incident reporting does not preclude mandated reporting requirements. Critical Incidents are defined as follows: Abduction - An incident in which an individual who does not have care and custody of a child has taken the child. Concerns of child abductions shall immediately be reported to the appropriate law enforcement personnel. Abuse or Neglect - Reasonable cause to suspect that a child has been harmed or is believed to be threatened with harm while in the Provider's care. Baker Act - A participant is involuntarily admitted for psychiatric care under Florida law for Baker Act during the course of service delivery regardless if the incident occurred while under Provider's care. Breach of Information - Sensitive, protected or confidential data has potentially been viewed, stolen or used by an individual unauthorized to do so. Elopement-When a minor participant leaves a setting without permission or authorization. Employee Arrest - Employee conduct or activity that results in potential liability to the Provider or JWB, death or harm to a participant, or results in a law violation, including falsification of official records. If an arrest is made for a potentially disqualifying offense under Level 2 background screening requirements, or if the arrest occurred while in the performance of an employee's official duties, the incident should be reported immediately. Investigation or Lawsuit - Any formal investigation or legal action brought against Provider which relates to the services funded by JWB or which may reasonably be considered to jeopardize its capability to continue to meet its obligations under the terms of this Agreement. Media Coverage or Public Inquiry - Media coverage or public reaction that may have an impact on the Provider or JWB's ability to protect and serve its participants, or other significant effect on the Provider or JWB. Participant Death - The death of any participant receiving JWB services, regardless if the death occurred while under Provider's care. Participant Illness - An illness of a participant requiring a response by Emergency Medical Services AND transport to a medical facility due to the severity of the illness while participant is attending the program. Participant Injury - A medical condition of a participant requiring a response by Emergency Medical Services AND transport to the hospital due to the severity of the medical condition or injury while the participant is attending the program. Note in both instances of Participant Illness and Participant Injury the parents may use Emergency Medical Services as transportation to the hospital - if it is used solely for this purpose an incident report is not required. In the event that the participant leaves the program and requires emergency care due to an injury or illness incurred at the program, an incident report should be completed when the program becomes aware. FY26 City of Clearwater Charting the Course for Youth Page 10 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Sexual Battery - An allegation of sexual battery involving a participant or employee as evidenced by medical evidence or law enforcement involvement. Sexual battery includes participant on participant incidents, employee, agent or volunteer on participant, and participant on employee, agent or volunteer. Suicide Attempt - An act which clearly reflects the physical attempt by an active participant to cause his or her own death, which results in bodily injury requiring medical treatment by a licensed health care professional. Other - Anything that may reflect negatively or critically upon JWB, or any action or incident involving Provider staff or volunteers that could potentially jeopardize the terms of this Agreement which includes misconduct, malfeasance during working hours, or any conduct that results in the arrest of a staff member or volunteer after hours. Within one (1) business day of knowledge of any Critical Incident, the Provider must submit electronically a completed Incident Report to IRreviewteam@jwbpinellas.org with full details and disposition of the incident, excluding identifying information such as name, date of birth, and address. In the event of a participant death please contact by phone the JWB Chief Operating Officer within three (3) hours of knowledge of the incident. All email communications made or received by JWB members or staff are considered public records and are retained and, upon request, made available to the public and media in accordance with Chapter 119, Florida Statutes. Provider must adhere to the reporting requirements hereunder after the termination of this Agreement if Provider becomes aware of a Critical Incident after the termination of the Agreement if the Critical Incident occurred during the term of the Agreement and/or relates to the services funded by JWB. 15. Provider Staff Membership on Board Provider agrees that Provider staff shall not serve as voting members of the Provider's governing board. 16. Waiver JWB reserves the right to waive requirements of this Agreement and General Conditions where warranted by special circumstances. Any waiver shall be in writing and signed by JWB. 17. Not Used 18. Provider Staff Background Checks All program staff and Provider staff (including employees, independent contractors, and staff of subcontractors), volunteers and those who may have access to youth participants and/or participant data are required to undergo and pass a national Level 2 background check that complies with the standards set forth in F.S. 435. Those individuals must provide written consent to the Provider to have documentation released to JWB which confirms no disqualifying offenses listed in F.S. 435.04. for which they have not received an exemption in accordance with Florida law. All staff and volunteers must continue to qualify to pass a Level 2 screening at all times and must notify their employer if at any time they no longer qualify to pass a Level 2 screening. Proof of Level 2 background clearance, including current executed Affidavits/Attestations of Good Moral Character, must be maintained at all times in the appropriate files and the screening repeated every five (5) years or more often in accordance with law or as requested by JWB. Provider must collect written consent for the release of this information to JWB for purposes of verification. This requirement applies to employees, volunteers, independent FY26 City of Clearwater Charting the Course for Youth Page 11 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 contractors, and staff of subcontractors regardless of the funder supporting the position and those who may have access to youth participants and/or participant data. Volunteers and subcontractors who assist on an intermittent basis for less than ten (10) hours per month do not have to be screened if a person who meets the screening requirement of this section is always present and has the volunteer and subcontractor within his or her line of sight. The Provider is required to clearly document which volunteers meet the criteria for a Level 2 background screening and Affidavits/Attestations of Good Moral Character, and which are exempt according to the terms of this Agreement. The Provider's policy and practice for background screening must provide for adequate protection and must comply with all applicable laws and implementing regulations including, but not limited to F.S. 435. The Florida Department of Children and Families provides an exemption process under this statute. JWB does not provide an exemption or waiver process. Should a Provider not be statutorily authorized to receive a national Level 2 background check in accordance with F.S. 435, the Provider must still comply with the Level 2 standards set forth in F.S. 435 through Volunteer and Employee Criminal History System (VECHS) background screening. Only in the event the Provider does not qualify to receive a national Level 2 background check in accordance with F.S. 435 and is not eligible to participate in VECHS, then the Provider must engage a third-party vendor to conduct a national background check and must comply with the Level 2 standards as set forth in F.S. 435. Providers using VECHS, or any other third-party vendor which does not allow the release of background screening results to JWB, must sign and provide to JWB an affidavit which ensures compliance with the entirety of this section. This affidavit must be renewed annually by the Provider's Executive Director or equivalent and submitted within thirty (30) calendar days of the effective date of this Agreement and upon change of staff in this position. Provider must also provide a written procedure within thirty (30) calendar days of the effective date of this Agreement which outlines the process by which compliance is ensured with the entirety of this section, including the person responsible for conducting verification between results of VECHS information and the disqualifying offenses according to F.S 435.04. Personnel and volunteer files shall reflect who verified whether the employee or volunteer candidate passed the Level 2 background screening according to F.S. 435.04. Provider agrees to submit to monitoring of personnel and volunteer files and other required documents to ensure compliance with this section. Monitoring will include, but not be limited to, review of training logs, position descriptions, applications, resumes, salary information, Affidavits/Attestations of Good Moral Character, the results of background screenings and Provider verification of staff credentials. Consents executed by employees and volunteers to release Affidavits/Attestations of Good Moral Character and background screening results, if permitted by law, will be provided to JWB for review. Providers shall not release Protected Health Information to JWB and Providers shall keep this information separate from personnel and volunteer files. Parental consent for JWB monitoring activities must be evident in the personnel and volunteer files of minors. 19. Human Trafficking Affidavit In accordance with F.S. 787.06(13), nongovernmental entity Providers must submit an affidavit under penalty of perjury in a form approved by JWB and executed by an officer or a representative of Provider attesting that Provider does not use coercion for labor or services as that term is defined in F.S. 787.06. FY26 City of Clearwater Charting the Course for Youth Page 12 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 20. Link to JWB's Website Provider website shall include the JWB logo that links to the JWB website (www.jwbpinellas.org). 21. Drug-Free Workplace The Provider shall have and enforce a Drug and Alcohol Free Workplace Policy. Policy shall be available for review by JWB personnel upon request. 22. Public Entity Crimes Per Section 287.133, F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with a public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 23. JWB Policies and Procedures Provider agrees to follow all JWB applicable policies and procedures which are located on the JWB website at www.jwbpinellas.org and which are incorporated into this Agreement. Said policies include, but are not limited to, applicable Board policies, funding policies, JWB Financial Policies and Procedures for Funded Programs, security policies, JWB Data Quality Manual, and applicable policies that may be promulgated by JWB within its sole discretion from time to time. JWB reserves the right to change these policies from time to time within its sole discretion. JWB will provide a minimum of thirty (30) calendar days' notice to the Provider and it is the responsibility of the Provider to be in compliance with all applicable policies and procedures at all times. Provider is encouraged to provide certification of current accreditation by a recognized national accrediting body appropriate to the programming funded by JWB. Regardless of accreditation, the Provider must meet the highest professional standards established through its specific field. 24. Conflict of Interest The Provider must have no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Provider further represents that no person having any such interest shall be employed or subcontracted by the Provider during the Agreement term and any extensions. The Provider shall promptly notify JWB, in person, or by email, regular mail or delivery service, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Providers judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Provider may undertake and request an opinion of the JWB Chief Executive Officer as to whether the association, interest or circumstance would, in the opinion of JWB, constitute a conflict of interest if entered into by the FY26 City of Clearwater Charting the Course for Youth Page 13 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Provider. JWB agrees to notify the Provider of its opinion, in person, or by email, regular mail or delivery service, within thirty (30) days of receipt of notification by the Provider. 25. Insurance Requirements The Provider will procure, pay for, and maintain, throughout the period of this Agreement, on behalf of the Provider and JWB, the following MINIMUM limits of basic insurance coverage with responsible companies, eligible to do business in the State of Florida, which maintain a rating of A-(VIII) or higher with A.M. Best. Companies not rated by A.M. Best may be used to satisfy this requirement if approved by JWB in writing. If insured by a company that is not rated by A.M. Best, the company must have been successfully operating in the State of Florida for a minimum of five consecutive years and JWB reserves the right to request a copy and review the company's most recent annual report or audited financial statement to determine the financial viability of the organization, including an unencumbered net worth of $25 million or more. a. Workers' Compensation Such insurance shall comply with Chapter 440, Florida Statutes, as required by law. b. Commercial General Liability General Aggregate $3,000,000 Products/Completed Operations Aggregate $3,000,000 Personal and Advertising Injury $3,000,000 Each Occurrence $3,000,000 Such insurance shall be no more restrictive than that provided by the latest edition of the standard Commercial General Liability Form (Form CG 00 01) as filed for use in the State of Florida by the Insurance Services Office (ISO) without any restrictive endorsements other than any endorsements specifically required by ISO or the State of Florida. JWB and JWB's Board members, employees, volunteers, and agents shall be included as an "Additional Insured" on the Commercial General Liability coverage a form no more restrictive than ISO form CG 20 10 (Additional Insured - Owners, Lessees, or Provider). c. Automobile Such insurance shall cover all owned, hired and non-owned vehicles operated by, or on behalf of, the Provider. Combined single limit - (Vehicles transporting JWB Participants) $1,500,000 Combined single limit - (All other vehicles used in the performance of work under this Agreement) $500,000 FY26 City of Clearwater Charting the Course for Youth Page 14 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 [The determination of which of the Provider's vehicles will be subject to the limit stated above for "Vehicles transporting JWB Participants" and will be based upon the responses given by the Provider in the most recent JWB Insurance Survey.] Such insurance shall be no more restrictive than that provided by Section II (Liability Coverage) of the most recent version of the standard Business Auto Policy (ISO Form CA 00 01) without any restrictive endorsements, including coverage for liability contractually assumed, and shall cover all owned, non- owned, and hired autos used in the performance of the work under this Agreement. Providers that transport JWB Participants will be required to insure any vehicle used for such Participant transportation in the amount shown in the Participant Transportation section of the Automobile Insurance Requirements matrix. Such amount shall be determined by JWB based upon the maximum number of passengers per vehicle (including driver) in the vehicle being utilized. All other Provider vehicles are required to be insured in the amount shown in the matrix which corresponds to the rest of the Providers operations, excluding participant transportation. Providers that hire participant transportation services, excluding ride share and taxi services, shall be required to maintain verification of transportation vendor's automobile liability insurance limits in the same amount that the Provider would be required to maintain if Provider were providing the transportation services directly. Such amount shall be determined by JWB based upon the maximum number of passengers per vehicle (including driver) in the vehicle being utilized. The applicable limits can be found on JWB's website. d. Professional Liability Each Claim $1,000,000 Annual Aggregate $1,000,000 Such insurance shall be on a form acceptable to JWB and shall cover Provider for those sources of liability arising out of the rendering or failure to render professional services in the performance of the services required in the Agreement including any hold harmless and/or indemnification agreement. If the Professional Liability is provided on a Claims Made Form, the retroactive date must be no later than the first date of this Agreement and such claims-made coverage must respond to all claims reported within three (3) years following the period for which coverage is required. e. Cyber Liability Each Claim $500,000 Annual Aggregate $500,000 The Cyber Liability insurance shall be on a form acceptable to JWB and shall cover Security & Privacy Liability and Breach Response Coverage, including Notification Expenses. FY26 City of Clearwater Charting the Course for Youth Page 15 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 If the Cyber Liability is provided on a Claims Made Form, the retroactive date must be no later than the first date of this Agreement and such claims-made coverage must respond to all claims reported within three (3) years following the period for which coverage is required. The required Cyber Liability coverage may be included as part of the Professional Liability coverage and limits required above. f. Abuse and Molestation Liability Each Claim $1,000,000 Annual Aggregate $1,000,000 Such insurance shall be on a form acceptable to JWB and shall cover Provider and its employees for liability arising out of any occurrence of abuse or molestation in relation to the work provided by Provider under the Agreement. If the Abuse and Molestation coverage is provided on a Claims Made Form, the retroactive date must be no later than the first date of this Agreement and such claims-made coverage must respond to all claims reported within three (3) years following the period for which coverage is required. g. Crime Insurance Such insurance shall be on a form acceptable to JWB and shall provide the following coverages in the following amounts: Employee Dishonesty:$300,000 Forgery or Alteration:$300,000 Robbery (on or off premises):$300,000 Computer Fraud:$300,000 Funds Transfer Fraud:$300,000 h. Watercraft Liability To the extent watercraft are utilized, Provider shall purchase and maintain insurance which shall, at a minimum, cover Provider for injuries or damage arising out of the use of all owned, non-owned, and hired watercraft. The insurance shall include JWB and JWB's Board members, employees, volunteers, and agents as additional insureds. The limits applicable to watercraft liability shall be: Each Occurrence/Annual Aggregate N/A FY26 City of Clearwater Charting the Course for Youth Page 16 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 i. Pollution Legal Liability Such insurance shall cover Provider for liability resulting from pollution or other environmental impairment arising out of, or in connection with, work performed under this Agreement, or which arises out of, or in connection with this Agreement, including coverage for cleanup of pollution conditions and third-party bodily injury and property damage claims arising from pollution conditions. Such insurance shall also include transportation coverage and non-owned disposal site coverage. Coverage must either be on an occurrence basis; or, if on a claims-made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. The minimum limits (inclusive of any amounts provided by an umbrella or excess policy) shall be: Each Claim N/A Annual Aggregate N/A JWB and JWB's Board members, employees, volunteers, and agents shall be included as an "Additional Insureds" on the policy. j. Drone Liability Each Claim N/A Annual Aggregate N/A Provider shall maintain liability coverage for both bodily injury and property damage naming "JWB and JWB's Board members, employees, volunteers, and agents" as additional insureds on a primary and non- contributory basis. k. Excess or Umbrella Insurance All required limits of insurance may be satisfied by the use of any combination of primary and excess/umbrella liability insurance coverages. All Certificates of Insurance for umbrella and excess liability policies should clearly indicate which underlying policies such excess or umbrella liability policies are applicable to on an excess basis. l. Evidence of Insurance Provider shall not commence work until the required insurance is in force and evidence of insurance meeting all of the requirements set forth herein has been provided to JWB. JWB at all times reserves the right to request such additional documentation and evidence of insurance as in its sole discretion it may require and the Provider hereby agrees to provide same. An appropriate Certificate of Insurance signed by an authorized representative of the insurer shall be satisfactory evidence of insurance. With respect to the Commercial General Liability, an appropriate Certificate of Insurance FY26 City of Clearwater Charting the Course for Youth Page 17 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 signed by an authorized representative of the insurer, and copies of the actual additional insured endorsement(s) as issued on the policy(ies), shall be satisfactory evidence of such insurance. Until such insurance is no longer required by this Agreement, Provider shall provide JWB with renewal or replacement evidence of insurance at least fifteen (15) calendar days prior to the expiration or termination of such insurance. Notwithstanding the prior submission of a Certificate of Insurance, copies of endorsements, or other evidence initially acceptable to JWB, if requested by JWB, Provider shall, within thirty (30) calendar days after receipt of a written request from JWB, provide JWB with a certified copy(ies) of the policy(ies) providing the coverage required herein. Provider may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required herein. m.Notice of Cancellation All required policies must be endorsed to provide JWB with thirty (30) calendar days' prior notice of cancellation. n.Primary and Non-Contributory The insurance provided by the Provider shall apply on a primary basis to and shall not require contribution from, any insurance maintained by JWB. Any insurance or self-insurance maintained by JWB shall be in excess of, and shall not contribute with, the insurance provided by Provider. o.Self-Insurance Notwithstanding any provision in this agreement to the contrary, and only with the prior written approval of JWB, the specified insurance requirements may be satisfied by a certification of a valid program of self- insurance established and maintained in accordance with all applicable Florida laws and regulations. p.Non-Waiver/Remedies Compliance with these insurance requirements shall not limit the liability of Provider, its subcontractors, sub-subcontractors, employees or agents. Any remedy provided to JWB or JWB's Board members, employees, volunteers, and agents by the insurance provided by Provider shall be in addition to and not in lieu of any other remedy (including, but not limited to, as an indemnitee of Provider) available to JWB under this Agreement or otherwise. Neither approval nor failure to disapprove insurance furnished by Provider shall relieve Provider from the responsibility to provide insurance as required by this Agreement. Provider shall provide JWB with renewal or replacement evidence of insurance at least fifteen (15) calendar days prior to the expiration or termination of such insurance. If Provider cannot meet this timeline, notification must be made to the assigned JWB Program Consultant and maintain communication until such time as evidence of insurance can be submitted to JWB. 26. Indemnification Provider shall defend, indemnify, and hold harmless JWB, its agents, and employees from and against any and all FY26 City of Clearwater Charting the Course for Youth Page 18 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 liabilities, claims, judgments, or actions including, but not limited to, attorney's fees and all costs that may hereafter at any time be made or brought by any person or entity on account of any claim including but not limited to, personal injury, property damage, loss of monies, civil rights violation, or discrimination allegedly caused in whole or part by any act or omission, including but not limited to, breach of contract, negligent act, wrongful act, intentional act, omission, and any acts of fraud or defalcation, of the Provider, its agents, employees, or subcontractors, arising out of or relating to its performance of this Agreement or for Provider's improper disclosure of confidential and/or exempt information, or failure to comply with F.S. 119 or any other applicable law, rule or regulation. In no event will the Provider be liable for or have any obligation to defend JWB against such liability, claims, judgments, or actions, including costs and attorney's fees, arising out of the sole negligent acts of JWB. This provision survives termination of the Agreement. 27. Certification that Provider is legally able to contract with JWB In compliance with F.S. 287.135(2)(a), a Provider is ineligible to and may not enter into a contract with JWB if the Provider is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 or is engaged in a boycott of Israel. In compliance with F.S. 287.135(2)(b), for contracts of $1 million or more, a Provider is ineligible to and may not enter into a contract with JWB if the Provider (1) is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sector List, created pursuant to s. 215.473 or, (2) is engaged in business operations in Cuba or Syria. By entering into this Agreement, you are certifying that you are eligible to contract with JWB and are not participating in a boycott of Israel, are not on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725, are not on the Scrutinized Companies with Activities in Sudan List, are not on the Scrutinized Companies with Activities in the Iran Terrorism Sector List and that you do not have business operations in Cuba or Syria. In addition, this Agreement may be terminated if Provider (1) has found to have submitted a false certification, (2) has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, (3) has been placed on the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities in The Iran Terrorism Sector List; or (4) has been engaged in business operations in Cuba or Syria. 28. E-Verify In accordance with F. S. 448.095(5), no later than the first date of the term Agreement, Provider must register with and use the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all employees hired on or after the first date of the term Agreement and during the remainder of the term of this Agreement. Evidence may consist of, but is not limited to, providing notice of your E-Verify number. Instructions on how to provide proof of participation/E-Verify enrollment is on the U.S. Department of Homeland Security's E-Verify website. The statute also applies to subcontractors performing work under this Agreement. The subcontractor must use the E-Verify system for any employees it may hire during the term of this Agreement. The Subcontractors must provide affidavits stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in F.S. 448.095. Subcontractors are defined in F.S. 448.095 as a person or entity that provides labor, supplies or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Provider must maintain copies of all subcontractor affidavits for the duration of the JWB Agreement and these affidavits shall be subject at all times to inspection, review, or audit by JWB personnel or its FY26 City of Clearwater Charting the Course for Youth Page 19 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 duly authorized agent. Notwithstanding any other terms of this Agreement, if JWB has a good faith belief that you have knowingly hired, recruited or referred an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United States, JWB shall terminate this Agreement. Provider may be liable for all costs associated with JWB securing the same services, inclusive, but not limited to, higher costs for the same services and rebidding costs (if necessary). Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute, Provider may not be awarded a public contract for a period of one (1) year after the date of termination. IX. SIGNATURES {XM:jwb_signer_signature}{XM:agency_signer_signature} Interim Chief Executive Officer: Juvenile Welfare Board of Pinellas County City Manager: City of Clearwater Michael G. Mikurak Jennifer Poirrier {XM:jwb_signer_date}{XM:agency_signer_date} Date Date FY26 City of Clearwater Charting the Course for Youth Page 20 of 29 Approved as to form: _______________________________________ Melissa Isabel Date Senior Assistant City Attorney Attest: ___________________________________ DateRosemarie Call City Clerk Countersigned: Bruce Rector Date Mayor Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 8/26/2025 | 12:03 PM EDT Attachment 1 Special Conditions of the Agreement The following condition(s) applies to the Program: Charting the Course for Youth As a condition of JWB funding, the Provider and all facilities are required to maintain licensure by the Pinellas County Licensing Board (PCLB). Facilities not required to be licensed must maintain a Certificate of Substantial Compliance issued by PCLB. Facilities operated during the summer only are considered Summer Day Camps pursuant to PCLB current regulations. Should any Provider or facility's license or certification be revoked, not renewed, or suspended during the time services are being provided hereunder, the Provider must immediately notify JWB within twenty-four (24) hours in writing and said Provider or facility is no longer qualified to provide services to the Recipients under the terms of this Agreement. At all times during this Agreement, Provider and/or facility's license must be considered in Good Standing, which is defined as having no probationary license. If a probationary license is issued, this may result in JWB corrective action. Provider authorizes JWB to speak with PCLB, and any other entity regulating the Provider about anything relevant to Provider's childcare license, history of providing care or anything else deemed relevant by JWB. Should Provider be a party to any written agreement with the Early Learning Coalition (ELC) during the term of this Agreement, Provider must advise JWB in writing of the contract. If Provider's contract with ELC is terminated at any time during this Agreement, Provider must, within twenty-four (24) hours, notify JWB in writing and Provider or facility may no longer be qualified to provide the services pursuant to this Agreement. At all times during this Agreement, Provider must be considered in Good Standing with ELC, which is defined as having no contract probation and no outstanding corrective action with ELC. If an ELC contract is in probationary status or terminated, this may result in JWB corrective action. Provider authorizes JWB to speak with ELC and any other entity regulating the Provider about anything relevant to Provider's ELC contract, childcare license, history of providing care or anything else deemed relevant by JWB. Provider agrees to adhere to the Components of Quality Out-of-School Time Programming at all times. Identified requirements are listed on JWB's website. JWB will provide a minimum of thirty (30) calendar days' written notice to the Provider if requirements change. This program's participant retention will be analyzed during FY26. Providers shall continue to report participation data consistent with prior methodologies. This data will be used for monitoring purposes and baseline data collection to support JWB's review and redefinition of the Annual Participation measure. The Provider will work with the assigned JWB Evaluator to implement the Florida Afterschool Network Quality Self-Assessment. The Provider must identify a self-assessment coordinator who will work with the JWB Evaluator to conduct the self-assessment. The self-assessment must be completed and associated performance improvement plan (as appropriate) must be established by the end of the fiscal year. FY26 City of Clearwater Charting the Course for Youth Page 21 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 General Condition #10 - Assignments and Subcontracts- The last sentences of paragraph two and of paragraph three in this section are waived: Provider is exempted from submitting Subcontracts and Subcontract monitoring documentation for individual (not incorporated) providers of overlay services and tutoring services if said individuals of those services are not left alone with children. All other terms of General Condition #10 shall remain the same. General Condition #18 - Provider is waived from personnel file monitoring with JWB wherein the Provider has no non-compliances on PCLB's most recent monitoring report/inspection checklist/complaint investigation in the area of Personnel and at the time of JWB monitoring is in full compliance with all PCLB regulations pertaining to Personnel, including, but not limited to, personnel records and background screening. JWB reserves the right to monitor personnel files at any time, including if a non-compliance is noted during PCLB's monitoring/inspection/investigation and at any time JWB deems necessary. Provider will give JWB staff access to all PCLB monitoring reports/inspection checklist/complaint investigations. All other provisions of the Condition remain. All vehicles used by the Provider to transport any program participants in a JWB funded program must be equipped with an alarm system approved by the Department of Children and Families and meet the criteria in the Child Care/School Age (CC/SA) Facility Handbook that prompts the driver to inspect the vehicle for the presence of children before exiting the vehicle. Alarms must be installed and maintained according to the manufacturer's recommendations. The following condition(s) applies to the Provider: City of Clearwater General Condition #11 - Confidential Information- fifth paragraph, the sentence that states, "Provider shall defend, indemnify and hold harmless JWB from any and all damages caused by the improper disclosure of any confidential information as defined by law including, but not limited to, Protected Health Information under HIPAA and any and all costs associated with remedying the disclosure." is stricken and replaced with the following: "Provider shall defend, indemnify, and hold harmless JWB from any and all damages caused by the provider's improper disclosure of any information including, but not limited to, Protected Health Information under HIPAA and any and all costs associated with remedying the disclosure subject to the doctrine of sovereign immunity and limitations set forth in F.S. 768.28." General Conditions #25 - Insurance Requirements are waived wherein the Provider maintains responsibility for the delivery of services. Should the Provider assign or subcontract any of the work contemplated under this Agreement to a non-governmental entity, or to a non-Florida governmental entity, this Insurance Requirements waiver is not applicable to the subcontracted services portion of the contract. Nongovernmental subcontractors and non-Florida governmental subcontractors must demonstrate compliance with the insurance requirements for all subcontracted services performed for Provider for JWB-funded programs. Provider is solely responsible for FY26 City of Clearwater Charting the Course for Youth Page 22 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 ensuring subcontractors of the Agreement are in compliance with the minimum insurance requirements as described in General Condition #25. General Condition #26 - Indemnification is replaced with "The Provider agrees to be fully responsible for all claims arising out of its own acts of negligence or its respective employees' acts of negligence when acting within the scope of their employment and agrees to be liable for any damages proximately caused thereby; provided, however, that the Provider's liability is subject to the monetary limitations and defenses imposed by section 768.28, F.S. Nothing herein is intended to serve as a waiver of sovereign immunity by the Provider, nor shall anything herein be construed as consent by the Provider to be sued by any third party for any cause or matter arising out of or related to this Agreement except to the extent provided by 768.28, F.S." General Condition #2f - The last sentence is waived: Provider is not required to submit a Continuity of Operations Plan to JWB. General Condition #2h - The sentence is waived. Due to the Provider being subject to the Code of Ethics for Public Officers and Employees, adopted by the Legislature as Part III of Chapter 112, Florida Statutes, the Provider is not required to have a written conflict of interest policy and to obtain appropriate signed statements from its governing board members, officers, and employees on an annual basis. General Condition #6 - Board Members and Training is waived. FY26 City of Clearwater Charting the Course for Youth Page 23 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Attachment 2 Geographical Service Area Provider agrees whenever possible to maintain service sites which are accessible by public transportation and convenient to the target participant group. Provider will advise JWB of any changes made in service sites. The geographical service area for this agreement is as follows: Program Name Participants are eligible Countywide Participants are eligible who reside in the following ZIP codes: Participants are eligible from the following service areas: Charting the Course for Youth No 33755, 33756 Participants will primarily reside in zip codes 33755,and 33756. In addition, participants can reside in surrounding mid and north county zip codes. FY26 City of Clearwater Charting the Course for Youth Page 24 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Attachment 3 In order to receive payment on the Reimbursement Date, invoices/reimbursement requests must be submitted to JWB by Close of Business on the Submission Due Date (Wednesday), to allow for proper review, and approval by JWB staff. ACCOUNTS PAYABLE SCHEDULE - FY 2026 Pay# Submission Due Date * (Wednesday) Reimbursement Date (Friday) 1 10/01/25 10/10/25 2 10/15/25 10/24/25 3 10/29/25 11/07/25 4 11/12/25 11/21/25 5 Monday - 11/24/25 12/05/25 6 12/10/25 12/19/25 7 Monday - 12/22/25 01/02/26 8 01/07/26 01/16/26 9 01/21/26 01/30/26 10 02/04/26 02/13/26 11 02/18/26 02/27/26 12 03/04/26 03/13/26 13 03/18/26 03/27/26 14 04/01/26 04/10/26 15 04/15/26 04/24/26 16 04/29/26 05/08/26 17 05/13/26 05/22/26 18 05/27/26 06/05/26 19 06/10/26 06/19/26 20 06/24/26 07/03/26 21 07/08/26 07/17/26 22 07/22/26 07/31/26 23 08/05/26 08/14/26 24 08/19/26 08/28/26 25 09/02/26 09/11/26 26 09/16/26 09/25/26 27 09/30/26 10/8/2026 (September business) 28 10/14/26 10/22/2026 (September business) FY26 City of Clearwater Charting the Course for Youth Page 25 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Attachment 4 Document Submittal Chart This chart is intended as a guide. Submittals required in the General and Special Conditions of the Agreement supersede this guide. Provider Document Time Frame Submit To Approved program methodology Throughout the period of the Agreement Agency Specific JWB Secure Portal Site Most Recent Audit Immediately upon receipt by the Provider's board or not to exceed 180 days of the close of the Provider's fiscal year Agency Specific JWB Secure Portal Site Fee Schedules Within thirty (30) calendar days of the effective date of this agreement and upon making changes to the fee schedule Agency Specific JWB Secure Portal Site Monitoring, Site Visit, Accreditation and Licensing Reports No more than thirty (30) calendar days following Provider receipt Agency Specific JWB Secure Portal Site Notification of Change in Participant and/or Finance Data Base Within ninety (90) calendar days in advance of any changes Email to JWB Chief Executive Officer Board Member List Within thirty (30) calendar days of the effective date of this agreement and approval of any change of board composition Agency Specific JWB Secure Portal Site Subcontracts Within thirty (30) calendar days of the effective date of this Agreement and upon revision, amendment and execution thereafter. Agency Specific JWB Secure Portal Site Incident Reports Within one (1) business day of knowledge of any incident IRreviewteam@jwbpinellas.org Executive Director Affidavit (Providers using VECHS) Within thirty (30) calendar days of the effective date of this Agreement and upon change of staff in this position Agency Specific JWB Secure Portal Site Procedure for General Condition #18 - Provider Staff Background Checks (Providers using VECHS) Within thirty (30) calendar days of the effective date of this Agreement Agency Specific JWB Secure Portal Site Insurance Documentation Throughout the period of the Agreement and with renewal or replacement at least fifteen (15) calendar days prior to the expiration or termination of such insurance. Agency Specific JWB Secure Portal Site FY26 City of Clearwater Charting the Course for Youth Page 26 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Documents Available Upon Request Provider Document Time Frame COOP Available for review by JWB personnel upon request. Board Training (Outline of topics, members in attendance, and who provided training) Available for review by JWB personnel upon request. Drug-Free Workplace policy Available for review by JWB personnel upon request. Subcontract monitoring documentation Available for review by JWB personnel upon request. FY26 City of Clearwater Charting the Course for Youth Page 27 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Attachment 5 City of Clearwater Charting the Course for Youth Performance Measurement 10/1/2025 - 9/30/2026 Outcome Measure Target Description Notes 55% of youth participants that demonstrate learning gains on the Florida Assessment of Student Thinking (FAST) English Language Arts (ELA) Reading Learning gains are defined by Pinellas County Schools (PCS) in accordance with guidelines from the Florida Department of Education. An eligible participant will be in grades 4 and higher, served during the School Year with an Episode of 30 days or more, and have two years’ worth of scores on the Florida Assessment of Student Thinking (FAST) English Language Arts (ELA) Reading. Measured by PCS through the administration of the FAST and analyzed by JWB. Analysis uses end of school year Progress Monitoring 3 (PM3) scores. 90% of eligible participants will indicate satisfaction in all applicable domains in the program's Out of School Time (OST) survey. The survey assesses participant opinions about satisfaction in the program, including in the domains of program engagement, resiliency, leadership, academics, STEAM, and healthy decision making. Eligibility is defined as between the ages 8-18 at the start of the administration period, enrolled before January, and active during the administration period (April). The denominator includes all participants who are eligible, while the numerator counts the number of people, out of those eligible, who took the survey. JWB will supply the program with a list of eligible participants. Age is calculated using the participants' date of birth and their age as of April 1st of the administration year. 85% of participants will miss less than 10% of school days The analysis includes both excused and unexcused absences from school. JWB will evaluate school year attendance based on the participant's episode. Participants whose episodes begin after the start of JWB's fiscal year are evaluated on attendance between episode start and the end of the school year. Participants whose episode start date begins prior to the start of JWB's fiscal year are evaluated on attendance during the entire school year. Participants must have episode lengths of at least 30 days to be eligible for the analysis. 60% of youth participants that demonstrate learning gains on the Florida Assessment of Student Thinking (FAST) Mathematics Learning gains are defined by Pinellas County Schools (PCS) in accordance with guidelines from the Florida Department of Education. An eligible participant will be in grades 4 and higher, served during the School Year with an Episode of 30 days or more, and have two years’ worth of scores on the Florida Assessment of Student Thinking (FAST) Mathematics. Measured by PCS through the administration of the FAST and analyzed by JWB. Analysis uses end of school year Progress Monitoring 3 (PM3) scores. 40% of participants proficient on the Florida Assessment of Student Thinking (FAST) English Language Arts (ELA) Reading Grade level proficiency is defined as scoring a Level 3, 4 or 5 on the Florida Student Assessment of Student Thinking (FAST) English Language Arts (ELA) Reading. An eligible participant will be in grades 3 to 10, served during the School Year with an Episode of 30 days or more, and have an end of school year Progress Monitoring 3 (PM3) score. Measured by Pinellas County Schools (PCS) through the administration of the FAST and analyzed by JWB. FY26 City of Clearwater Charting the Course for Youth Page 28 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 50% of participants proficient on the Florida Assessment of Student Thinking (FAST) Mathematics Grade level proficiency is defined as scoring a Level 3, 4 or 5 on the Florida Student Assessment of Student Thinking (FAST) Mathematics. An eligible participant will be in grades 3 to 8, served during the School Year with an Episode of 30 days or more, and have an end of school year Progress Monitoring 3 (PM3) score. Measured by Pinellas County Schools (PCS) through the administration of the FAST and analyzed by JWB. Process Measure Target Description Notes 70% of eligible participants will attend 70% of program days or more The program calendar or closed dates provided to JWB will define the available days in a participant’s episode. Attendance marked as unexcused or excused will count as days the participant did not attend the program. Eligibility: Participants who have an episode length of 30 days or more. FY26 City of Clearwater Charting the Course for Youth Page 29 of 29 Docusign Envelope ID: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Certificate Of Completion Envelope Id: 56140B3A-CFED-44FC-B649-E93BFEE4CB78 Status: Completed Subject: FY26 City of Clearwater - Charting the Course for Youth Agreement for Signature Source Envelope: Document Pages: 30 Signatures: 6 Envelope Originator: Certificate Pages: 6 Initials: 0 Desmon Newton AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-05:00) Eastern Time (US & Canada) 14155 58th Street North Clearwater, FL 33760 dnewton@jwbpinellas.org IP Address: 136.174.187.5 Record Tracking Status: Original 8/19/2025 12:19:18 PM Holder: Desmon Newton dnewton@jwbpinellas.org Location: DocuSign Signer Events Signature Timestamp Elaine Melkioty emelkioty@jwbpinellas.org Senior Manager, Program Administration JWB - Pinellas Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 136.174.187.5 Sent: 8/19/2025 12:27:01 PM Viewed: 8/19/2025 12:39:02 PM Signed: 8/19/2025 12:40:45 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Megan Seales mseales@jwbpinellas.org Senior Manager, Performance and Evaluation JWB - Pinellas Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 136.174.187.5 Sent: 8/19/2025 12:40:47 PM Resent: 8/22/2025 2:10:23 PM Viewed: 8/22/2025 3:17:14 PM Signed: 8/22/2025 3:18:27 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Stacey Gill sgill@jwbpinellas.org Sr Program Finance Manager JWB - Pinellas Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2603:9000:db01:7269:65c1:6b8e:dd94:f96a Sent: 8/22/2025 3:18:30 PM Viewed: 8/25/2025 8:16:35 AM Signed: 8/25/2025 8:16:46 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Karen Boggess KBoggess@jwbpinellas.org Chief Program Officer Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 136.174.187.5 Sent: 8/25/2025 8:16:48 AM Resent: 8/25/2025 12:08:26 PM Viewed: 8/26/2025 9:56:54 AM Signed: 8/26/2025 9:58:00 AM Electronic Record and Signature Disclosure: Accepted: 8/26/2025 9:56:54 AM ID: 058e6f77-2844-4ca3-9ded-141cafc2214d Signer Events Signature Timestamp Robbi Stivers rstivers@jwbpinellas.org Chief Financial Officer Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 136.174.187.5 Sent: 8/26/2025 9:58:03 AM Viewed: 8/26/2025 11:20:28 AM Signed: 8/26/2025 11:25:17 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Michael G. Mikurak mmikurak@jwbpinellas.org Interim CEO Juvenile Welfare Board of Pinellas County Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 136.174.187.5 Sent: 8/26/2025 11:25:20 AM Viewed: 8/26/2025 12:02:46 PM Signed: 8/26/2025 12:03:02 PM Electronic Record and Signature Disclosure: Not Offered via Docusign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Sandy Clayton Sandra.Clayton@myclearwater.com Security Level: Email, Account Authentication (None) Sent: 8/26/2025 12:03:05 PM Electronic Record and Signature Disclosure: Accepted: 1/7/2025 5:24:10 PM ID: 0202c5ec-04b4-4691-8283-6097ba977773 Nicholas Benedetto nbenedetto@jwbpinellas.org Department Coordinator JWB - Pinellas Security Level: Email, Account Authentication (None) Sent: 8/26/2025 12:03:06 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 8/19/2025 12:27:02 PM Certified Delivered Security Checked 8/26/2025 12:02:46 PM Signing Complete Security Checked 8/26/2025 12:03:02 PM Completed Security Checked 8/26/2025 12:03:06 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Juvenile Welfare Board (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 8/13/2024 11:40:41 AM Parties agreed to: Karen Boggess, Sandy Clayton Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Juvenile Welfare Board: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by phone call: 727-453-5600 To contact us by email send messages to: sphillips@jwbpinellas.org To contact us by paper mail, please send correspondence to: Juvenile Welfare Board 14155 58th Street North Clearwater, FL 33760 To advise Juvenile Welfare Board of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at sphillips@jwbpinellas.org and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Juvenile Welfare Board To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to sphillips@jwbpinellas.org and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Juvenile Welfare Board To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to sphillips@jwbpinellas.org and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify Juvenile Welfare Board as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Juvenile Welfare Board during the course of your relationship with Juvenile Welfare Board. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0836 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Award a construction contract to Concrete Protection & Restoration, LLC, of Oakland Park, MD for renovations and structural repairs at BayCare Ballpark in the amount of $967,670.63 pursuant to Invitation to Bid 25-00022-PR and authorize the appropriate officials to execute the same (consent) SUMMARY: The Sports Facility Use Agreement between the City and Philadelphia Philles was entered into in December 2000. As part of the agreement under Section 9.2 the city is responsible for the maintenance, repair, restoration, refurbishment and replacement of the stadium. To manage and determine the maintenance projects needed each year a consulting engineer is hired to inspect the stadium and provide recommendations for various repairs and restorations needed each year at the stadium. A 20-year capital improvement (reserve) study was completed in Fiscal Year 2014/15 by Wannemacher Jenson Architects Inc. (WJA) and Delta Engineering for BayCare Ballpark (formerly Spectrum/Bright House Field). As a result of the study, CIP budgets for the maintenance and upkeep of BayCare Ballpark were established. Pennoni Associates, Inc. is the city’s consulting engineer and has been for the past ten years. They have completed their annual structural inspection of the stadium and recommend a list of repairs and improvements that need to be addressed prior to the 2026 Spring Training season. BayCare Ballpark Structural Repairs - Project ID #25-00022-PR was publicly advertised on June 25, 2025. Three contractors submitted bids; however, only two met the pre-qualification requirements. Tadeos Engineering LLC did not qualify under the required category. Among the prequalified contractors, Concrete Protection & Restoration, LLC submitted the lowest responsive and responsible bid in the amount of $965,818.00 which includes base bid, contingency and alternates. In addition, the City has requested that Concrete Protection & Restoration, LLC adjust their performance bond to incorporate the alternate items. The estimated cost of this increase is approximately 1.25% of the added alternates totaling $1,852.63, which is included in the total amount requested. Concrete Protection & Restoration LLC specializes in concrete structural repairs and maintains an extensive portfolio of successfully completed projects in both the private and public sectors. This contract will provide concrete repairs at several locations in the stadium where various structural cracks have appeared in the precast beams, corbels, columns, and slabs. The contractor will rout and seal concrete slab cracks, install epoxy injections in precast beams, corbels, and columns, and replace spalling concrete by forming and pouring with an approved repair material. Damaged doors and gates will be repaired or replaced depending on their condition. Repairs will be made to stop water intrusion at several locations in the stadium as well as the resurfacing of concession and bathroom floors. The proposed repairs and renovation will not interfere with any future renovations or additions to the ballpark and are needed regardless of what projects are contemplated in the future. A full listing of repair items can be found on sheet SR-2 of the Phase II Structural Repair document. Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0836 This repair work is estimated to take 90 consecutive calendar days, to be completed prior to the Phillies 2026 Spring Season. APPROPRIATION CODE AND AMOUNT: Funds for this purchase order are available in capital improvement project M220, Carpenter and BayCare R&R, funded by General Fund revenue. 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. 1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 9/11/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 25-00022-PR BAYCARE BALL PARK STRUCTURAL REPAIRS INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/178933.Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub-bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre-qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre- qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 2 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 3 questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder’s maximum Bid price and in the form of a certified or cashier’s check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may v. 7.2024 4 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation’s, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. 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. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 5 attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 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. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non-Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder’s Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E-Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. 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. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non-Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 6 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV – Technical Specifications and as defined in Section III – General Conditions. 17. IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. v. 7.2024 7 (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. 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 v. 7.2024 8 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. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater’s Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP’s) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction-related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction-related Best Management Practices. GENERAL CONDITIONS Section III - General Conditions can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: Baycare Ball Park Structural Repairs Project Number: 25-00022-PR Scope of Work: The project includes repair items from 2024 (not completed due to hurricane Milton) and 2025 as follows: I. 2024: Misc. Concrete Repairs, Various leaks, EJ joint Cover at Diamond Outfitters, Rusted Railing Posts, Replace Trench Covers, Batter's Eye Stairs Refinished, Re-painting of Rusted Railings, Replace v. 7.2024 9 Gate Sleeves, Replace Drain Boxes at SW Corner, Provide Drain Extensions at SW Corner, Alternates as noted herein. All as noted on the P&S dated 5/30/25. II. 2025: Phillies List of Repairs (2025) Addenda #2, items 1 thru 41 as shown on sheet SR-2. See Section IVA 3.2 Section IV - Technical Specifications Section IV - Technical Specifications can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications 3.3 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SUPPLEMENTAL TECHNICAL SPECIFICATIONS SCOPE OF WORK I. DESCRIPTION The work shall consist of various types of repairs as follows: leaks and numerous items needing repair reported per Phillies List of Repairs (2024), Pennoni List of Repairs (2024), and Phillies List of Repairs (2025) as noted on the referenced drawings below, plus Alternates identified herein. II. WORK PROCEDURE The work shall be in accordance with all applicable codes, and the referenced plans and specifications, as amended during the project. Note: The contractor shall coordinate and schedule the work as required to maintain the daily operation of the building with other contractors working at the site. Unless otherwise approved, the work schedule will be Monday through Friday between the hours of 7:30 a.m. and 5:30 p.m. Additional working hours may be requested and coordinated with the owner for nights and weekends. An event schedule will be provided at the pre-bid meeting however; it is subject to change for additional events. All work is to be completed between November 1, 2025 and February 1, 2026, prior to the Phillies Spring Training 2026. III. SUMMARY OF FIELD OBSERVATIONS (See “P”, “PX”, “PY”, “PZ” Photos on Design Drawings) 1. Front Entrance / Diamond North of the Front Entrance A. There are a number of rusting railing post pockets that need to be addressed. B. Two locations where water is getting into the building at doors that are lower than the outside grade. (P63 / P64. Due to the existing grades of these locations, it may be difficult to repair.) C. Water is ponding at the sidewalk immediately adjacent to the stairs due to the sidewalk slopes into the stairs. (P65 due to the existing grade at this location, it may be difficult to repair.) v. 7.2024 10 D. Exposed rebar / concrete spall needs repair. (P62) 2.Main Concourse: A. A number of rusted railing post pockets were noted. (P30) B. Sealant joints need to be replaced at several locations. C. Numerous concrete spalls/cracks/ pitted deck areas were noted. (P14, P15, P19, P20, P21, P23, P25 – P29, P32 – P41, P45 – P47.) D. Also noted several additional leaks (see drawings for locations). E. Sean McCarthy Diamond Outfitters store. The expansion joint cover needs to be replaced at the west end. (P31) F. Three (3) Concession Stands (HOME PLATE, PIZZA STAND, RIGHT FIELD) (P23, P24, P42) G. Four (4) restrooms need to have their floors re-coated same as the Family restroom (Red textured surface) HOME PLATE, (M/W), RIGHT FIELD (M/W). (P8 – P10, P43, P44) H. Exterior railings are exhibiting rust at specific locations. (P16 – P18) I. Stairs behind the elevator needs to be repaired NIC. (P3, P4) J. Batter’s Eye Stairs need the coating addressed. (P12, P13) 3. Outfield Walls and Walkway: A. Concrete repairs needed at several locations. Note: several locations are noted at sidewalk cracks (on-grade) which are not severe, and not recommended to be repaired. B. The earthen berm retaining wall is currently under construction. (See item IV.8 below C. This project should be complete before 11/1/25.. (See item IV.8 below) 4. Maintenance Ramp: A. Several cracks were observed in the concrete ramp on grade (cosmetic). B. EFIS damage noted at the ramp and other locations throughout the facility. (P48) 5. Third Level - Upper Deck/Suites: A. Concrete crack / leak at Big Shark area were noted and are in need of repair. (P1, P2) 6. Outside Concrete Stairs / Sidewalk at the South / West Side of the Stadium: A. Rusted railing post pockets were noted. B. Three (3) of the drain covers are posing a trip hazard and should be replaced. (P57, P58, P59) C. Existing drain SW corner of the stadium unaddressed in 2023 repairs. Needs to be addressed in 2024. (P60) D. Drain revision added after 2023 repairs. Needs to be addressed in 2024. (P61) E. Concrete cracks need to be repaired. (P49 – P52) 7. Lower Service Level: A. Leaks were reported by Sean McCarthy (Phillies) at several locations as noted on the drawings. (P53 – P56, P69, P75, P77, P78, P85, P86) B. Minor concrete spalls, concrete cracks are noted on the drawings at specific column locations. These areas will need to be sounded by the successful contractor to verify the extent of damage. (P66 – P68, P70 – P74, P76, P79, P80 – P84) C. Rusted wall brackets. (P87) 8. 2024 Repairs: v. 7.2024 11 A. The 2024 Repairs were not completed due to the hurricane damage the stadium experienced in the Fall of 2024 B. Refer to SR-2 for: PHILLIES LIST OF REPAIRS (2025) ADDENDA #2 that were added to the Scope of Work. IV. SCOPE OF REPAIRS 1. Contractor shall provide all barricades, shoring (to include design by a designated structural engineer), etc., as necessary to protect the structure and safety of visitors and workers at all times. 2. Contractor staging to be determined at the pre-construction meeting. 3. Demolition: A. Removal of concrete spall materials. B. Dust control. 4. Concrete and other repairs are as noted on the drawings and as specified herein. Note: The extent of damage is unknown and will therefore be subject to the contractor’s survey under Item #9d below (See SOV for a list of all repairs required). 5. Concrete repairs shall be as directed by the engineer, per the enclosed specifications, and the applicable unit prices. 6. Painting is limited to painting of EFIS repairs, rusting rails, rusted brackets OH doors at the bottom of the frames, re-paint door at PZ38, and misc. touchup to match existing. 7. Protection of all horizontal and vertical surfaces adjacent to the work that are not subject to repair. 8. Pre-construction meeting prior to award of contract (exact date to be determined). At this meeting the contractor will provide the following: A. Schedule of Values to be utilized for progress payments. B. Detailed progress schedule. C. Material submittals. D. Discussion of project closeout procedures. E. Owner to provide updated events schedule. F. Owner to provide electric and water. G. Contractor to provide employee sanitation (shall not use public restrooms). H. Paint cleaning procedures. Contractor must provide his own paint cleaning containment on-site. No paint cleaning can be flushed down sanitary, or storm sewer systems or landscape areas. No dumping on-site property. Violations will be subject to fines by the City or Pinellas County EPA. I. The schedule is to be discussed at project meetings as follows: i. Work completed the past two (2) weeks. ii. Work scheduled next two (2) weeks. iii. Issues of concern. (Questions and answers.) iv. Updated schedule. v. Draft pay request and submission of invoice. 9. Quality Assurance: A. The contractor’s field superintendent is to review the project documents in total, and subsequently meet with the engineer prior to starting the work to address any questions relevant to the project requirements. v. 7.2024 12 B. Contractor is to prepare mockups of all specified repair procedures for the engineer’s review prior to proceeding with the work. C. Contractor will also provide a pachometer, multi-meter, and an adequate supply of phenophtalein for the superintendent’s use during the project. D. Note: Contractor is to inspect and sound, all suspected damaged concrete prior to starting repairs. Subsequently, the contractor will provide a written report to the engineer on the extent of the concrete and other repairs required, to include estimated quantities and cost projections based on the contract Schedule of Values. E. Owner will provide a Clerk-of-the-Works for coordination of daily activities within the facility, and confirmation of unit price quantities, along with other duties as required by the owner. F. The contractor’s superintendent will be required to maintain a daily log on-site identifying the number of workers, work activity, change in weather conditions, etc. (Include a copy with closeout documents.) G. The paint manufacturer will be available to provide technical assistance, upon request. H. The contractor shall provide wheel load information regarding the lift capacities that they may want to put on the concourse deck. Pennoni to evaluate and advise. I. Contractor will provide deck protection at the concourse level wherever a lift is going to be used. J. If contractor is required to remove the fence at the bottom of the ramp for lift access, he shall subsequently re-install the fence to the owner’s satisfaction. 10. Other items as specified herein (or shown on the drawings). 11. Other repairs may be required as part of this project that are not yet known. This will be as directed by the owner (or) engineer. The additional cost on this work shall be in accordance with the contract. 12. Items excluded in base bid: A. Any electrical work. B. Asbestos survey (by owner). C. Work items specifically identified as “by owner”. V.ALTERNATES: (As identified herein) SECTION IV - A (SUBSECTION 0001) ADDITIONAL INSTRUCTIONS TO BIDDERS (ALSO SEE OWNER’S SECTION II) 1. DOCUMENTS Plans and specifications are as noted herein. 2.TYPE OF PROPOSALS REQUESTED Proposals shall be submitted on bidder letterhead, in the format identified herein. 3.TIME AND PLACE For proposal refer to Section I and Contract Section IV. (The City of Clearwater will provide these sections.) 4. CONTRACTS The successful contractor will be expected to execute a contract for the scope of work identified herein using an AIA A104 (2017) Abbreviated Form of Agreement between Owner and Contractor, or as noted in the invitation for bid. 5. STATE AND LOCAL LAWS Bidders shall comply with all federal laws and acts, those of the State of Florida, and all local and county ordinances. 6. INTERPRETATION OF DOCUMENTS v. 7.2024 13 The owner or owner’s agent will not be responsible for any oral interpretation of the meaning of the plans, specifications, or other pre-bid documents to any bidder or supplier. 7. CHANGES AND SUBSTITUTIONS Items herein specified under manufacturer’s names and catalog numbers are intended as a basis of quality and not as a closed specification unless otherwise noted. Voluntary alternates are welcome but must be identified separately in the bidder’s proposal. 8. MODIFICATIONS - WITHDRAWAL OF BID Proposals may only be modified up to the time of bid after which bidder’s proposal shall stand for thirty (30) days. 9. SALES AND USE TAX Each bidder shall include in his proposal all sales and use taxes on the work covered by his contract. 10. SUBMITTALS - TO BE PROVIDED AT THE PRE-CONSTRUCTION MEETING The Contractor shall prepare and submit in a timely manner, all shop drawings via email (or other submittals) as may be necessary to describe completely the details of construction of the work. Approval of such submittals by the Engineer shall not relieve the contractor of its obligation to perform work in strict accordance with plans, specifications, and other contract documents, nor of its responsibility for the proper matching and fitting of the work. (Log to be maintained by the contractor and included with each submittal.) 11. OWNER REQUIRED DOCUMENTS Contractor agrees to furnish any waiver, warranties, guarantees, affidavits, or other documents required by the Owner within ten (10) days of notification. If such documents are not furnished within such period, the owner may withhold payments currently owed until such time as the documents are received. Contractor to provide three (3) hard copies plus three (3) electronic copies of all closeout documents. (Thumb drive.) 12. LAYOUT The contractor is responsible for its own field engineering, and/or layout. 13. PROTECTION OF WORK The contractor shall provide and maintain at all times sufficient protection of all work material, and equipment from damage or loss of theft, vandalism, and mischief and shall protect the Owner’s and adjoining properties from any and all injury arising in connection with the performance of said work. Contractor shall make good any damage or injury occurring without any expense whatsoever to the Owner. 14. GUARANTEE A written two (2) year guarantee from final acceptance (unless otherwise stated in the specifications) is required upon completion of the project. Receipt of this guarantee is required prior to final payment. 15. AS-BUILT DRAWINGS A final set of as-built drawings are required upon completion of the project, to include three (3) hard copies in three ring binders, plus three (3) electronic files turned over to the owner at project closeout. Receipt of these materials is required prior to processing the contractor’s final payment. 16. PERMITS There is no requirement for a permit since the scope of work is all maintenance per the City. 17. INSURANCE - See General Requirements from the City of Clearwater Note: The contractor’s general liability insurance policies shall include the owner and engineer as additional insured, and so noted on the insurance certificate. 18. BONDS The Owner requires a 100% performance and payment bond, only if the contract is greater than $150,000. Contractor shall record the surety bond at the Pinellas County Courthouse, with the original being submitted to the owner prior to commencement of work. Final payment is subject to receipt of “consent” of surety, upon completion of the work. An affidavit from the surety bond company will be required before processing final payment. 19.PRE-BID MEETING: The contractor(s) shall visit the site, confirm the existing conditions, and attend the Pre-Bid meeting prior to submitting their proposals. The pre-bid meeting to be per Section 20. NOTICE OF COMMENCEMENT v. 7.2024 14 The contractor shall post a “Notice of Commencement” as provided by F.S. 713.13. 21. COVID 19 REQUIREMENTS – N/A 22. PRE-CONSTRUCTION CONFERENCE The successful contractor shall meet with the owner and engineer prior to starting the work to review the scope, submittal requirements, staging areas, sequence of work, unit price quantity worksheets, project schedule, contractor access and job conditions, etc. Refer to Subsection 0000, paragraph III.8. 23. PROJECT CONSTRUCTION MEETING During construction the engineer (or) owner’s representative may conduct regular project “progress” meetings (every two weeks, day and time to be determined at the pre-construction meeting) which will require the attendance of the contractor’s project manager and superintendent. These meetings will be held as required by the engineer (or) owner’s representative. The engineer (or) owner’s representative will issue meeting minutes after each meeting with regards to project status and outstanding issues. Refer to Subsection 0000, paragraph III.8. 24. PROJECT SCHEDULE The contractor shall provide a project work schedule in sufficient detail prior to the Pre-Construction meeting. Appropriate updates of the schedule are required at each progress meeting. 25. ALLOWANCES The contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Unless otherwise provided in the Contract Documents: A. Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; B. Contractor’s costs for unloading and handling at the site, labor, installation costs, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances unless otherwise noted. C. Labor and Material (L&M) allowances shall include all labor, material, equipment, taxes, etc., plus the contractors OH&P per the Schedule of Values. D. Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect the difference between actual costs and the allowances. Materials and equipment under an allowance shall be selected by the Owner in sufficient time to avoid delay in the work. 26. CONTRACTOR’S TEMPORARY FACILITIES Contractor’s temporary offices, staging areas, and parking locations shall be in areas designated by the owner. The owner shall provide parking in the south parking lot for the contractor. A. The contractor shall provide telephone access to the project superintendent on-site for the length of the project. B. Owner to provide sources for electricity and water. Contractor to provide all service from those points. C. contractor shall be able to use the owner's restrooms, as designated by the City. Note: The contractor shall maintain the restrooms (assigned to the contractor) during construction. D. Contractor to provide all paint cleanup containment. 27. SUPERVISION The contractor shall provide a superintendent experienced in construction and waterproofing for the duration of the project. 28. PROGRESS PAYMENTS The contractor shall submit progress payment applications at the end of each month based on AIA G702/G703, with a cost breakdown acceptable to the owner. Subject to review of the application by the owner’s representative, payment shall be made (less 5% retainage) within thirty (30) days. Final payment, to include monthly retainage hold backs, is payable in accordance with the terms of the contract. Note: Contractor to prepare and submit with each invoice all necessary worksheets signed by the owner’s agent that supports payment for unit price quantities at progress meetings. (Advance deposits will not be approved unless specifically authorized by the owner in advance.) 29. PROCEDURES FOR PAYMENT APPLICATIONS - Provided at progress meetings v. 7.2024 15 A. Prepare Payment Application for each billing period identified in the contract on A1A forms (G702 and G703), or on forms approved by the engineer. B. Payment Application breakdown shall be in accordance with the CONTRACT Schedule of Values approved by the engineer. C. Contractor shall submit a “draft” copy of the Payment Application for the engineer’s review and comments. D. Contractor shall revise and resubmit the Payment Application in sufficient copies necessary for the project requirements. E. Each Payment Application shall include: 1. Contractor’s signature with notary seal. 2. Date of Application. 3. Time period of Application. 4. Number each sheet. 5. The contract start date. 6. The contract “name” of the project. 7. List only change orders that have been approved. 8.This item has been left intentionally blank. 9. This item has been left intentionally blank. 10. A copy of the unit price quantity summary for the subject pay period identifying the total quantities for each of the unit price line items, with the project superintendent and owner representative’s signature. (See Exhibit 3.) 11. Surety affidavit for final payment is required. 12. A 5% retainage may be requested upon Building Permit closeout, Certification of Completion from the City of Clearwater Building Department, and preliminary walk through with owner has been conducted. 13. The remaining 5% retainage and all money due to the contractor shall be paid upon completion of the following: F. Final walk through with engineer and owner. G. Submittal of closeout documents to include “As-Built” drawings has been turned over the owner, to include three (3) hard copies in three ring binders, plus three (3) electronic copies. (Thumb drive) 30. CHANGES IN THE WORK When the owner authorizes changes in the work, the contractor shall prepare a cost breakdown acceptable to the engineer (and/or) owner based on the terms of the contract. Upon approval of the cost, the contractor shall prepare a change order to the contract using AIA Form G701. 31. PROJECT CLOSEOUT Upon completion of the project, the contractor will provide the owner with all documentation required by the contract, plans, and specifications. (Refer to Exhibit 3 for checklist.) (SECTION IV - A) (SUBSECTION 0002) GENERAL CONDITIONS The AIA A107 General Conditions (2007) shall be applicable, except as amended by Instructions to Bidders (Section 0001). See also owner’s general conditions in Sections II and III. SECTION IV - A SUBSECTION 0003 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) PENNONI PROJECT NO. CLWRC25002 CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 (SCHEDULE OF VALUES) BAYCARE BALLPARK v. 7.2024 16 2024 / 2025 STRUCTURAL REPAIRS SCHEDULE OF VALUES ADDENDA #1 / #2 See Pricing Schedule Note: (*) Contingency requires owner approval for unknown cost items before proceeding. A. Lump sum (LS) quantities are for information only. Contractor to verify all LS quantities. B. Allowance (**) labor and materials to be billed on a T&M basis. C. Any contingency funds remaining shall be returned to the Owner upon close out of purchase order. D. Photos are noted by P#’s. Details are noted by Detail #’s. E. Concrete pay quantities to be a minimum of 1/4 CF per repair location. F. Surface spalls pay quantities to be a maximum of one (1) SF. CONSTRUCTION SCHEDULE A. Contractor agrees to commence work within 7 calendar days from the execution of the contract, notice to proceed, and permit is available. B. Contractor further agrees to complete the work within 90 calendar days execution of the contract, notice to proceed, and receipt of the permit. NOTE: See J. McKiney (SIKA) email report dated 07/11/24 enclosed as Exhibit 4 referencing concrete deck condition in the concession stands. SECTION IV - A (SUBSECTION 0004) BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 (PROJECT SPECIFICATIONS) BAYCARE BALLPARK 2024/2025 STRUCTURAL REPAIRS PROJECT SPECIFICATIONS 1.DESCRIPTION OF WORK A.SCOPE v. 7.2024 17 i. THE WORK REQUIRED HEREIN CONSISTS OF ALL COMPONENTS AND RELATED ACCESSORIES REQUIRED TO COMPLETE THE WORK AS LOCATED AND DETAILED ON THE DRAWINGS AND SPECIFIED HEREIN. CONTRACTOR WILL HAVE A FULL SIZE SET OF DRAWINGS (IN COLOR) AT ALL TIMES DURING THE COURSE OF CONSTRUCTION. ii. EXISTING BUILDING: ALL INFORMATION ON THE EXISTING BUILDING SHOWN ON THESE PLANS IS OBTAINED FROM THE BEST AVAILABLE SOURCES, BUT EXISTING INFORMATION DOES NOT NECESSARILY REFLECT AS-BUILT CONSTRUCTION. THE CONTRACTOR SHALL VERIFY ALL INFORMATION SHOWN ON THESE PLANS AND NOTIFY THE ENGINEER OF ANY VARIATION. THE CONTRACTOR SHALL VERIFY ALL EXISTING DIMENSIONS AND CONDITIONS BEFORE FABRICATING MATERIALS, AND INSTALLATION THEREOF. B. SPECIAL CONDITIONS i. ALL COSTS RELATING TO TEMPORARY STORAGE AND PROTECTION SHALL BE BORNE BY THE CONTRACTOR. THE CONTRACTOR SHALL RETAIN FULL RESPONSIBILITY FOR ANY DAMAGE OR DETERIORATION CAUSED TO SURROUNDING SURFACES. ii UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL REMOVE HIS TEMPORARY STRUCTURES AND SHEDS AND REMOVE ALL DEBRIS AND RUBBISH AND PLACE THE AREA IN A CLEAN AND ORDERLY CONDITION. iii. TEMPORARY TOILET FACILITIES WILL BE PROVIDED BY THE CONTRACTOR, AND SHALL NOT USE THE OWNER’S FACILITIES. iv. THE OWNER SHALL FURNISH TEMPORARY WATER AND ELECTRICAL SUPPLY POINTS ON THE SITE, WHERE AVAILABLE. THE CONTRACTOR SHALL PROVIDE THE MEANS TO DELIVER THE WATER/ELECTRICAL TO HIS CONSTRUCTION AREA. v. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE NECESSARY CLEANING AND REPAIRING OF ADJACENT AREAS RESULTING FROM SAID CONTRACTOR'S OPERATIONS. vi. ALL WORK RELATING TO THE DISRUPTION OF EXISTING SERVICES SHALL BE COORDINATED WITH THE OWNER. vii. ALL PROTECTION AND SAFETY DEVICES TO INCLUDE TEMPORARY SAFETY RAILS SHALL BE PROVIDED BY THE CONTRACTOR AS IT RELATES TO THE SAFE CONDUCT OF HIS WORK IN ACCORDANCE WITH ALL LOCAL, STATE, AND FEDERAL REGULATIONS. viii. ALL APPROVED COLOR DRAW DOWNS, MATERIAL SUBMITTALS AND SHOP DRAWINGS ARE REQUIRED UPON COMPLETION OF PROJECT CLOSEOUT. ix.THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL FIELD MEASUREMENTS PRIOR TO FABRICATION OF MATERIALS. x. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ALL BLOCKING NECESSARY FOR THE INSTALLATION OF HIS WORK. xi. THE CONTRACTOR SHALL: CLEAN UP ALL WASTE MATERIALS, RUBBISH, AND DEBRIS RESULTING FROM CONSTRUCTION OPERATIONS AT SUCH FREQUENCIES AND LOCATIONS AS REQUIRED. - REPAIR, PATCH, AND TOUCH-UP MARRED SURFACES TO MATCH ADJACENT FINISHES DAMAGED BY HIS OWN OPERATIONS. - REMOVE FROM THE SITE ALL WASTE MATERIALS, RUBBISH, AND DEBRIS ON A DAILY BASIS. - OWNER TO PROVIDE ROLL OFF DISPOSAL CONTAINERS. xii. CONSTRUCTION PERSONNEL SHALL CONFINE THEIR ACTIVITIES TO THE DESIGNATED CONSTRUCTION AREAS AND THE ACCESS THERETO. v. 7.2024 18 xiii. ELEVATOR USE: DO NOT USE ELEVATORS. xiv. CONTRACTOR TO PROVIDE PAINT CLEANUP CONTAINMENT SYSTEMS. xv. COORDINATE WORK ACTIVITIES WITH EVENTS SCHEDULED AND SHALL NOT DISRUPT SPECTRUM FIELD ACTIVITIES AT ANY TIME. SPECTRUM FIELD SHALL BE OPEN DURING CONSTRUCTION AND CONTRACTOR SHALL COORDINATE HIS ACTIVITY WITH MINIMAL OR NO DISRUPTION OF BHF ACTIVITIES. SEE CURRENT ACTIVITY SCHEDULE WHICH IS SUBJECT TO CHANGE. C. GENERAL CONDITIONS i. THE AIA A104 GENERAL CONDITIONS (2017) SHALL BE APPLICABLE, EXCEPT AS AMENDED HEREIN. ii. PROVIDE WARRANTIES AS DEFINED IN THE CONTRACT. D. MISCELLANEOUS CRITERIA i. REFER TO ICRI GUIDELINE #120.1(2009) REGARDING GUIDELINES AND RECOMMENDATIONS FOR SAFETY IN THE CONCRETE REPAIR INDUSTRY. ii. CONTRACTOR IS RESPONSIBLE FOR MEANS AND METHODS OF CONSTRUCTION TO ENSURE THE SAFETY OF THE PROJECT UNTIL THE WORK IS COMPLETED. THIS INCLUDES, BUT IS NOT LIMITED TO, THE ADDITION OF WHATEVER TEMPORARY BRACING, SHORING, GUYS, OR TIE- DOWNS THAT MAY BE NECESSARY. SUCH MATERIAL SHALL BE REMOVED AND SHALL REMAIN THE PROPERTY OF THE CONTRACTOR AFTER COMPLETION OF THE PROJECT. NOTE: TEMPORARY SHORING SHALL BE DESIGNED BY A STRUCTURAL ENGINEER REGISTERED IN FLORIDA, EMPLOYED BY THE CONTRACTOR. iii. APPLICABLE BUILDING CODES: 2023 FLORIDA BUILDING CODE, WITH CURRENT AMENDMENTS. iv. COORDINATE ALL DIMENSIONS AND ELEVATIONS WITH THE EXISTING CONDITIONS. v. CONTACT ENGINEER WITH ANY QUESTIONS OR DISCREPANCIES FOUND ON DRAWINGS. vi. SUBMIT SHOP DRAWINGS AND/OR PRODUCT DATA FOR REVIEW BY THE ENGINEER ON ALL COMPONENTS AND PRODUCTS SPECIFIED FOR THE PROJECT. CONTRACTOR IS TO SPECIFICALLY IDENTIFY WHERE SUBMITTED REPAIR PRODUCTS ARE TO BE USED. ALLOW ONE WEEK REVIEW TIME AFTER RECEIPT OF SUBMITTALS BY THE ENGINEER. ALL SUBMITTALS SHALL BE CHECKED AND SIGNED BY THE GENERAL CONTRACTOR. vii. RESTORE ALL DISTURBED AREAS TO THEIR ORIGINAL CONDITION. E. A FINAL SET OF AS-BUILT DRAWINGS IS REQUIRED UPON COMPLETION OF THE PROJECT. DESIGN CRITERIA i. LIVE LOADS a. ELEVATED CONCOURSE LEVEL - 100 PSF (ORIGINAL DESIGN) ii. WIND LOADS a.145 MPH, RISK CATEGORY II, EXPOSURE “C”) II. DEMOLITION AND REMOVAL A. REMOVE ALL ITEMS NOTED ON THE DRAWINGS, OR AS REQUIRED, TO MAKE THE SPECIFIED REPAIRS. B. ALL DEMOLISHED MATERIALS TO BE REMOVED FROM THE SITE AND DEPOSITED AT A REGULATED DUMP SITE. OWNER TO PROVIDE CITY SOLID WASTE ROLL OFF CONTAINERS. NO EPA REGULATED MATERIALS SHALL BE PLACED IN ROLL OFF CONTAINERS. PLEASE NOTE: PHONE NUMBER IS ON THE SIDE OF THE CONTAINER FOR PULLS AND BROUGHT BACKS. CONTAINERS HAVE CONTRACT NUMBERS THAT SHALL BE USED FOR PULLS. C. PROVIDE ALL SHORING NECESSARY TO PROTECT THE STRUCTURE DURING THE DEMOLITION PROCESS, AND UNTIL THE WORK IS COMPLETED. v. 7.2024 19 D. MAINTAIN THE BUILDING IN A WATERTIGHT CONDITION WHEN SUBJECT TO INCLEMENT WEATHER. E. DUST CONTROL: 1.. CONTRACTOR TO TAKE ALL NECESSARY PRECAUTIONS TO LIMIT DUST DURING THE COURSE OF THE PROJECT. (CLEAN UP AS NECESSARY.) 2. CONTRACTOR TO PROTECT ELEVATORS FROM EXCESSIVE DUST AT ALL TIMES. III.A. CONCRETE REPAIRS A. DESCRIPTION 1. WORK INCLUDED: PROVIDE CONCRETE REPAIRS INCLUDING FORMWORK AS SPECIFIED HEREIN, AND AS NEEDED FOR A COMPLETE AND PROPER INSTALLATION. 2. DAMAGED REINFORCING STEEL SHALL BE CLEANED AND COATED AS SPECIFIED BELOW OR REPLACED (WITH SAME SIZE BAR AND SPLICES) AS DIRECTED BY THE ENGINEER. B. QUALITY ASSURANCE 1. USE ADEQUATE NUMBERS OF SKILLED WORKMEN WHO ARE THOROUGHLY TRAINED AND EXPERIENCED IN THE NECESSARY CRAFTS AND WHO ARE COMPLETELY FAMILIAR WITH THE SPECIFIED REQUIREMENTS AND THE METHODS NEEDED FOR PROPER PERFORMANCE OF THE WORK OF THIS SECTION. 2. COMPLY WITH "SPECIFICATIONS FOR STRUCTURAL CONCRETE FOR BUILDINGS," ACI 301, AND “CONCRETE REPAIR GUIDE” , ACI 546R, EXCEPT AS MODIFIED HEREIN. 3. INSTALL ALL PRODUCTS IN STRICT ACCORDANCE WITH MANUFACTURER'S REQUIREMENTS. 4. SUBMIT PRODUCT DATA SHEETS ON ALL CONCRETE REPAIR PRODUCTS TO BE USED, TO INCLUDE APPLICATION LOCATIONS AND MANUFACTURER'S CERTIFICATE OF APPLICATION. SUBMIT BY EMAIL (PROIVDE FOUR SETS IN A THREE-RING BINDERAT THE END OF THE PROJECT) 5. CONTRACTOR TO PROVIDE MOCK-UP OF THE TYPICAL REPAIR FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. C. SOUNDING AND SAW CUTTING 1. SOUND CONCRETE SURFACES TO VERIFY THE EXTENT OF THE AREA TO BE REPAIRED IN ACCORDANCE WITH THE PROCEDURES SPECIFIED HEREIN. CONTRACTOR TO HAVE AVAILABLE (ON-SITE) A PACHOMETER TO LOCATE REINFORCING STEEL IN THE CONCRETE. 2. SAW CUT AROUND THE AREA OF DETERIORATION TO A MINIMUM DEPTH OF 3/4 INCH. DO NOT CUT EMBEDDED REINFORCING UNLESS DIRECTED BY THE ENGINEER. 3. WHERE POSSIBLE, THE CONCRETE AREAS REMOVED SHALL BE RECTANGULAR IN SHAPE. D. CONCRETE REMOVAL 1. REMOVE ALL DELAMINATED, UNSOUND, OR OTHERWISE UNSUITABLE CONCRETE. 2. IF THE DETERIORATION OCCURS OVER REINFORCING BARS, REMOVE ALL OF THE CONCRETE AROUND EACH BAR TO ALLOW A MINIMUM OF 3/4 INCH ALL AROUND THE BAR WITH THE EXCEPTION OF VERTICAL COLUMN BARS. DO NOT REMOVE CONCRETE BEHIND VERTICAL COLUMN BARS (TOWARD THE CENTER OF THE COLUMN) UNLESS DIRECTED TO DO SO BY THE ENGINEER. DO NOT CUT ANY REINFORCING BARS WITHOUT THE APPROVAL OF THE ENGINEER. SEE ICRI GUIDELINE #310.1R (2008). 3. AVOID FRACTURING OF THE AGGREGATE AT THE SURFACE OF THE EXCAVATION. SOME “SOUND” CONCRETE MAY HAVE TO BE REMOVED TO ADEQUATELY EXPOSE AND CLEAN THE REINFORCING FOR ITS FULL LENGTH. 4. MAXIMUM CARE IS TO BE TAKEN TO NOT DAMAGE ADJACENT CONCRETE THAT IS TO REMAIN. v. 7.2024 20 5. AVOID DAMAGING THE BOND OF THE BARS THAT EXTEND INTO THE ADJACENT EXISTING CONCRETE BY MINIMIZING VIBRATION OF THOSE BARS DURING THE CONCRETE REMOVAL PROCESS. 6. CONTRACTOR TO PROVIDE PLYWOOD COVERS OVER EXCAVATED AREAS AT ALL WALK AREAS UNTIL REPAIRS ARE COMPLETE. COVERS ARE TO BE SECURED TO THE DECK SURFACE, AND APPROPRIATELY MARKED PER SAFETY REQUIREMENTS. E. FORMS 1. DESIGN, ERECT, SUPPORT, BRACE, AND MAINTAIN FORMWORK SO IT WILL SAFELY SUPPORT VERTICAL AND LATERAL LOADS WHICH MIGHT BE APPLIED UNTIL SUCH LOADS CAN BE SUPPORTED SAFELY BY THE REPAIRED CONCRETE STRUCTURE. 2. CONSTRUCT FORMS TO THE EXACT SIZES SHAPES, LINES, AND DIMENSIONS SHOWN, AND AS REQUIRED TO OBTAIN ACCURATE ALIGNMENT, LOCATION, GRADES, AND LEVEL AND PLUMB WORK IN THE FINISHED STRUCTURE. F. REINFORCING STEEL (WHERE REPLACEMENT REQUIRED) 1. PROVIDE REPLACEMENT REINFORCING STEEL AS DIRECTED BY THE ENGINEER WITH ASTM A615, GRADE 60 REINFORCING BARS. 2. PROVIDE MECHANICAL REBAR SPLICES BY BAR SPLICE PRODUCTS, INC. (OR EQUAL) AS DIRECTED BY THE ENGINEER; (OR WELD WITH FULL BUTT OR VEE WELD PER AWS D1.4 (PREHEAT) WITH E60XX OR E70XX LOW HYDROGEN ELECTRODES. CONTRACTOR TO PROVIDE WELDER CERTIFICATION BEFORE PROCEEDING WITH THE WORK. 3. GENERAL GUIDELINES: REPLACE OR SUPPLEMENT ANY EXISTING REINFORCING BARS WITH A LOSS OF AREA IN EXCESS OF 15% WITH NEW REINFORCING BARS. LAP IN ACCORDANCE WITH ACI REQUIREMENTS, BUT NLT 30", UNLESS OTHERWISE DIRECTED BY THE ENGINEER. INCREASE LAPS AS REQUIRED FOR EPOXY COATED BARS. BARS WITH AN ABSENCE OF DEFORMATIONS ARE CONSIDERED DEFICIENT. ANY REINFORCING THAT IN THE ENGINEER’S JUDGEMENT IS INADEQUATE DUE TO DETERIORATION, DAMAGED DURING THE REPAIR PROCESS, OR IS INADEQUATE FOR ANY OTHER REASON SHALL BE REPLACED. INSTALL ALL OTHER REINFORCING AS SHOWN ON THE DETAILS. 4. RE-TIE ALL EXPOSED BARS TO EXPOSED CROSSING BARS. (100%) 5. RE-TIE ALL EXPOSED BARS TO IMBEDDED CROSSING BARS - (30%) - UNLESS OTHERWISE DIRECTED BY ENGINEER. G. SURFACE PREPARATION 1. PREPARE CONCRETE AND REINFORCING STEEL SURFACES IN ACCORDANCE WITH THE MANUFACTURER'S REQUIREMENTS, AND ICRI GUIDELINE NO. 310.1R (2008). 2. WIRE BRUSH OR MECHANICALLY CHIP SUBJECT AREAS OF ALL LOOSE MATERIALS. 3. CLEAN AREA OF ALL DUST, LATENCE, OR OTHER SURFACE CONTAMINANTS. 4. ALL EXPOSED STEEL REINFORCEMENT (IF ANY) MUST BE CLEANED (BY WIRE WHEEL) AND EXPOSED 100% OF ITS CIRCUMFERENCE (U.O.N.). ONCE CLEANED, AND PRIOR TO THE REPAIR APPLICATION, THE EXPOSED METAL SHOULD BE COATED WITH BONDING AND ANTI-CORROSION AGENT WHERE BARS HAVE LESS THAN ONE AND ONE-HALF (1-1/2) INCHES OF COVER, AND ARE NOT PROTECTED BY A WATERPROOF MEMBRANE. (DO NOT COAT BARS WHERE A CATHODIC PROTECTION SYSTEM IS INSTALLED.) 5. DAMPEN CONCRETE SURFACE TO BE REPAIRED WITH CLEAN WATER (SSD), BUT MAKE SURE THERE IS NO STANDING WATER. 6. ALL CONCRETE SURFACES SHOULD BE PRIMED WITH A SLURRY (FROM SELECTED REPAIR MATERIAL) AND SCRUBBED INTO THE SUBSTRATE. (REFER TO MANUFACTURER'S SPECIFICATIONS.) v. 7.2024 21 7. DO NOT FEATHER EDGE REPAIR MATERIALS. SAW CUT AND CHIP BACK REPAIR AREA, TO INSURE A MINIMUM 1/2" MATERIAL THICKNESS AT EDGE OF REPAIR AREA. H. MATERIAL SELECTION 1. SELECT THE APPROPRIATE PATCH MATERIAL AND METHOD BASED ON THE CRITERIA ESTABLISHED IN THE DETAILS AND/OR SPECIFICATIONS. 2. PROVIDE 1/4" TO 1/2" AGGREGATE IN REPAIR AREAS WHEN THE DEPTH OF THE REPAIR EXCEEDS 1". TYPE, SIZE AND QUANTITY OF THE AGGREGATE SHALL BE IN ACCORDANCE WITH THE MANUFACTURER’S RECOMMENDATIONS. 3. FORMED AND POURED PATCHES ARE PREFERRED BUT IN SOME INSTANCES TROWELED PATCHES MAY BE ADVISABLE FOR SPECIFIC CONDITIONS. CONFER WITH THE ENGINEER. 4. INSTALL ALL MATERIALS IN STRICT COMPLIANCE WITH THE MANUFACTURER’S RECOMMENDATIONS. CONCRETE TO CONCRETE BONDING COMPOUNDS ARE TO BE USED ONLY WHERE SPECIFICALLY SHOWN ON THE DETAILS OR APPROVED BY THE ENGINEER. I. REPAIR MATERIALS (STO, MASTER BUILDERS, OR APPROVED EQUAL). NOTE: SIKA AND EUCLID ARE APPROVED EQUAL WHERE APPLICABLE. 1. FLEXIBLE CRACK FILLER: Sikaflex HY 150 (MASTERSEAL NP150) 2.BONDING AND ANTI-CORROSION AGENT: Sika Armatec-110 (MASTEREMACO P124). 3. REPAIR MESH: Sika Flexitape Heavy (MASTERSEAL 995) 4. EPOXY BINDER: Sikadur 35 Hi-Mod LV 5. QUICK SET EPOXY GEL: Sikadur 33 6. EPOXY GROUT: STO CR639, OR Sikadur 42 Grout Pak. 7. TROWEL GRADE MORTAR: HORIZONTAL REPAIRS – Sikalastic 350 Epoxy Mortar 0 to 1-1/2” (MASTERSEAL 350) FOR VERTICAL REPAIRS – SikaEmaco 425 Gel Patch (MASTEREMACO N425). 8.OVERHEAD MORTAR: SikaEmaco 425 Gel Patch / SikaQuick VOH. 9. FULL DEPTH REPAIR MORTAR: SikaEmaco 440 (MASTEREMACO S 440). 10. FLOWABLE MORTAR: SikaEmaco 440 (MASTEREMACO S 440) or Sika Emaco 440 MC MORTAR FOR PUMP APPLICATION. 11. THIN OVERLAY: Sikalastic 350 (MASTERSEAL 350) / SikaQuick 1000 or SikaEmaco 1061 (MASTEREMACO T 1061). 12. NON-SHRINK GROUT: SikaGrout 212. 13. EXPANSIVE GROUT: SikaGrout 928. 14. REPAIR MORTAR: SikaQuick 1000 15. EVAPORATION RETARDER: SikaGaurd- 50 (MASTERKURE ER 50). 16. PROVIDE OTHER MATERIALS, NOT SPECIFICALLY DESCRIBED BUT REQUIRED FOR A COMPLETE AND PROPER INSTALLATION, AS SELECTED BY THE CONTRACTOR SUBJECT TO THE APPROVAL OF THE ENGINEER. J. SUPPLEMENTAL ANCHORS 1. INSTALL STAINLESS STEEL ANCHORS AND RODS AS SHOWN ON DETAILS OR AS DIRECTED BY THE ENGINEER. KEEP SUBSTRATE SURFACE CLEAN AND FREE OF EPOXY. THOROUGHLY CLEAN v. 7.2024 22 OFF ALL EPOXY RESIDUE FROM THE SUBSTRATE. AVOID PLACING THE ANCHORS OR RODS IN CONTACT WITH THE REINFORCING STEEL WITHIN THE EXCAVATION. IF CONTACT IS MADE, COAT THE COMMON SURFACES WITH ANTI- CORROSION AGENT. K. PLACING CONCRETE REPAIR MATERIALS: 1. INSTALL REPAIR MATERIALS IN ACCORDANCE WITH ICRI GUIDELINE #03731, AND THE MANUFACTURER'S REQUIREMENTS IN A CONTINUOUS OPERATION, WITHIN LIMITS OF THE REPAIR AREAS, UNTIL THE PLACING IS COMPLETED. 2. BRING SURFACES TO THE CORRECT LEVEL WITH A STRAIGHT EDGE, AND THEN STRIKE OFF. 3. USE FLOATS TO SMOOTH THE SURFACE, LEAVING THE SURFACE FREE FROM BUMPS AND HOLLOWS. 4. PROVIDE MASTER BUILDER’S CONFILM AS REQUIRED TO REDUCE SURFACE MOISTURE EVAPORATION AND RESULTANT PLASTIC SHRINKAGE. APPLY EVAPORATION REDUCER IN ACCORDANCE WITH MANUFACTURER’S REQUIREMENTS. 5. DO NOT SPRINKLE WATER ON THE PLASTIC SURFACE. 6. CURE REPAIRED AREA IN ACCORDANCE WITH ACI 308, “STANDARD PRACTICE FOR CURING CONCRETE”, BY MOISTURE CURE, COVER WITH SHEET MATERIALS CONFORMING TO ASTM C171, OR WATER BASED CURING COMPOUND PER ASTM C309. NOTE: ALWAYS VERIFY COMPATIBILITY OF CURING COMPOUNDS WITH FINISH SURFACE MATERIALS. L. CRACK REPAIRS 1. CONCRETE - ROUT AND CLEAN WITH COMPRESSED AIR: REPAIR WITH STO- EPOXY GEL OR STO CR633 EPOXY BINDER BY GRAVITY FEED, AS APPLICABLE. CONSULT ENGINEER AS REQUIRED. (REFER TO ACI RAP #2) 2. CRACK INJECTION - AS DIRECTED BY ENGINEER. (REFER TO SECTION III.B. BELOW. 3. NON-STRUCTURAL CONCRETE - HAIRLINE CRACKS LESS THAN 1/32": CLEAN SURFACE AND CLEAN JOINT WITH COMPRESSED AIR. APPLY ACURON 2000 OVER JOINT (SATURATE) PRIOR TO APPLYING SURFACE COATING. M. GALVANIC ANODES - (NOT USED) N. RE-LEVELING OF THE ELEVATED FLOORS (NOT USED). 0. REMEDIAL WORK 1. REPAIR OR REPLACE DEFICIENT WORK AS DIRECTED BY THE ENGINEER AND AT NO ADDITIONAL COST TO THE OWNER. P. PAY QUANTITY 1. UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL VERIFY THE ACTUAL QUANTITY OF UNIT PRICE CONCRETE REPAIRS BY MEASUREMENT (OR) MATERIAL BAG COUNT, AS APPLICABLE. 2. SUBJECT TO ENGINEER OR OWNER REPRESENTATIVE CONFIRMATION, THE CONTRACTOR WILL BE PAID FOR QUANTITIES VERIFIED. III.B. EPOXY INJECTION A. GENERAL REQUIREMENTS 1. FURNISH ALL LABOR, MATERIALS, TOOLS AND EQUIPMENT, AND PERFORM ALL OPERATIONS NECESSARY FOR THE CRACK INJECTION WORK. v. 7.2024 23 2. THE INSTALLATION OF PORTS AND THE INJECTION OF SPECIFIED MATERIALS SHALL PROCEED AS INDICATED IN THE SEQUENCE OF WORK. 3. DESIGNATED CRACKS TO BE INJECTED FULL LENGTH OF THE CRACKS. 4. SPECIFIED MATERIALS WILL BE INJECTED UNDER SUCH PRESSURE SO AS NOT TO DAMAGE THE EXISTING STRUCTURE. 5. WORK TO BE IN ACCORDANCE WITH ACI RAP #1 AS SHOWN IN THE DRAWINGS. B. MATERIALS 1. ALL MATERIALS SHALL BE DELIVERED TO THE SITE IN UNDAMAGED, UNOPENED CONTAINERS BEARING THE MANUFACTURER'S ORIGINAL LABELS. MATERIALS SHALL BE NON-FLAMMABLE AND NON-TOXIC 2. CAP SEAL - SIKADUR 31 BY SIKA CORPORATION, OR APPROVED EQUAL (AT EPOXY FILLED CRACKS). 3. WHERE SPECIFIED BY THE ENGINEER, THE SEALING MATERIALS SHALL BE A POLYURETHANE GROUT AND ACCELERATOR SYSTEM MARKETED UNDER THE NAMES OF HYDRO-ACTIVE GROUT WITH ACCELERATOR HYDRO-ACTIVE CAT SUPPLIED BY DE NEEF CONSTRUCTION CHEMICALS (US), INC. (OR APPROVED EQUAL). 4. WHERE SPECIFIED BY THE ENGINEER, THE EPOXY MATERIALS SHALL BE SIKADUR 35, SIKADUR 52, OR SIKADUR INJECTION GEL (OR APPROVED EQUAL). C. INSTALLING PORTS 1. CLEAN CONCRETE SURFACE AT CRACKS AS REQUIRED FOR PROPER INSTALLATION OF THE CAP SEAL. 2. PROVIDE SURFACE MOUNT OR SOCKET PORTS AS REQUIRED BY THE PROJECT CONDITIONS. SPACING OF INJECTION PORTS SUBJECT TO THE WIDTH OF THE CRACKS, BUT NO LESS THAN THICKNESS OF CONCRETE TO BE INJECTED. 3. INSTALL INJECTION PORTS COMPATIBLE WITH THE INJECTION MATERIALS. 4. FLUSH CRACKS AS REQUIRED BY THE MATERIALS MANUFACTURER. D. STORAGE, MIXING AND HANDLING 1. STORAGE, MIXING AND HANDLING OF THE CHEMICAL MATERIALS AND THE ACCELERATOR, SHALL BE IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND ALL APPLICABLE SAFETY CODES, AND SHALL BE PERFORMED IN SUCH A MANNER AS TO MINIMIZE HAZARD TO PERSONNEL. E. PUMPS 1.HAND OPERATED, AIR DRIVEN OR ELECTRICAL POSITIVE DISPLACEMENT PUMPS CAN BE USED. ONE TO FIVE GALLONS PER MINUTE DELIVERY IS NORMALLY SATISFACTORY. PUMPS MUST BE FLUSHED WITH WASHING AGENT FOR AT LEAST TWO MINUTES BEFORE AND AFTER THE GROUTING OPERATION. F. QUALITY CONTROL 1. CONTRACTOR TO PROVIDE MOCK-UP OF TYPICAL CRACK INJECTION FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. 2. EPOXY INJECTION PROCEDURES SUBJECT TO ICRI GUIDELINE #03734. 3. CORE SAMPLES SHALL BE TAKEN AS NOTED BELOW. G. PROCEDURES v. 7.2024 24 1. INSTALL CAP SEAL (1" WIDE X 3/16" THICK, PROX.) AT EPOXY FILLED CRACKS. 2. INJECT SPECIFIED MATERIALS PER MANUFACTURER’S REQUIREMENTS UNDER SUFFICIENT PRESSURE AND FOR THE LENGTH OF TIME NECESSARY TO FILL ALL VOIDS. 3. CORES (2" IN DIAMETER) SHALL BE TAKEN TO CONFIRM THE RESULTS OF THE INJECTION (PER LOCATIONS DESIGNATED BY ENGINEER). i. THREE (3) PER FIRST 100 LF. ii. ONE PER 150 LF, THEREAFTER. 4. PATCH CORE HOLES WITH REPAIR GROUT. CRACKS FOUND NOT TO BE FULLY INJECTED (PER CORE SAMPLES) SHALL BE RE-INJECTED, AND SUBSEQUENTLY RE- CORED. 5. REMOVE INJECTION PORTS AND EXCESS RESIN ON SURFACE OF CONCRETE (BY GRINDING). H. PAYMENT 1. THE OWNER WILL PAY THE CONTRACTOR A UNIT PRICE FOR EACH LINEAL FOOT OF CRACK INJECTED OR GRAVITY FED, AS APPLICABLE. 2. THE UNIT PRICE SHALL INCLUDE THE COST OF THE SAMPLE CORES, AND PATCHING OF SAME. III.C. CORROSION INHIBITOR - NOT USED III.D. URETHANE/SILICONE CRACK REPAIR A. GENERAL REQUIREMENTS 1.FURNISH ALL LABOR, MATERIALS, TOOLS AND EQUIPMENT, AND PERFORM ALL OPERATIONS NECESSARY FOR THE CRACK REPAIR WORK. 2. THE INSTALLATION OF SPECIFIED MATERIALS SHALL PROCEED AS INDICATED IN THE SEQUENCE OF WORK. 3. DESIGNATED CRACKS TO BE FILLED LENGTH OF THE CRACKS. B. MATERIALS 1. ALL MATERIALS SHALL BE DELIVERED TO THE SITE IN UNDAMAGED, UNOPENED CONTAINERS BEARING THE MANUFACTURER'S ORIGINAL LABELS. MATERIALS SHALL BE NON-FLAMMABLE AND NON-TOXIC 2. WHERE SPECIFIED BY THE ENGINEER, THE SEALING MATERIALS SHALL BE A POLYURETHANE SEALANT SIKAFLEX NP1, SILICONE SEALANT TO BE SIKA 825 OR APPROVED EQUAL. 3. WHERE SPECIFIED BY THE ENGINEER, SILICONE SEALANT SHALL BE DOW- CORNING FC PARKING SEALANT OR APPROVED EQUAL. C. STORAGE, MIXING AND HANDLING 1. STORAGE, MIXING AND HANDLING OF THE CHEMICAL MATERIALS AND THE ACCELERATOR, SHALL BE IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND ALL APPLICABLE SAFETY CODES, AND SHALL BE PERFORMED IN SUCH A MANNER AS TO MINIMIZE HAZARD TO PERSONNEL. D. QUALITY CONTROL 1. CONTRACTOR TO PROVIDE MOCK-UP OF TYPICAL CRACK REPAIRS FOR ENGINEER REVIEW BEFORE PROCEEDING WITH THE WORK. E. PROCEDURES v. 7.2024 25 1. ROUT CRACKS WITH THE USE OF A CRACK CHASER (1/4" WIDE). 2. INSTALL SPECIFIED MATERIALS PER MANUFACTURER’S REQUIREMENTS. F. PAYMENT 1. THE OWNER WILL PAY THE CONTRACTOR A UNIT PRICE FOR EACH LINEAL FOOT OF CRACK REPAIR BY SEALANT OR GRAVITY FED EPOXY, AS APPLICABLE. 2. THE UNIT PRICE SHALL INCLUDE THE COST OF THE SAMPLE CORES, AND PATCHING OF SAME. IV. STRUCTURAL STEEL - NOT USED V. CARPENTRY - NOT USED VI. DECK MEMBRANE – SEE PLANS FOR SPECIFICATIONS VII. PAINTING - (COATING SYSTEMS BY SHERWIN WILLIAMS OR APPROVED EQUAL) (SEE EXHIBIT #1) A. SCOPE OF WORK 1. WORK IN GENERAL INCLUDES SURFACE PREPARATION, SURFACE REPAIR, AND APPLICATION OF THE PAINT COATING TO THE SUBSTRATES AND SYSTEMS OUTLINED IN THIS SPECIFICATION, AND AS REQUIRED BY THE MANUFACTURER. 2. BASE BID: WORK INCLUDES PAINTING AS NOTED ON THE SOV AND THE ATTACHED SPECIFICATIONS. 3. TOUCH UP ALL WORK UPON COMPLETION. 4. REMOVE ALL DEBRIS FROM PAINTING WORK FROM THE SITE AND LEAVE THE SITE IN A CLEAN AND WORKMANLIKE CONDITION. 5. ALL MATERIALS SHALL BE AS MANUFACTURED OR DISTRIBUTED BY TNEMEC (OR APPROVED EQUAL), AND DELIVERED ON THE JOB IN ORIGINAL, SEALED CONTAINERS. B. STORAGE AND USE OF PREMISES 1. THE PAINTING CONTRACTOR SHALL CONFINE HIS APPARATUS, MATERIALS STORAGE AND OPERATIONS OF HIS WORKMEN TO LIMITS INDICATED BY PROJECT REPRESENTATIVE. ALL MATERIALS USED ON THE JOB SHALL BE STORED IN A SINGLE PLACE DESIGNATED BY THE PROJECT REPRESENTATIVE. SUCH STORAGE SHALL BE KEPT CLEAN AND PAINTING CONTRACTOR SHALL BE LIABLE FOR DAMAGE TO SURROUNDING AREAS. 2. INFLAMMABLE MATERIAL AND/OR FIRE HAZARD WASTE SHALL BE STORED, HANDLED AND USED IN AN APPROVED MANNER AND SHALL BE REMOVED FROM THE SITE DAILY. C. WORKMANSHIP AND APPLICATION CONDITION 1. PAINT ONLY IN DRY WEATHER WHEN TEMPERATURE IS 50 DEGREES FAHRENHEIT OR HIGHER. STOP EXTERIOR WORK EARLY TO PERMIT PAINT FILM TO SET UP BEFORE CONDENSATION CAUSED BY NIGHT TEMPERATURE DROPS OCCUR. DO NOT BEGIN PAINTING UNTIL SURFACES ARE MOISTURE FREE. 2. PRIMERS AND PAINTS TO BE APPLIED BY BRUSH AND ROLL APPLICATION ONLY ON ALL EXTERIOR SURFACES. v. 7.2024 26 3. DO NOT VARNISH OR ENAMEL IN DIRECT SUNLIGHT. 4. KEEP PAINT AT ROOM TEMPERATURE. 5. SWEEP DUST, DIRT AND DEBRIS AWAY BEFORE PAINTING. 6. EXECUTE WORK IN ACCORDANCE WITH LABEL DIRECTIONS. COATING APPLICATIONS SHALL BE MADE IN STRICT CONFORMANCE TO THIS SPECIFICATION AND TO THE MANUFACTURER’S PAINT INSTRUCTIONS ON THE LABELS AND PRODUCT DATA SHEETS. 7. PAINT ONLY DRY WOOD (LESS THAN 15% MOISTURE). CEMENTICIOUS SUBSTRATES’ MOISTURE CONTENT MUST NOT EXCEED 25% PRIOR TO COATING APPLICATION. 8. ALL WORK SHALL BE ACCOMPLISHED BY SKILLED WORKMEN FAMILIAR WITH AND TRAINED TO DO THIS TYPE WORK; MOREOVER, THEY SHALL BE QUALIFIED TO OPERATE OR USE THE EQUIPMENT AND RIGGING NEEDED TO ACCOMPLISH THIS WORK. 9. ALL EQUIPMENT SHALL BE IN SOUND WORKING CONDITION AND MUST MEET ALL OSHA SAFETY STANDARDS. ALL WORKMEN SHALL BE AWARE OF AND TRAINED IN THE OPERATION OF ALL SAFETY EQUIPMENT REQUIRED FOR THIS PROJECT. 10. MATERIALS SHALL BE APPLIED EVENLY AND FREE OF RUNS, SAGS, PINHOLES OR LAP MARKS. 11. ONLY THE MANUFACTURER’S THINNERS MAY BE USED TO THIN THE RESPECTIVE PRODUCTS AND IN THE AMOUNTS PRESCRIBED. 12. ALL APPLICATION TOOLS AND EQUIPMENT SHALL BE IN GOOD WORKING ORDER AND SUITABLE FOR PROPER APPLICATION. 13. ALL SHRUBBERY, OUTSIDE WALKWAYS AND SPRINKLER SYSTEMS SHALL BE FULLY PROTECTED AGAINST DAMAGE DURING EACH STAGE OF THE PAINTING PROJECT. 14. ALL EXTERIOR SUBSTRATES DESIGNATED NOT TO RECEIVE PAINT COATINGS SHALL BE KEPT FREE OF PAINT RESIDUE, E.G. WINDOWS, WALKWAYS, FOLIAGE, ETC. D. SURFACE PREPARATION 1. CLEANING AND MILDEW CONTROL i. ALL EXTERIOR SURFACES TO BE PAINTED SHALL BE PRESSURE CLEANED (2500 PSI MIN.) TO REMOVE DIRT, MILDEW, CHALKED PAINT AND ANY FOREIGN MATERIALS DETERRENT TO THE NEW FINISH. ii. ALL SURFACES TO BE PAINTED SHALL BE WATERBLASTED WITH THE FOLLOWING SOLUTION TO REMOVE MILDEW, MILDEW SPORES, AND OTHER SURFACE CONTAMINANTS. MIX 1 PART BLEACH TO 3 PARTS WATER- MIX THOROUGHLY. LET SOLUTION REMAIN ON SURFACE 15 - 20 MINUTES AND THEN THOROUGHLY RINSE WITH POTABLE WATER. IF DIRT REMAINS, WASH WITH A NON-SUDSING DETERGENT (I.E. SOILAX). RINSE THOROUGHLY WITH POTABLE WATER AND ALLOW SURFACE TO DRY BEFORE PAINTING. iii. ANY LOOSE AND SCALING PAINT NOT REMOVED BY PRESSURE WASHING SHALL BE REMOVED BY WIRE BRUSHING OR OTHER SUITABLE POWER TOOL CLEANING. 2. MASONRY/STUCCO SUBSTRATES - (NOT USED) 3. FERROUS METAL SUBSTRATES i. METALS SHOWING SIGNS OF RUST DEGRADATION SHALL BE POWER TOOL CLEANED PER SSPC-SP 3, TREATED WITH OSPHO AND PRIMED PER PAINT SCHEDULE UNLESS OTHERWISE SPECIFIED. 4. WOOD SUBSTRATES v. 7.2024 27 i. ALLOW WOOD (P.T., AND NON-P.T.) TO DRY SIXTY (60) DAYS BEFORE PAINT (OR UNTIL MOISTURE CONTENT IS BELOW 15%). ii. PRIME WOOD SURFACE WITH PRIMER. PER PAINT SCHEDULE, U.O.N. iii. ALL RUSTY NAIL HEADS SHALL BE TREATED WITH A PHOSPHORIC ACID BASE SOLUTION. (OSPHO, OR EQUAL), COUNTER SUNK AND PUTTIED WITH DAP PAINTERS PUTTY, OR EQUAL, OR SPOT PRIMED TO PREVENT FURTHER BLEED. 5. CONTRACTOR TO PROVIDE ALL NECESSARY PROTECTION OF THE ADJACENT STRUCTURE TO PREVENT OVER-SPRAY. E. CRACKS IN EXISTING STUCCO VERTICAL WALLS MORE THAN 1/8" IN WIDTH - (NOT USED) F. COLOR SELECTION 1. CONTRACTOR TO PROVIDE COLOR SAMPLES OF ALL PAINT SURFACES FOR OWNER REVIEW. 2. COLOR TO MATCH ADJACENT COLOR. G. EXTERIOR EXPOSED STEEL / RUSTED METAL 1. REFER TO SCOPE OF WORK REFERENCED ABOVE. (EXHIBIT 1). H. EXISTING PAINTED SURFACES 1. MATCH EXISTING COLORS. VIII. MISCELLANEOUS A. FIELD MEASUREMENT/SUBMITTALS 1. THE CONTRACTOR SHALL VERIFY ALL MEASUREMENTS IN THE FIELD PRIOR TO SUBMITTAL OF SHOP DRAWINGS. 2. ALL FIELD OBTAINED DIMENSIONS SHALL BE REFLECTED IN THE SHOP DRAWINGS WHEN SUBMITTED TO THE ENGINEER FOR REVIEW. 3. ACCURACY OF FIELD DIMENSIONS SHALL BE THE COMPLETE RESPONSIBILITY OF THE CONTRACTOR. B. AS-BUILT DRAWINGS 1. PROVIDE A SET OF AS-BUILT DRAWINGS REFLECTING ALL CHANGES TO THE DESIGN DOCUMENTS UPON COMPLETION OF THE PROJECT AND SHALL BE PROVIDED AS PART OF THE CLOSEOUT DOCUMENTS INCLUDING THREE (3) HARD COPIES IN THREE RING BINDERS, PLUS THREE (3) ELECTRONIC FILES. (THUMB DRIVE) C. DRILLED ANCHORS 1. ALL DRILLED BOLTS AND REBAR INTO CONCRETE SHALL USE STO EPOXY GEL, OR HILTI (HIT HY150) SYSTEM, OR APPROVED EQUAL. BOLTS SHALL BE AISI 304 STAINLESS STEEL U.O.N. 2. ALL TAPCON TYPE FASTENERS SHALL BE ELCO WITH STALGARD FINISH, OR EQUAL. (PROVIDE STAINLESS STEEL WHERE SPECIFIED.) 3 . ALL SELF-DRILLING SCREWS SHALL BE ELCO (WITH STALGARD FINISH (OR EQUAL). PROVIDE STAINLESS STEEL WHERE SPECIFIED. SECTION IV - A SUBSECTION 0005 - EXHIBITS v. 7.2024 28 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024/2025) PENNONI PROJECT NO. CLWRC25002 CITY OF CLEARWATER PURCHASE ORDER NO. 25000849 Exhibit Description A. Sherwin Williams Specifications B. Unit Price Summary C. Project Closeout D. SIKA Report Regarding Existing Membranes EXHIBIT 1 SHERWIN WILLIAMS SPECIFICATIONS Product Submittal Bay Care Miscellaneous Painting BAYCARE BALLPARK Presented By: Christopher Krueger SALES- Sales Representative PC Commercial +1 (813) 394-4894 christopher.j.krueger@sherwin.com SHERWIN-WILLIAMS 5200 S DALE MABRY HWY TAMPA, FL 33611 9999 (813) 805-6992 July 22, 2024 BAYCARE BALLPARK Bay Care Miscellaneous Painting July 22, 2024 Exterior Finishes Previously Coated Ferrous Railings Spot Prime: B58W00610 - Macropoxy® 646 Fast Cure Epoxy Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and remove loose paint and rust. Sand existing coating to dull finish and wipe clean. Spot prime all areas of raw metal tightly adhered rust with Macropoxy 646 at 7.5 -12 wet mils. Primer: B58W00610 - Macropoxy® 646 Fast Cure Epoxy v. 7.2024 29 Notes: Apply Macropoxy 646 at 7.5 - 12 wet mils. 2 Coats: B65W00831 - Acrolon Ultra High Performance Polyurethane Semi-Gloss Notes: Apply two coats of Acrolon Ultra at 3.5 - 5 wet mils. Galvanized Metal Railings Spot Prime: B65S00014 - Corothane® I - Aliphatic Finish Coat MIO/Aluminum Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and wire brush. Wipe surface clean. Spot Prime rusted areas as needed with Cortothane 1 Mio Aluminum at 3 - 4.5 wet mils. EFIS Primer: LX02W0050 - Loxon Concrete and Masonry Primer Notes: Pressure clean surface and allow to dry. Apply Loxon concrete and masonry prime at 5.3 - 8 wet mils. Finish: LX11W0051 - Loxon XP Waterproofing Masonry Coating Notes: Apply at 14.5 - 18.5 mils wet. Color and sheen to match existing as close as possible. Interior Finishes Ferrous Meal Brackets 2 Coats: B58W00610 - Macropoxy® 646 Fast Cure Epoxy Notes: Surface Preparation: SSPC-SP1 & SSPC-SP2. Clean surface and remove loose rust. Sand substrate to dull finish and wipe clean. Prime metal Brackets with two coats of Macropoxy 646 at 7.5 - 12 wet mils. Basic Surface Preparation Coating performance is directly affected by surface preparation. Coating integrity and service life will be reduced because of improperly prepared surfaces. As high as 80% of all coating failures can be directly attributed to inadequate surface preparation that affects coating adhesion. Proper product selection, surface preparation, and application affect coating performance. Coating integrity and service life will be reduced because of improperly prepared surfaces. Selection and implementation of proper surface preparation ensures coating adhesion to the substrate and prolongs the service life of the coating system. The majority of paintable surfaces are concrete, ferrous metal, galvanizing, wood and aluminum. They all require protection to keep them from deteriorating in aggressive environments. Selection of the proper method for surface preparation depends on the substrate, the environment, the coating selected, and the expected service life of the coating system. Economics, surface contamination, and the effect on the substrate will also influence the selection of surface preparation methods. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Verify the existence of lead based paints on the project. Buildings constructed after 1978 are less likely to contain lead based paints. If lead based paints are suspected on the project, all removal must be done in accordance with the EPA Renovation, Repair and Painting and all applicable state and local regulations. State and local regulations may be more strict than those set under the federal regulations. Verify that Owner has completed a Hazardous Material Assessment Report for the project prior to issuing of Drawings. Concluding that no lead based paints were found on project site, delete paragraph regarding lead based paints. v. 7.2024 30 WARNING! Removal of old paint by sanding, scraping or other means may generate dust or fumes that contain lead. Exposure to lead dust or fumes may cause brain damage or other adverse health effects, especially in children or pregnant women. Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment, such as a properly fitted respirator (NIOSH approved) and proper containment and cleanup. For more information, call the National Lead Information Center at 1-800-424-LEAD (in US) or contact your local health authority. Removal must be done in accordance with EPA Renovation, Repair and Painting Rule and all related state and local regulations. Care should be taken to follow all state and local regulations which may be more strict than those set under the federal RRP Rule. No exterior painting should be done immediately after a rain, during foggy weather, when rain is predicted, or when the temperature is below 50°F, unless the products to be used are designed to be used in those environments. Aluminum – S-W 1: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC- SP1, Solvent Cleaning. Block (Cinder and Concrete) – S-W 3: Remove all loose mortar and foreign material. Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement, and hardeners. Concrete and mortar must be cured at least 28 days at 75°F. The pH of the surface should be between 6 and 9. On tilt-up and poured-in-place concrete, commercial detergents and abrasive blasting may be necessary to prepare the surface. Fill bug holes, air pockets, and other voids with a cement patching compound (per ASTMD4261). Brick – S-W 4: Must be free of dirt, loose and excess mortar, and foreign material. All brick should be allowed to weather for at least one year followed by wire brushing to remove efflorescence. Treat the bare brick with one coat of Loxon Conditioner. Concrete and Masonry – Concrete, Poured – Exterior or Interior– S-W 5: The preparation of new concrete surfaces is as important as the surface preparation of steel. The following precautions will help assure maximum performance of the coating system and satisfactory coating adhesion: A. Cure – Concrete must be cured prior to coating. Cured is generally defined as concrete poured and aged at a material temperature of at least 75°F for at least 28 days unless specified products are designed for earlier application. B. Moisture – Reference ASTM F1869-98 Moisture Test by use of Calcium Chloride or ASTM D4263 Plastic Sheet Method Concrete must be free from moisture as much as possible (it seldom falls below 15%). Vapor pressures, temperature, humidity, differentials, and hydrostatic pressures can cause coatings to prematurely fail. The source of moisture, if present, must be located, and the cause corrected prior to coating. C. Temperature – Air, surface and material temperatures must be in keeping with requirements for the selected product during and after coating application, until coating is cured. D. Contamination – Remove all grease, dirt, paint, oil, laitance, efflorescence, loose mortar, and cement by the recommendations listed in the surface preparation section. E. Surface Condition – Hollow areas, bug holes, voids, honeycombs, fin form marks, and all protrusions or rough edges are to be ground or stoned to provide a continuous surface of suitable texture for proper adhesion of the coating. Imperfections may require filling, as specified, with a recommended Sherwin-Williams product. F. Concrete Treatment – Hardeners, sealers, form release agents, curing compounds, and other concrete treatments should be removed to ensure adequate coating adhesion and performance. v. 7.2024 31 Methods of Surface Preparation on Concrete per SSPC-SP13/NACE 6 or ICRI 03732 Surface Cleaning Methods: Vacuum cleaning, air blast cleaning, and water cleaning per ASTM D4258. Used to remove dirt, loose material, and/or dust from concrete. Detergent water cleaning and steam cleaning per ASTM D4258. Used to remove oils and grease from concrete. Prior to abrasive cleaning, and after abrasive cleaning, surfaces should be cleaned by one of the methods described above. Mechanical Surface Preparation Methods: Dry abrasive blasting, wet abrasive blasting, vacuum assisted abrasive blasting, and centrifugal shot abrasive blasting per ASTM D4259. Used to remove contaminants, laitance, and weak concrete, to expose subsurface voids, and to produce a sound concrete surface with adequate profile and surface porosity. High-pressure water cleaning or water jetting per SSPC-SP12-NACE5. Used to remove contaminants, laitance, and weak concrete, to expose subsurface voids, and to produce a sound concrete surface with adequate profile and surface porosity. Impact tool methods per ASTM D4259. Used to remove existing coatings, laitance, and weak concrete. Methods include scarifying, planing, scabbling, and rotary peening. Impact tools may fracture concrete surfaces or cause microcracking requiring surface repair. Power tool methods per ASTM D4259. Used to remove existing coatings, laitance, weak concrete, and protrusions in concrete. Methods include circular grinding, sanding, and wire brushing. These methods may not produce the required surface profile to ensure adequate adhesion of subsequent coatings. Chemical Surface Preparation Methods: Acid etching per ASTM D4260. Use to remove some surface contaminants, laitance, and weak concrete, and to provide a surface profile on horizontal concrete surfaces. This method requires complete removal of all reaction products and pH testing to ensure neutralization of the acid. Not recommended for vertical surfaces. Etching with hydrochloric acid shall not be used where corrosion of metal in the concrete is likely to occur. Adequate ventilation and safety equipment required. A. Clean surface per ASTM D4268 B. Wet surface with clean water C. Etch with 10-15% muriatic acid solution at the rate of 1 gallon per 75 square feet D. Scrub with stiff brush E. Allow sufficient time for scrubbing and until bubbling stops F. If no bubbling occurs, surface is contaminated. Refer to ASTM D4258 or ASTM D4259 G. Rinse surface two or three times. Remove acid/water each time. H. Surface should a texture similar to medium grit sandpaper. I. Neutralize surface with a 3% solution of tri-sodium phosphate and flush with clean water. J. Allow to dry and check for excess moisture. Cement Composition Siding/Panels – S-W 6: Remove all surface contamination by washing with an appropriate cleaner, rinse thoroughly and allow to dry. Existing peeled or checked paint should be scraped and sanded to a sound surface. Glossy surfaces should be sanded dull. Pressure clean, if needed, with a minimum of 2100 psi pressure to remove all dirt, dust, grease, oil, loose particles, laitance, foreign material, and peeling or defective coatings. Allow the surface to dry thoroughly. If the surface is new, test it for pH, many times the pH may be 10 or higher. Composition Board (Hardboard) – S-W 9: Some composition boards may exude a waxy material that must be removed with a solvent prior to coating. Whether factory primed or unprimed, exterior composition board siding (hardboard) must be cleaned thoroughly and primed with an alkyd primer. Copper – S-W 7: Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP2, Hand Tool Cleaning. Drywall—Interior and Exterior – S-W 8: Must be clean and dry. All nail heads must be set and spackled. Joints must be taped and covered with a joint compound. Spackled nail heads and tape joints must be sanded smooth and all dust removed prior to painting. Exterior surfaces must be spackled with exterior grade compounds. v. 7.2024 32 Galvanized Metal – S-W 10: Allow to weather a minimum of 6 months prior to coating. Clean per SSPC- SP1 using detergent and water or a degreasing cleaner, then prime as required. When weathering is not possible or the surface has been treated with chromates or silicates, first Solvent Clean per SSPC-SP1 and apply a test area, priming as required. Allow the coating to dry at least one week before testing. If adhesion is poor, Brush Blast per SSPC-SP16 is necessary to remove these treatments. Plaster – S-W 11: Must be allowed to dry thoroughly for at least 30 days before painting. Room must be ventilated while drying; in cold, damp weather, rooms must be heated. Damaged areas must be repaired with an appropriate patching material. Bare plaster must be cured and hard. Textured, soft, porous, or powdery plaster should be treated with a solution of 1 pint household vinegar to 1 gallon of water. Repeat until the surface is hard, rinse with clear water and allow to dry. Steel/Ferrous Metal Substrates SSPC-SP1- Solvent Cleaning: Solvent cleaning is a method for removing all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. Solvent cleaning does not remove rust or mill scale. Change rags and cleaning solution frequently so that deposits of oil and grease are not spread over additional areas in the cleaning process. Be sure to allow adequate ventilation. Follow manufacturer's safety recommendations when using solvents. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.1. (Refer to each products cleaning instructions. Many acrylic coatings will state; When cleaning the surface per SSPC-SP1, use only an emulsifying industrial detergent, followed by a water rinse. Do not use hydrocarbon solvents for cleaning.) SSPC-SP2 - Hand Tool Cleaning: Hand Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mil scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before hand tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.2. SSPC-SP3 - Power Tool Cleaning: Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mil scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before power tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in SSPC-SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.3. SSPC-SP5 / NACE 1 - White Metal Blast Cleaning: A White Metal Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP5/ NACE No.1. SSPC-SP6 / NACE 3 - Commercial Blast Cleaning: A Commercial Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP6/NACE No.3. SSPC-SP7 / NACE 4 - Brush-Off Blast Cleaning: A Brush-Off Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and v. 7.2024 33 loose paint. Tightly adherent mill scale, rust, and paint may remain on the surface. Mil scale, rust, and coating are considered adherent if they cannot be removed by lifting with a dull putty knife. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP7/NACE No.4. SSPC-SP10 / NACE 2 - Near-White Blast Cleaning: A Near White Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 5 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP 1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard SSPCSP10/ NACE No.2. SSPC-SP11 - Power Tool Cleaning to Bare Metal: Metallic surfaces that are prepared according to this specification, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxide corrosion products, and other foreign matter. Slight residues of rust and paint may be left in the lower portions of pits if the original surface is pitted. Prior to power tool surface preparation, remove visible deposits of oil or grease by any of the methods specified in SSPC -SP 1, Solvent Cleaning, or other agreed upon methods. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.11. SSPC-SP12 / NACE 5 - Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating: High- and Ultra -High Pressure Water Jetting for Steel and Other Hard Materials This standard provides requirements for the use of high- and ultra-high pressure water jetting to achieve various degrees of surface cleanliness. This standard is limited in scope to the use of water only, without the addition of solid particles in the stream. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP12/NACE No.5. SSPC-SP13 / NACE 6 or ICRI 03732 - Surface Preparation of Concrete: This standard gives requirements for surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. The requirements of this standard are applicable to all types of cementitious surfaces including cast-in-place concrete floors and walls, precast slabs, masonry walls and shotcrete surfaces. An acceptable prepared concrete surface should be free of contaminants, laitance, loosely adhering concrete, and dust, and should provide a dry, sound, uniform substrate suitable for the application of protective coating or lining systems. Depending upon the desired finish and system, a block filler may be required. For complete instructions, refer to Joint Surface Preparation Standard SSPC-SP13/NACE No.6 or ICRI 03732 SSPC-SP14 / NACE 8 – Industrial Blast Cleaning: This standard gives requirements for industrial blast cleaning of unpainted or painted steel surfaces by the use of abrasives. This joint standard allows defined quantities of mill scale and/or old coating to remain on the surface. An industrial blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, and dirt. Traces of tightly adherent mill scale, rust, and coating residue are permitted to remain on 10% of each unit area of the surface. The traces of mill scale, rust, and coating shall be considered tightly adherent if they cannot be lifted with a dull putty knife. Shadows, streaks, and discolorations caused by stains of rust, stains of mill scale, and stains of previously applied coating may be present on the remainder of the surface. SSPC-SP16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-Ferrous Metals: This standard covers the requirements for brush-off blast cleaning of uncoated v. 7.2024 34 or coated metal surfaces other than carbon steel by the use of abrasives. These requirements include visual verification of the end condition of the surface and materials and procedures necessary to achieve and verify the end condition. A brush-off blast cleaned non-ferrous metal surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, metal oxides (corrosion products), and other foreign matter. Intact, tightly adherent coating is permitted to remain. A coating is considered tightly adherent if it cannot be removed by lifting with a dull putty knife. High- and Ultra-High Pressure Water Jetting for Steel and Other Hard Materials: SSPC-SP WJ-1/NACE WJ-1: Clean to Bare Substrate (WJ-1) is intended to be similar to the degree of surface cleanliness of SSPC-SP 5/NACE 1, except that stains are permitted to remain on the surface. This standard is used when the objec-tive is to remove every trace of rust and other corrosion products, coating and mill scale. SSPC-SP WJ-2/NACE WJ-2: Very Thorough Cleaning (WJ-2) is intended to be similar to the degree of surface cleanliness of SSPC-SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objec-tive is to remove almost all rust and other corrosion products, coating, and mill scale. SSPC-SP WJ-3/NACE WJ-3: Thorough Cleaning (WJ-3) is intended to be similar to the degree of surface cleanliness of SSPC-SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objective is to remove much of the rust and other corrosion products, coating, and mil scale, leaving tightly adherent thin films. SSPC-SP WJ-4/NACE WJ-4: Light Cleaning (WJ-4) is intended to be similar to the degree of surface cleanli-ness of SSPC- SP 10/NACE 2, except that tightly adherent material, rather than only stains, is permitted to remain on the surface. This standard is used when the objective is to allow as much of the tightly adherent rust and other corro-sion products, coating, and mill scale to remain as possible, Discoloration of the surface may be present. Water Blasting NACE Standard RP-01-72: Removal of oil grease dirt, loose rust, loose mill scale, and loose paint by water at pressures of 2,000 to 2,500 psi at a flow of 4 to 14 gallons per minute. Stucco S-W 22 :Must be clean and free of any loose stucco. If recommended procedures for applying stucco are followed, and normal drying conditions prevail, the surface may be painted in 30 days. The pH of the surface should be between 6 and 9. Wood—Exterior – S-W 23: Must be clean and dry. Prime and paint as soon as possible. Knots and pitch streaks must be scraped, sanded, and spot primed before a full priming coat is applied. Patch all nail holes and imperfections with a wood filler or putty and sand smooth. Caulk should be applied after priming. Wood—Interior – S-W 24: All finishing lumber and flooring must be stored in dry, warm rooms to prevent absorption of moisture, shrinkage, and roughening of the wood. All surfaces must be sanded smooth, with the grain, never across it. Surface blemishes must be corrected and the area cleaned of dust before coating. Vinyl Siding, Architectural Plastics, PVC & Fiberglass: – S-W 24: Clean the surface thoroughly by scrubbing with warm, soapy water. Rinse thoroughly, prime with appropriate white primer. Do not paint vinyl with any color darker than the original color. Do not paint vinyl with a color having a Light Reflective Value (LRV) of less than 56 unless VinylSafe® Colors are used. If VinylSafe® Colors are not used and darker colors lower than an LRV of 56 are, the vinyl may warp. Follow all painting guidelines of the vinyl manufacturer when painting. Only paint properly installed vinyl siding. Deviating from the manufacturer's painting guidelines may cause the warranty to be voided. Previously Coated Surfaces – S-W 12: Maintenance painting will frequently not permit or require complete removal of all old coatings prior to repainting. However, all surface contamination such as oil, grease, loose paint, mill scale dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to assure sound bonding to the tightly adhering old paint. Glossy surfaces of old paint films must be clean and dull before repainting. Thorough washing with an abrasive cleanser will clean and dull in one operation, or, wash thoroughly and dull by sanding. Spot v. 7.2024 35 prime any bare areas with an appropriate primer. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system. Check for compatibility by applying a test patch of the recommended coating system, covering at least 2 to 3 square feet. Allow to dry one week before testing adhesion per ASTM D3359. If the coating system is incompatible, complete removal is required per ASTM D4259. Touch-Up, Maintenance and Repair For a protective coating system to provide maximum long-term protection, regularly scheduled maintenance is required. Maintenance includes inspection of painted areas, cleaning of surfaces to remove oils, chemicals, and other contaminants, and touch-up of areas where the coatings have been damaged. Highly corrosive areas, such as those subjected to frequent chemical spillage, corrosive fumes, and/or high abrasion or temperature areas should be inspected frequently – every six months, for example. Areas exposed to less severe conditions, such as interiors and exteriors of potable water tanks, may be inspected annually to assess the condition of the coating system. The SSPC-VIS 2, Standard Method for Evaluating Degree of Rusting on Painted Steel Surfaces, can be used as a guide to determine appropriate touch-up and repairs maintenance schedules. Touch-up would be suggested when the surface resembles Rust Grade 5-S (Spot Rusting), 6-G (General Rusting), or 6-P (Pinpoint Rusting). Surface preparation would generally consist of SSPC-SP2, SP3, SP11, or SP12. Overcoating a well protected, but aged steel surface showing no evidence of rusting, may be achieved by Low Pressure Water Cleaning per SSPC-SP12/WJ4, and applying an appropriate coating system. Full removal of the existing coating system by abrasive blasting would be recommended when the surface resembles Rust Grade 3-S (Spot Rusting), 4-G (General Rusting), or 4-P (Pinpoint Rusting). When the coating system has deteriorated to encompass approximately 33% of the surface area, it is always more economical to consider full removal and reapplication of the appropriate protective coating system. Mildew –Prior to attempting to remove mildew, it is always recommended to test any cleaner on a small, inconspicuous area prior to use. Bleach and bleaching type cleaners may damage or discolor existing paint films. Bleach alternative cleaning solutions may be advised. Mildew may be removed before painting by washing with a solution of 1 part liquid bleach and 3 parts water. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. Rinse thoroughly with water and allow the surface to dry before painting. Wear protective eyewear, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add detergents or ammonia to the bleach/water solution. EXHIBIT 2 UNIT PRICE SUMMARY Monthly Summary Re: Project: Project #: Pay Application #: Through: v. 7.2024 36 Item Number Description Bid Quantity Previous Mo. Qty. Quantity This Month Total Qty. To Date Unit Price Total $ Submitted By: Approved By: EXHIBIT 3 PROJECT CLOSEOUT PROJECT CLOSEOUT PROCUREMENT REQUIREMENTS Project Name: BayCare Ballpark Structural Repairs 2024/2025 Date: No. Item Applicable By Received 1. Building Department Acceptance: a. Final Inspection (Blue Card) B.O. b. Certificate of Occupancy B.O. 2. Punch List: v. 7.2024 37 A. Punch List Original B. Contractor’s Letter of Completion G.C. c. Owner Acceptance Owner 3. Final Cleanup G.C. 4. Final Change Orders: a. Unit Price Adjustments G.C./et al b. Additional Work G.C./et al 5. Final Pay Application A.I.A. Forms (Less Retainage) G.C./et al 5. Request for Retainage: a. Contractor Submit G.C./EOR b. Owner Payment Owner 6. Letter of Subs Completion EOR/et al 7. Consent of Surety for Final Payment if Required G.C. _ 8. As-Builts | Closeout Documents G.C. _ 9. Waivers of Lien: a. Contractor G.C. _ b. Subcontractors G.C. _ c. Suppliers G.C. _ 10. Owner Audit: A. Pay Application Audit B. “Notice to Owner” Audit Owner _ Owner _ 11. Warranties: (Length of Warranties, Materials | Workmanship) a. Contractor G.C. _ List of Contractors, Subcontractors Address, Contact Person Contact Information: Company Name Contact Person Telephone Number | Fax Number Cell Number | Email Address EXHIBIT 4 J. MCKINEY (SIKA) REPORT REGARDING CONDITION OF EXISTING MEMBRANES PLAN LIST SECTION IV - A SUBSECTION 0006 - PLAN LIST v. 7.2024 38 BAYCARE BALLPARK STRUCTURAL REPAIRS (2024) PENNONI PROJECT NO. CLWRC24011 CITY OF CLEARWATER PURCHASE ORDER NO. 24000664-2 Sheet # Description SR-1 Cover Sheet SR-2 Suite Level SR-3 Suite Level Photos SR-4 Main Concourse SR-5 Main Concourse Photos SR-6 Lower Level SR-7 Lower Level Photos SR-8 Details SR-9A Specifications SR-9B Specifications SR-10 Details SR-11 Details SR-12 Details SR-13 Details SR-14 Details SR-15 Details SR-16 Details PRICING SHEET BAYCARE BALL PARK BASE BID Line Item Description Quantity Unit of Measure Unit Cost Total 1. General Conditions v. 7.2024 39 Line Item Description Quantity Unit of Measure Unit Cost Total 1.a Permits 1 LS 1.b Supervision 1 LS 1.c Tools, Equip, Etc 1 LS 1.d Survey Quantities 1 LS 1.e Contractor Supplied Roll Off 1 LS 1. f Shoring for Column C14,C23,C38 (Detail 13) 1 LS 2. Demolition 2.a Dispose of Materials 1 LS 2.b Dust Control 1 LS 2.c Water Tests At 20 Leaks (P1, P5,P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) 20 EA 3. Concrete Repairs 3.a Deck Spalls (P33, etc) 20 CF 3.b Colummn Spalls (P74, P84, PX12, PX22, PX25) 25 CF 3.c Wall Spalls (P70, Etc.) 20 CF 3.d Crack Repair Epoxy Injection (P66, P67, P71-P73, etc) 200 LF 3.e Crack Repair Epoxy Injection Gravity Feed (P14, P15, P21, P25, etc) 200 LF 3.f Exposed Rebar 10 EA 3.g Fill Concrete HOles (p22-P24) 3 EA 3.h XP4 Anodes 30 EA v. 7.2024 40 Line Item Description Quantity Unit of Measure Unit Cost Total 4. Repairs to Finish Surfaces 4.a Crack Repair W/ Sealant (P11, P14, P15, etc) 200 LF 4.b Repair @ 20 Leaks (P1, P5, P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) $2,500 ea for a total of $50,000 20 EA 4.c Batter's Eye Stairs Refinished (P12,P13) 1 LS 4.d Repair Sealant Joint @ Stair Stringer (PX8) 1 LS 5. Misc. Repairs 5.a Repair HR Post 50 EA 5.b Repair Stairs Behind Elevator (P4) 1 LS 5.c Provide Gate Hold Sleeves/Repair Concrete 14 EA 5.d Replace EJ End Cover Piece (PX6) 1 LS 6. Drainage Repairs @ SW Corner of Stadium 6.a Replace/Repair Drain Boxes (P57- P59) 3 EA 6.b Provide Drain Lines to CB (P60,P61) 2 EA 6.c Replace Damage Sidewalk 1,000 SF 7. Painting 7.a Painting Rusted Rails, Brackets, etc. (P16-P18, PZ52, P48, P79, P80, P82, P86, P87) 1 LS v. 7.2024 41 Line Item Description Quantity Unit of Measure Unit Cost Total 7.b Paint Touchup 1 LS 8. Addena see Section IVA 8.A Detail #1-New Lintel @ Ramp 1 LS 8.b Detail #2-Resecure Nosings 10 EA 8.c Detail #3- Tuck Point Joint 1 LS 8.d Details #4, 2, 9, 10(3), 11, 12, 16, Leaks 8.d.1 Water Test @ Leaks 9 EA 8.d.2 Repair Leaks at $2,500 ea for a total 22,500 9 EA 8.e Detail #5-Rescure Nosings 10 LS 8.f Details #6, 7, 15, 19, 24, 33, 34, 35, 36, 37 8.f.1 Sealant Repairs @ Concrete Slab 300 LF 8.f.2 Concrete Repairs at Slab 30 CF 8.f.3 Epoxy Injection Repairs (PX12to PX25) 260 LF 8.g Detail #8 - Door Sill Replace 1 LS 8.h Detail # 13- Rail Extension 1 LS 8.i Detail #14-Door Sill Replace 1 LS 8.j Detail #17- Vent the Room 1 LS 8.k Detail #18- Drain at Ramp 1 LS 8.l Detail #20-PP Paint Railings 30 EA 8.m Detail #21-WABO EJ Cover 3 EA 8.n Detail # 22-Re-Caulk Fire Piping 1 LS 8.o Detail #23- Recoat Stair Levels 1 LS v. 7.2024 42 Line Item Description Quantity Unit of Measure Unit Cost Total 8.p Detail #25-Reapint Railing 1 LS 8.q Detail #26- Stabilize OH Signs 12 EA 8.r Detail # 27- Repaint Railing 1 LS 8.s Detail #28-Caulk Walls (CS) 1 LS 8.t Detail #29- Caulk Walls (RR) 1 LS 8.u Detail # 30- Fence Repairs 1 LS 8.v Detail # 31-Recoat Mnt FIR 1 LS 8.w Detail # 32-Playground 1 LS 8.x Detail # 38- Rail Extension 1 LS 8.y Detail #39- OH Dr. Jamb Repaint 16 EA 8.z Detail # 40- Drain Extend at Ramp 1 LS 9. Cleanup and Demobilize 1 LS 10. P&P Bond 1 LS TOTAL CONTINGENCY & TOTAL Line Item Description Quantity Unit of Measure Unit Cost Total 1 Base bid from table above 1 LS 2 Contingency 10% of base bid 1 LS TOTAL ALTERNATES v. 7.2024 43 Line Item Description Quantity Unit of Measure Unit Cost Total 1. Repair slab at water getting into Home Clubhouse Hallway by Half Field (p63, P64) two locations 2 LS 1.a New aluminum/Fabric canopies over doors (2 locations) 2 LS 2 Repair at water ponding adjacent to the stairs at the half field (P65) 1 LS 3 Spider cracking/pitted slabs at various locations along concourse (P38,P41) 200 SF 4 Recoat (with MS1500) at 3 concession floors (P22-P24, 42):Home Plate, Pizza Stand, Right Field 3 LS 5 Top Coat (with MS2500 Quartz Coat) at 4 Bathroom Floors (P8, P9, P10, P43, P44) Home Plate (M/W), Right Field (M/W) with 4" high cove base 4 LS 6 Repair concrete cracks at grade (P11,P51, P52) 100 LF 7 EIFS repairs to include painting at various locations (P48) 100 SF 8.a Water Test at 5 additional leaks (PY1 thru PY12) 5 EA 8.b Repairs at 5 additional leaks (PY1 thru PY12) 5 at $2500 ea for total of $12,500 1 ls TOTAL SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? v. 7.2024 44 ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply ☐ 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 2 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. v. 7.2024 45 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 3 E-Verify System Certificattion* 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 v. 7.2024 46 4 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 5 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 6 Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... *Response required 7 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 47 SR-1 COVERSR-2 SUITE LEVEL PLANSR-3 SURVEY PHOTOS (SUITE LEVEL)SR-4 MAIN CONCOURSE LEVEL PLANSR-5a SURVEY PHOTOS (MAIN CONCOURSE PLAN)SR-5b SURVEY PHOTOS (MAIN CONCOURSE PLAN)SR-5c 2025 SURVEY PHOTOS (ADDENDA #2)SR-5d 2025 SURVEY PHOTOS (ADDENDA #2)SR-6 LOWER LEVEL PLANSR-7a SURVEY PHOTOS (LOWER LEVEL)SR-7b SURVEY PHOTOS (LOWER LEVEL)SR-8DETAILSSR-9aDETAILSSR-9bDETAILSSR-10DETAILSSR-11DETAILSSR-12DETAILSSR-13DETAILSSR-14DETAILSSR-15DETAILSSR-16DETAILSSTRUCTURAL DRAWING INDEXSITE LOCATOR PLANNTSAERIAL VIEWNTSSITE LOCATIONSITE LOCATIONPROJECT CRITERIAI: SCOPE OF SERVICES: 1. MISC. CONCRETE REPAIRS (SEE SOV). 2: VARIOUS LEAKS REPORTED BY SEAN MCCARTHY. 3: REPLACE EJ COVER AT DIAMOND OUTFITTERS (MATCH EXISTING). 4: RUSTED RAILING POST POCKETS. 5: REPLACE TRENCH COVERS. 6: BATTER'S EYE STAIRS REFINISHED. 7: RE-PAINTING OF RUSTED RAILINGS. 8: REPLACE GATE SLEEVES, REPAIR CONCRETE. 9: REPLACE DRAIN BOXES AT SW CORNER OF STADIUM. 10: PROVIDE DRAIN EXTENSIONS TO CB AT THE SW CORNER OF THE STADIUM. 11: ALTERNATES AS NOTED HERE-IN. 12: ADDENDA #2 - LIST OF REPAIRS (2025). II. DESIGN CRITERIA: 1. APPLICABLE CODE IS THE 2023 FLORIDA BUILDING CODE. 2. DESIGN LOADS: a. WIND CRITERIA = RISK CATEGORY " II " WITH A "C" EXPOSURE. B. WIND SPEED = 145 MPHIII. CLASSIFICATION OF WORK 1. THE WORK IS NECESSARY TO ADDRESS MINOR CONCRETE ITEMS AND TO PROTECT ALL STEEL ITEMS BY RE-PAINTING. 2. ALTERATION - LEVEL - 1 (SECTION 602 OF THE EXISTING BUILDING CODE.)SR-11SHEET1" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25)This item has been electronicallysigned and sealed by Justin Duncan PEusing a Digital Signature and date.Printed copies of this documentare not considered signed and sealed and the signature must beverified on any electronic copies.James V Barnes PE ABCDD.9DE4140393837363534.5343332313029282726.9S726S6S5S4S3S2S1252423D'ED.322W5W621W4W3W2W1201918.118171615141341403938373635DCBA1098765.21211.81110.198N1N1N276543.53D.5AB421N4N5N3N6D.1N7N8N9N10N8.7N7.6C105.51. LEAK FROM 3RD LEVEL BIG SHARK AREA DOWN TO THE ENTRY GATE. P1, P2PENNONI LIST OF REPAIRS (2024)1. PY1 JASON'S OFFICE LEAK2. PY2 JASON'S OFFICE LEAK3. PY3 VISITORS CLUBHOUSE LEAK4. PY4 VISITORS CLUBHOUSE LEAKNOTE:NUMBERS CIRCLED IDENTIFY ITEMS THAT ARE "ALTERNATES". SEE THE SOV.PHILLIES LIST OF REPAIRS (2024) ADDENDA #11.PZ 42 RAMP DOORWAY REMOVAL/HEIGHTENED BY 16"2.PZ 33 - 34 ELEVATOR STAIR REPAIR- LEAK3.PZ 35 ELEVATOR STAIRS IN ARCH4.PZ 60 VISITORS DUGOUT HITTING AREA LEAK (116)5.PZ 18 & 33 - 34 STAIRWELL TREADS - REPAINT/RETIGHTEN6.PZ 12 CONCRETE REPAIR CORNER OF PICNIC AREA7.PZ 14 CONCRETE REPAIR LF CONCESSION BY GARAGE DOOR (NIC)8.PZ 37 - 38 BIG SHARK GARAGE DOOR RUSTING9.PZ 16 - 17 118 EXPANSION JOINT LEAK10.PZ 1 - 4 & 15 STORE AND TICKET OFFICE STILL LEAKING11.PZ 54 - 55 LEAK UNDERNEATH AT SECTIONS 110, 111, 11212.PZ 26 RF RESTROOM LEAK DOWN BELOW13.PZ 57 TIKI BAR STEPS RAILING AT BOTTOM14.PZ 59 REPLACE BOTTOM OF WEST STAIRWELL DOOR (BENT)15.PZ 28 / PZ30 CRACKS @ BOTH BATTERS EYE BRIDGE AND RF BRIDGE16.PZ 32 & 36 LEAK FROM BIG SHARK DOWN TO SOUTH GATE BELOW17.PZ 31 VENTING OF SORTS FOR THE PIZZA STAND TO HELP REMOVE THEHEAT (NIC)18.PZ 43 - 46 DRAINAGE ISSUE WAREHOUSE RAMP19.PZ 50 SIDEWALK CRACKS SOUTHSIDE (SAFETY ISSUES)20.PZ 51 - 52 RUSTING RAILINGS WEST AND SOUTH GATES21.PZ 41 REPLACE 3RD FLOOR EXPANSION JOINT COVERS22.(NO PHOTO) RE-CAULK AROUND ALL FIRE PIPES (NIC)23.PZ 20 - 22 REDO MIDDLE STAIRWELL LANDINGS WITH NON-SLICK FLOOR24.PZ 36 RE-CAULK SPIDERING ON BIG SHARK25.PZ 39 - 40 RAILINGS RUSTING BOTTOM OF SECTIONS 201 THROUGH 20326.PZ 19 REATTACH/FIX SECTION/WAYFINDING SIGNS TO UNDERNEATH OFSUITES ROOF27.PZ 27 RF BRIDGE RUSTING RAILING28.PZ 5 CAULK ALL WALLS IN ALL CONCESSION STANDS (FRONT AND BACK)29.P8, P9, P10 CAULK ALL WALLS IN ALL BATHROOMS30.PZ 6 - 7 PLAYGROUND FENCING LOOSE NEAR LF CONCESSION STAND31.PZ 8 SEAL FLOORING TO LF CONCESSIONS STORAGE ROOM TO PREVENTLEAKS BELOW32.PZ 9 PLAYGROUND FLOORING REMOVED/ REPLACED33.PZ 10 CRACKED CONCRETE BY LF WOMAN'S BATHROOM NEAR WATERFOUNTAIN34.PZ 11 MISSING CONCRETE LF MEN'S BATHROOM DOOR35.PZ 13 CRACKED CONCRETE STAIRS OF PICNIC AREA36.PZ 12 MISSING CAULKING LF BY CORNER OF PICNIC AREA37.PZ 58 CRACK CONCRETE OUTSIDE BEERS OF THE WORLD38.PZ 23 & 24 EXTEND RAILING AT TOP OF SECTION 108 TO BLOCK SECTION107 (SAFETY ISSUE)39.PZ 25 RUSTING OF METAL GARAGE DOOR PIZZA STAND (CHECK OTHERSTHROUGHOUT FACILITY)40.PZ 47 - 49 LEAK INTO VISITORS CLUBHOUSE FROM DRAINAGE OUTSIDE41.LEAK INTO HOME CLUBHOUSE FROM SOMEWHERE IN KID ZONE AREAABOVE (ALREADY INCLUDED UNDER BASE BID ITEM PHOTO PX4)NOTE:PZ PHOTOS WERE TAKEN ON 5/1/25 AND 5/9/25PHILLIES LIST OF REPAIRS (2025) ADDENDA #2SR-221" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-331" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) 2. BATTER'S EYE STAIRS NEED TO BE RE-DONE. P12, P133. RAINWATER POOL AT BASE OF STAIRS, HALF FIELD. P654. WATER GETTING INTO HOME CLUBHOUSE HALLWAY BY HALF FIELD. P63, P645. REBAR IN THE KID ZONE. P276. ELEVATOR STAIRS INSIDE. P3, P48. CRACK BY TIKI 2. P14, P159. RUSTING RAILINGS ALONG TIKI BAR NEAR TIKI 2 AND STAGE. P16, P1710. EXPOSED REBAR TIKI TIERS WALLS FIRST AND SECOND LEVEL. P19, P2011. TIKI TIER STAIRS CRACKS ON STAIRS AND BY RAILINGS ON RIGHT SIDE NEAR PICNIC AREA. P2112. RUSTING RAILINGS TIKI TIERS. P1813. TOP LEFT SIDE OF TIKI TIERS STAIRS CRACK. P2114. RE-DO FLOORING IN ALL CONCOURSE BATHROOMS (JUST LIKE THE FAMILY BATHROOMS) P8, P9, P10, P43, P4415. CRACK AND SPALL ALONG PICNIC AREA RAILINGS TOP LEVEL. P25, P2616. CRACK BY OFFICE CANDLEWOOD SUITES SIGN. P2817. TOP OF 120 CRACK. P2918. RUSTING RAILING OF STAIRS IN PICNIC AREA. P3019. EXPANSION JOINT COVER BY STORE COMING UP AT CORNER. P3120. REBAR WEST STAIRWELL CONCOURSE LEVEL. P3221. REBAR BEHIND SAUSAGE STAND. P3422. SECTION 114 CHIPPED CONCRETE NEAR HANDICAP AREA. P3323. REBAR 113 NEAR HANDICAP. P35, P3624. LONG CRACKS SECTION 112/113 FROM HOT DOG STAND TO STAIRS. P3725. CRACK NEAR SHERATON SIGN AT 112. P3826. CRACK BY 111 NEAR SEATS. P39, P4027. SPIDERING CRACKS ALL ALONG CONCOURSE. P4128. GATE HOLES MISSING IN MULTIPLE LOCATIONS OR CONCRETE CHIPPED OUT (WEST AND SOUTH GATE) P45, P4629. LEAKS RF CONCESSION STAND/RESTROOMS/RAMP INTO WAREHOUSE BELOW. P5, P6, P730. RE-DO ALL CONCESSIONS FLOORS. P5, P6, P7, P23, P24, P42 (SEEALTERNATES)31. CRACK NEAR RF BRIDGE. P1136. CRACKS ALONG ENTIRE RAMP. P4737. EFIS REPAIRS BY RAMP AND OTHER LOCATIONS THROUGHOUT FACILITY.P4838. PX5. DRAIN ABOVE OFFICE LEAK39. PX6. JOINT COVER COVER CURLING AT SOUVENIR SHOP.40. PX7. LEAK AT WALL / STAIR STRINGER.41. PX8. LEAK AT WALL / STAIR STRINGER.42. PX9. DOOR TO KITCHEN, PIZZA RESTAURANT.43. PX10. ENTRYWAYS AT PIZZA RESTAURANT.44. PX11. KITCHEN AT PIZZA RESTAURANT.45. PX15 . VISITORS INSIDE WATER COMING BETWEEN COLUMN AND PIPE.46. PX16. VISITORS OUTSIDE FAR AWAY PICTURE OF AREA BELIEVED TO BEWHERE WATER IS COMING IN.47. PX17. VISITORS OUTSIDE CLOSE UP PICTURE OF AREA BELIEVED TO BEWHERE WATER IS COMING IN48. PX18. STORE SOUTH EAST WINDOW WATER GETTING IN.49. PX19. STORE SOUTH EAST CORNER WATER GETTING IN.50. PX20. STORE NORTH EAST WINDOW WATER GETTING IN.51. PX21. TICKET OFFICE WATER ENTERING VIA WINDOW 5.52. PX22. EXPANSION JOINT SOUTH OFFICE WATER LEAKING DOWN TO OFFICES BELOW.53. PY5. JASON'S OFFICE LEAK54. PY6. JASON'S OFFICE LEAK55. PY7. VENDOR COMMISSARY AND PIZZA LEAK FROM ABOVE.56. PY8. VENDOR COMMISSARY AND PIZZA LEAK FROM ABOVE.57. PY9. VENDOR COMMISSARY AND PIZZA LEAK FROM ABOVE.58. PY10. EMPLOYEE ROOM LEAK FROM ABOVE.59. PY11. EMPLOYEE ROOM LEAK FROM ABOVE.NOTES:NUMBERS CIRCLED IDENTIFY ITEMS THAT ARE "ALTERNATES". SEE THE SOV.1. P PHOTOS WERE TAKEN ON 5/2/24.2. PX PHOTOS WERE TAKEN ON 7/10/24.3. PY PHOTOS WERE TAKEN ON 8/12/24.PHILLIES LIST OF REPAIRS (2024)1. CONCRETE HOLE INSIDE LF CONCESSION NEAR ROLL GATE. P22, P23, P24PENNONI LIST OF REPAIRS (2024)SR-441" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-5a51" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-5b61" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-5c71" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-5d81" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) ABCDD.9DE4140393837363534.5343332313029282726.9S726S6S5S4S3S2S1252423D'ED.322W5W621W4W3W2W1201918.118171615141341403938373635DCBA1098765.21211.81110.198N1N1N276543.53D.5AB421N4N5N3N6D.1N7N8N9N10N8.7N7.6C105.5211. REPLACE / FIX REST OF DRAIN BOXES OUTSIDE THE BALLPARK. P57, P58, P597. REBAR WEST GATE ADMIN STAIRS. P6222. CONCRETE HOLE INSIDE LF CONCESSION AT ROLL GATE (RE-DO ALL CONCESSION STAND FLOORS)23. CONCRETE HOLE INSIDE LF CONCESSION AT ROLL GATE (RE-DO ALL CONCESSION STAND FLOORS)24. CONCRETE HOLE INSIDE LF CONCESSION AT ROLL GATE (RE-DO ALL CONCESSION STAND FLOORS)25. CONCRETE CRACK ALONG PICNIC AREA RAILING, TOP LEVEL.26. CONCRETE CRACK ALONG PICNIC AREA RAILING, TOP LEVEL.27. EXPOSED REBAR IN KID ZONE.28. CONCRETE CRACK AT OFFICE CANDLEWOOD SUITES SIGN.32. LEAKS TO UNDERNEATH AT SECTIONS 115. P5633. LEAKS TO UNDERNEATH AT SECTIONS 108. P5334. LEAKS TO UNDERNEATH AT SECTIONS 107. P5435. LEAKS TO UNDERNEATH AT SECTIONS 106. P5538. CRACKS AT OUTSIDE WAREHOUSE. P49, P5039. CRACK TOP OF SUITES RAMP. P5150. CRACK IN SIDE WALK. P5251. CORRODED PAD P8652. PX1 POOLING WATER AT OFFICE ENTRY, GROUND LEVEL.53. PX2 HALF-INCH RECESS AT OFFICE ENTRY, GROUND LEVEL.54. PX3 LEAK IN CEILING, OFFICE HALLWAY AT GROUND LEVEL.55. PX4 LEAK IN CEILING, OFFICE HALLWAY AT GROUND LEVEL.56. PX12 CONCRETE CRACK, C1457. PX13 CONCRETE CRACK, C1458. PX14 CONCRETE CRACK, C1459. PY12 VISITORS CLUBHOUSE LEAKNOTE:NUMBERS CIRCLED IDENTIFY ITEMS THAT AR "ALTERNATES". SEE THE SOV.PHILLIES LIST OF REPAIRS (2024)PENNONI LIST OF REPAIRS (2024)1. DRAIN AR SW CORNER OF STADIUM THAT WERE NOT ADDRESSED ON 2023.P60, P612. CONCRETE CRACK AT C29. P663. CONCRETE CRACK AT C28. P674. EXPOSED REBAR AT C28. P685. LEAK AT C27. P696. CONCRETE CRACK AT C23. P71, P72, P737. CONCRETE CRACK AT C14. P768. CONCRETE CRACK AT C7. P839. RAINWATER LEAK AT C20. P7510. LEAK AT BATTING CAGE. P8511. LEAK AND CORRODED PAD AT A12. P77, P7812. CONCRETE CRACK UNDERNEATH SECTION 108. P6713. CONCRETE CRACK CONCRETE BEAM AT A7. P8314. CONCRETE SPALL AT C27. P7015. CONCRETE SPALL AT C21. P7416. CONCRETE SPALL AT C5.5. P8417. EXPOSED REBAR AT B10.1. P8118. LEAK AND CORROSION AT BATTING CAGE. P8619. CORRODED BRACKETS AT C9. P79, P8020. CORRODED BRACKETS AT B8. P8221. RUSTED BRACKETS AT BATTING CAGE. P87REPAIR CASE TABLE CASE # DESCRIPTION LOCATION 1 2 3LARGE SPALL, REQUIREDSHORING C14, C23, C38CRACKS TO EPOXY INJECT C16, C24,NO SHORING REQUIRED C21SR-691" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-7a101" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-7b111" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-8 12 1" = 40'-0"BAYCARE BALL PARKCLEARWATER, FLORIDA 33765601 N OLD COACHMAN ROADCLWRC 25002 05/30/25DESIGN DOCUMENTS,STRUCTURAL REPAIRS(2024 / 2025)PHASE II OF 21 SHEETSISSUED FORBIDDING(5/30/25) SR-9a131" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-9b141" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-10151" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-11161" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) *SHORING ALLOWABLE LOADS (KIPS)COLUMN DEAD LOAD LIVE LOAD C14 56.5 41.6 C23 63.5 48.3 C38 47.6 33.8NOTE: ALLOWABLE LOADS TO BE VERIFIEDBY DELEGATED SHORING PROFESSIONALENGINEERSR-12171" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) AASR-13181" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) BBSR-14191" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) SR-15201" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) BBAASR-16211" = 40'-0"BAYCARE BALL PARK CLEARWATER, FLORIDA 33765 601 N OLD COACHMAN ROADCLWRC 2500205/30/25DESIGN DOCUMENTS, STRUCTURAL REPAIRS (2024 / 2025) PHASE II OF 21 SHEETSISSUED FOR BIDDING (5/30/25) Selected Line Item Description 1. General Conditions X 1.a Permits X 1.b Supervision X 1.c Tools, Equip, Etc X 1.d Survey Quantities X 1.e Contractor Supplied Roll Off X 1. f Shoring for Column C14,C23,C38 (Detail 13) 2. Demolition X 2.a Dispose of Materials X 2.b Dust Control X 2.c Water Tests At 20 Leaks (P1, P5,P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) 3. Concrete Repairs X 3.a Deck Spalls (P33, etc) X 3.b Colummn Spalls (P74, P84, PX12, PX22, PX25) X 3.c Wall Spalls (P70, Etc.) X 3.d Crack Repair Epoxy Injection (P66, P67, P71-P73, etc) X 3.e Crack Repair Epoxy Injection Gravity Feed (P14, P15, P21, P25, etc) X 3.f Exposed Rebar X 3.g Fill Concrete HOles (p22-P24) X 3.h XP4 Anodes 4. Repairs to Finish Surfaces X 4.a Crack Repair W/ Sealant (P11, P14, P15, etc) X 4.b Repair @ 20 Leaks (P1, P5, P53, P54, P55, P56, P75, P76, P77, P78, P85, PX4, PX15, PX16, PX17, PX18, PX19, PX20, PX21, PX22) $2,500 ea for a total of $50,000 X 4.c Batter's Eye Stairs Refinished (P12,P13) X 4.d Repair Sealant Joint @ Stair Stringer (PX8) 5. Misc. Repairs X 5.a Repair HR Post X 5.b Repair Stairs Behind Elevator (P4) X 5.c Provide Gate Hold Sleeves/Repair Concrete Baycare Ball Park Base Bid X 5.d Replace EJ End Cover Piece (PX6) 6. Drainage Repairs @ SW Corner of Stadium X 6.a Replace/Repair Drain Boxes (P57-P59) X 6.b Provide Drain Lines to CB (P60,P61) X 6.c Replace Damage Sidewalk 7. Painting X 7.a Painting Rusted Rails, Brackets, etc. (P16-P18, PZ52, P48, P79, P80, P82, P86, P87) X 7.b Paint Touchup 8. Addena see Section IVA X 8.A Detail #1-New Lintel @ Ramp X 8.b Detail #2-Resecure Nosings X 8.c Detail #3- Tuck Point Joint 8.d Details #4, 2, 9, 10(3), 11, 12, 16, Leaks X 8.d.1 Water Test @ Leaks X 8.d.2 Repair Leaks at $2,500 ea for a total 22,500 X 8.e Detail #5-Rescure Nosings 8.f Details #6, 7, 15, 19, 24, 33, 34, 35, 36, 37 X 8.f.1 Sealant Repairs @ Concrete Slab X 8.f.2 Concrete Repairs at Slab X 8.f.3 Epoxy Injection Repairs (PX12to PX25) X 8.g Detail #8 - Door Sill Replace X 8.h Detail # 13- Rail Extension X 8.i Detail #14-Door Sill Replace X 8.j Detail #17- Vent the Room X 8.k Detail #18- Drain at Ramp X 8.l Detail #20-PP Paint Railings X 8.m Detail #21-WABO EJ Cover X 8.n Detail # 22-Re-Caulk Fire Piping X 8.o Detail #23- Recoat Stair Levels X 8.p Detail #25-Reapint Railing X 8.q Detail #26- Stabilize OH Signs X 8.r Detail # 27- Repaint Railing X 8.s Detail #28-Caulk Walls (CS) X 8.t Detail #29- Caulk Walls (RR) X 8.u Detail # 30- Fence Repairs X 8.v Detail # 31-Recoat Mnt FIR X 8.w Detail # 32-Playground X 8.x Detail # 38- Rail Extension X 8.y Detail #39- OH Dr. Jamb Repaint X 8.z Detail # 40- Drain Extend at Ramp X 9 Cleanup and Demobilize X 10 P&P Bond Total Selected Line Item Description 1 Repair slab at water getting into Home Clubhouse Hallway by Half Field (p63, P64) two locations 1.a New aluminum/Fabric canopies over doors (2 locations) 2 Repair at water ponding adjacent to the stairs at the half field (P65) 3 Spider cracking/pitted slabs at various locations along concourse (P38,P41) 4 Recoat (with MS1500) at 3 concession floors (P22- P24, 42):Home Plate, Pizza Stand, Right Field 5 Top Coat (with MS2500 Quartz Coat) at 4 Bathroom Floors (P8, P9, P10, P43, P44) Home Plate (M/W), Right Field (M/W) with 4" high cove base 6 Repair concrete cracks at grade (P11,P51, P52) 7 EIFS repairs to include painting at various locations (P48) 8.a Water Test at 5 additional leaks (PY1 thru PY12) 8.b Repairs at 5 additional leaks (PY1 thru PY12) 5 at $2500 ea for total of $12,500 Total Selected Line Item Description 1 Base bid from table above #1 Base bid from table above #2 X 2 Contingency 10% of base bid Total Baycare Ball Park Alternates Quantity Unit of Measure Unit Cost 1 LS $0.00 1 LS $120,000.00 1 LS $20,000.00 1 LS $2,500.00 1 LS $6,000.00 1 LS $3,000.00 1 LS $1,000.00 1 LS $2,500.00 20 EA $1,000.00 20 CF $420.00 25 CF $600.00 20 CF $600.00 200 LF $80.00 200 LF $55.00 10 EA $150.00 3 EA $100.00 30 EA $115.00 200 LF $10.00 20 EA $2,500.00 1 LS $15,000.00 1 LS $700.00 50 EA $100.00 1 LS $3,500.00 14 EA $250.00 Concrete Protection & Restoration, LLC 1 LS $4,000.00 3 EA $5,000.00 2 EA $10,000.00 1000 SF $35.00 1 LS $18,000.00 1 LS $3,200.00 1 LS $15,000.00 10 EA $100.00 1 LS $400.00 9 EA $1,000.00 9 EA $2,500.00 10 LS $100.00 300 LF $10.00 30 CF $420.00 260 LF $95.00 1 LS $2,200.00 1 LS $2,500.00 1 LS $500.00 1 LS $1,500.00 1 LS $12,000.00 30 EA $75.00 3 EA $3,600.00 1 LS $0.00 1 LS $10,800.00 1 LS $18,900.00 12 EA $500.00 1 LS $5,600.00 1 LS $3,440.00 1 LS $3,000.00 1 LS $8,000.00 1 LS $3,750.00 1 LS $110,000.00 1 LS $3,600.00 16 EA $325.00 1 LS $3,500.00 1 LS $12,000.00 1 LS $10,990.00 Quantity Unit of Measure Unit Cost 2 LS $7,500.00 2 LS $10,000.00 1 LS $2,200.00 200 SF $16.00 3 LS $6,670.00 4 LS $14,950.00 100 LF $10.00 100 SF $95.00 5 EA $1,000.00 1 ls $12,500.00 Quantity Unit of Measure Unit Cost 1 LS $743,280.00 1 LS $74,328.00 Concrete Protection & Restoration, LLC Total Unit Cost Total $0.00 $5,000.00 $5,000.00 $120,000.00 $80,452.00 $80,452.00 $20,000.00 $15,775.00 $15,775.00 $2,500.00 $17,550.00 $17,550.00 $6,000.00 $45,000.00 $45,000.00 $3,000.00 $18,000.00 $18,000.00 $1,000.00 $17,000.00 $17,000.00 $2,500.00 $35,000.00 $35,000.00 $20,000.00 $2,500.00 $50,000.00 $8,400.00 $80.00 $1,600.00 $15,000.00 $130.00 $3,250.00 $12,000.00 $128.00 $2,560.00 $16,000.00 $110.00 $22,000.00 $11,000.00 $17.00 $3,400.00 $1,500.00 $80.00 $800.00 $300.00 $275.00 $825.00 $3,450.00 $152.00 $4,560.00 $2,000.00 $9.00 $1,800.00 $50,000.00 $2,500.00 $50,000.00 $15,000.00 $1,860.00 $1,860.00 $700.00 $2,500.00 $2,500.00 $5,000.00 $550.00 $27,500.00 $3,500.00 $5,500.00 $5,500.00 $3,500.00 $75.00 $1,050.00 Concrete Protection & Restoration, LLC Ketom Construction Co. Inc. dba Southern Preservation Systems $4,000.00 $880.00 $880.00 $15,000.00 $4,500.00 $13,500.00 $20,000.00 $5,500.00 $11,000.00 $35,000.00 $39.00 $39,000.00 $18,000.00 $12,800.00 $12,800.00 $3,200.00 $28,000.00 $28,000.00 $15,000.00 $3,020.00 $3,020.00 $1,000.00 $45.00 $450.00 $400.00 $1,575.00 $1,575.00 $9,000.00 $2,500.00 $22,500.00 $22,500.00 $2,500.00 $22,500.00 $1,000.00 $350.00 $3,500.00 $3,000.00 $9.00 $2,700.00 $12,600.00 $84.00 $2,520.00 $24,700.00 $110.00 $28,600.00 $2,200.00 $225.00 $225.00 $2,500.00 $1,725.00 $1,725.00 $500.00 $225.00 $225.00 $1,500.00 $850.00 $850.00 $12,000.00 $11,500.00 $11,500.00 $2,250.00 $1,225.00 $36,750.00 $10,800.00 $300.00 $900.00 $0.00 $5,000.00 $5,000.00 $10,800.00 $8,250.00 $8,250.00 $18,900.00 $16,835.00 $16,835.00 $6,000.00 $850.00 $10,200.00 $5,600.00 $11,225.00 $11,225.00 $3,440.00 $1,890.00 $1,890.00 $3,000.00 $3,573.00 $3,573.00 $8,000.00 $4,000.00 $4,000.00 $3,750.00 $7,500.00 $7,500.00 $110,000.00 $35,000.00 $35,000.00 $3,600.00 $1,150.00 $1,150.00 $5,200.00 $200.00 $3,200.00 $3,500.00 $9,000.00 $9,000.00 $12,000.00 $10,100.00 $10,100.00 $10,990.00 $32,000.00 $32,000.00 $743,280.00 $816,625.00 Total Unit Cost Total $15,000.00 $7,200.00 $14,400.00 $20,000.00 $15,225.00 $30,450.00 $2,200.00 $375.00 $375.00 $3,200.00 $9.00 $1,800.00 $20,010.00 $25,205.00 $75,615.00 $59,800.00 $18,275.00 $73,100.00 $1,000.00 $9.00 $900.00 $9,500.00 $45.00 $4,500.00 $5,000.00 $2,500.00 $12,500.00 $12,500.00 $2,500.00 $2,500.00 $148,210.00 $216,140.00 Total Unit Cost Total $743,280.00 $816,625.00 $816,625.00 $148,210.00 $216,140.00 $74,328.00 $81,662.50 $81,662.50 $965,818.00 $1,114,427.50 Concrete Protection & Restoration, LLC Ketom Construction Co. Inc. dba Southern Preservation Systems Unit Cost Total $20,000.00 $20,000.00 $75,000.00 $75,000.00 $50,000.00 $50,000.00 $10,000.00 $10,000.00 $12,000.00 $12,000.00 $30,000.00 $30,000.00 $25,000.00 $25,000.00 $15,000.00 $15,000.00 $2,500.00 $50,000.00 $380.00 $7,600.00 $500.00 $12,500.00 $500.00 $10,000.00 $165.00 $33,000.00 $45.00 $9,000.00 $120.00 $1,200.00 $4,000.00 $12,000.00 $500.00 $15,000.00 $30.00 $6,000.00 $2,500.00 $50,000.00 $2,000.00 $2,000.00 $10,000.00 $10,000.00 $450.00 $22,500.00 $7,500.00 $7,500.00 $300.00 $4,200.00 Tadeos Engineering LLC-NOT PREQUALIFIED $6,000.00 $6,000.00 $9,000.00 $27,000.00 $8,000.00 $16,000.00 $25.00 $25,000.00 $10,000.00 $10,000.00 $15,000.00 $15,000.00 $3,000.00 $3,000.00 $300.00 $3,000.00 $1,000.00 $1,000.00 $2,000.00 $18,000.00 $2,500.00 $22,500.00 $600.00 $6,000.00 $30.00 $9,000.00 $380.00 $11,400.00 $165.00 $42,900.00 $4,500.00 $4,500.00 $10,000.00 $10,000.00 $800.00 $800.00 $3,500.00 $3,500.00 $5,000.00 $5,000.00 $750.00 $22,500.00 $3,000.00 $9,000.00 $10,000.00 $10,000.00 $12,000.00 $12,000.00 $10,000.00 $10,000.00 $850.00 $10,200.00 $5,000.00 $5,000.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 $3,500.00 $3,500.00 $75,000.00 $75,000.00 $3,500.00 $3,500.00 $250.00 $4,000.00 $2,500.00 $2,500.00 $25,000.00 $25,000.00 $22,000.00 $22,000.00 $964,800.00 Unit Cost Total $4,000.00 $8,000.00 $35,000.00 $70,000.00 $4,500.00 $4,500.00 $160.00 $32,000.00 $15,000.00 $45,000.00 $8,000.00 $32,000.00 $30.00 $3,000.00 $180.00 $18,000.00 $2,500.00 $12,500.00 $2,500.00 $2,500.00 $227,500.00 Unit Cost Total $964,800.00 $964,800.00 $227,500.00 $96,480.00 $96,480.00 $1,288,780.00 Tadeos Engineering LLC-NOT PREQUALIFIED Ninety six thousand five hundred eighty two dollars and 00/10096,582.00 August 21, 2025 NOTICE OF INTENT TO AWARD Public Works and Procurement recommend award of ITB No. 25-0022-PR Baycare Ball Park Structural Repairs, to Concrete Protection & Restoration, the lowest most responsible bidder in accordance with the plans and bid specification. This award recommendation to be considered by the City Council is tentatively scheduled for September 15, 2025, Work Session (1:30 p.m.) and voted on at the September 18, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Note that this date is tentative and subject to change. Inquiries regarding this Intent to Award can be directed to the City's Procurement Manager at lori.vogel@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Jennifer Burgett Contract Procurement Specialist Engineering Department Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0840 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Approve amendment of the Florida Recreation Development Assistance Program (FRDAP) project grant agreement for the renovations and improvements of Edgewater Drive Park, 1923 Edgewater Drive, and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 31, 2023, the City’s Parks & Recreation Department submitted Florida Recreation Development Assistance Program Grant Application Package to the Florida Department of Environmental Protection for the purposes of securing funding for the renovations and improvements of Edgewater Drive Park. Edgewater Drive Park is currently a passive park with limited functionality and use. The grant application included the construction of a dock, reconfigured and expanded parking lot, improved stormwater management, new sidewalks, new bike racks, trash receptacles, benches, environmental educational signage, and an ADA accessible drinking fountain. Prior to submitting the application package to the State, staff met with the Edgewater Drive Homeowners Association to get their input and support for the project. On July 3, 2024, the City received formal notice of the granting of the award by the State. On October 3, 2024, the State sent a Standard Grant Agreement for the Edgewater Drive Renovation Project (FDEP Agreement Number P5077) which awards $200,000 dollars and requires matching funds from the City of $200,000. Additionally, on October 3rd the City Council authorized a purchase order to Pennoni Associates, Inc. for professional services to complete design work for renovations of Edgewater Drive Park. On November 21, 2024, Council approved the noted Florida Recreation Development Assistance Program (FRDAP) project grant agreement. At a subsequent meeting attended by city staff an overwhelming majority of residents informed the City that rather than including the dock, they would prefer funds be allocated to a widened sidewalk along Edgewater Drive. Due to a change in neighborhood support for the construction of the dock, staff requested approval from the City Council on May 1 to request to submit an amendment proposal to the State to modify the scope of FDEP Grant Agreement Number P5077 for the removal of the dock from the project to be substituted with the increase in the overall length of widening the sidewalk to 10 feet along the west side of Edgewater Drive for approximately 2,400 feet. Council approved that request and staff submitted an amendment proposal request to FDEP on May 5, 2025 and the requested amendment was approved by FDEP on August 19, 2025. Staff is requesting city approval of the first amendment to FDEP Grant Agreement Number P5077. Staff received high and low construction cost estimates for the overall project with the pier and without the pier but with the widening of the sidewalk. The overall project costs increase with the amended scope eliminating the pier and widening the sidewalk as shown in the table below: Estimate Dock Sidewalk Widening Difference Low $630,040.50 $667,002.50 $36,962.00 High $718,713.80 $784,637.00 $65,923.20 The above costs are estimates only and the project will need to be put out to bid and returned to Council for final approval. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0840 Not Applicable. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the agreement supports several Strategic Plan Objectives, including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 9/11/2025 Agreement No.: P5077 Amendment No.: 1 1 of 3 Rev. 5/7/2024 AMENDMENT NO. 1 TO AGREEMENT NO. P5077 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND CITY OF CLEARWATER This Amendment to Agreement No. P5077 (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and City of Clearwater, 1925 Edgewater Dr. Clearwater, FL 33755 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for New: Recreational fishing pier. Renovation: Parking Lot, Sidewalk modification. effective January 09,2025; WHEREAS, the parties wish to amend the Agreement as set forth herein to remove the Recreational fishing pier. NOW THEREFORE, the parties agree as follows: 1) Attachment 1, Standard Terms and Conditions (Rev. 08/16/2024) is hereby deleted in its entirety and replaced with Attachment 1, Standard Terms and Conditions (Rev. 07/02/2025) as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 1 shall hereinafter refer to Attachment 1, Standard Terms and Conditions (Rev. 07/02/2025). 2) Attachment 2, Special Terms and Conditions (Rev. 07/08/2024) is hereby deleted in its entirety and replaced with Attachment 2, Special Terms and Conditions (Rev. 07/01/2025) as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2, shall hereinafter refer to Attachment 2, Special Terms and Conditions (Rev. 07/01/2025). 3) Attachment 3, Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-A, Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A, Revised Grant Work Plan. 4) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistency may appear between the Agreement and this Amendment, the provisions of the Amendment shall control. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. City of Clearwater Florida Department of Environmental Protection By: ______________________________________ By: _______________________________________ Secretary or Designee Date: _________________________ Date: _________________________ Agreement No.: P5077 Amendment No.: 1 2 of 3 Rev. 5/7/2024 LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Number Description Attachment 1 Standard Terms and Conditions (14 pages) Attachment 2 Special Terms and Conditions (3 pages) Attachment 3-A Revised Grant Work Plan (3 pages) Attachment 2 1 of 3 Rev. 7/01/25 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. P5077 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Edgewater Drive Renovation Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins the first day of the fiscal year for in which the agreement was entered in to, through the date of expiration. b. Extensions. There are no extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ☒ ☒ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ☒ ☒ a. Fringe Benefits, N/A. ☒ ☒ b. Indirect Costs, N/A. ☒ ☒ Contractual/Subaward (Subcontractors/Subrecipients) ☐ ☐ Travel, in accordance with Section 112, F.S. ☐ ☐ Equipment ☒ ☒ Rental/Lease of Equipment ☒ ☒ Miscellaneous/Other Expenses ☐ ☐ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements The Agreement requires at least a 50% match on the part of the Grantee. Therefore, the Grantee is responsible for providing $200,000.00 through cash or third party in-kind towards the project funded under this Agreement. The Grantee may claim allowable project expenditures made July 1,2024 or after for purposes of meeting its match requirement as identified above. Attachment 2 2 of 3 Rev. 7/01/25 Each payment request submitted shall document all matching funds and/or match efforts (i.e., in-kind services) provided during the period covered by each request. The final payment will not be processed until the match requirement has been met. All required matching funds shall meet the federal requirements established in 2 CFR § 200.306 and other federal statutory requirements, as applicable. Grantee acknowledges and agrees to provide eligible match types as set forth in subsection 62S-2.071(4)(b), F.A.C. Grantee acknowledges and agrees not to provide ineligible match sources which includes value of real property or inmate labor. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee’s liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee’s duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles, if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage c. Workers’ Compensation and Employer’s Liability Coverage. The Grantee shall provide workers’ compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. No retainage is required under this Agreement. 11. Subcontracting/Subawards. The Grantee may subcontract work under this Agreement without the prior written consent of the Department’s Grant Manager. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The work will not be performed on State-owned land. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. Attachment 2 3 of 3 Rev. 7/01/25 14. Common Carrier. a. Applicable to contracts/subawards with a common carrier – firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor/Subrecipient must also fill out and return PUR 1808 before contract/subaward execution. If Contractor/Subrecipient is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this Agreement immediately if Contractor/Subrecipient is found to be in violation of the law or the attestation in PUR 1808. b. Applicable to solicitations for a common carrier – Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. NONE. DEP Agreement No.: P5077, Amendment # 1, Attachment 3-A, Page 1 of 3 FRDAP _FY18-19 ATTACHMENT 3-A GRANT WORK PLAN FLORIDA RECREATION DEVELOPMENT ASSISTANCE PROGRAM (FRDAP) Project Name: Edgewater Drive Renovation Project Grantee Name: City of Clearwater FRDAP Project # P5077 SUMMARY: The Grantee shall complete the Project Element(s), which were approved by the Department through the FRDAP Application Evaluation Criteria, pursuant to Chapter 62D-5, Florida Administrative Code (F.A.C.). Any alteration(s) to the Project Element(s) as submitted in the Grantee’s application and listed in the Grant Work Plan is considered a significant change, must be pre-approved by the Department, and may require a formal Amendment to this Agreement. All work must be completed in accordance with the FRDAP Program, and local, state and federal laws, the approved Project plans, all required permits, and the Florida Building Code. Prior to the Department issuing a “Notice to Commence” to the Grantee, as specified in Attachment 6 of the Agreement, Program Specific Requirements, the Department must receive evidence of and have approved all Deliverables in Task 1. For the purpose of this Agreement, the terms “Project Element” and “Project Task” are used interchangeably to mean an identified facility within the Project. The Project is located at 1925 Edgewater Dr. Clearwater, FL 33755 and is considered a “Large Project” pursuant to paragraph 62D-5.055(6)(a), F.A.C. Retroactive Project. ☐This Project has been approved as a “Retroactive Project.” Retroactive Projects are eligible for a FRDAP grant award if they otherwise meet the FRDAP rule criteria, funds are available, and Project Costs have occurred within one (1) year prior to the approval for funding by the Governor. ☒This Project has not been approved as a “Retroactive Project.” Project Completion: The Project Completion Date for this Agreement is April 30, 2027. Budget: Reimbursement for allowable costs for the Project shall not exceed the maximum Grant Award Amount outlined below. There is no match required on the part of the Grantee under this Agreement. The total estimated Project Cost provided below is based on the approved FRDAP Application. A detailed cost analysis will be provided in the Deliverables for Task 1, prior to the Department issuing the “Notice to Commence.” All final Project Costs shall be submitted to the Department with the payment request. Maximum Grant Award Amount: $200,000.00 Required Grantee Match Amount: $200,000.00 Total Estimated Project Cost: $400,000.00 Match Ratio: 50:50 DEP Agreement No.: P5077, Amendment # 1, Attachment 3-A, Page 2 of 3 FRDAP _FY18-19 Scope of Work/Tasks Deliverables Due Date Financial Consequences TASK 1 1.A. Development of Commencement Documentation Checklist (DRP-107)1. 1.B. A Cost Analysis Form, with detailed budget (and In-House Cost Schedule(s), if applicable).  DELIVERABLE 1 The Department will issue “Notice to Commence” upon receipt and approval of: 1.A. All applicable Project specific Commencement documentation listed on Commencement Documentation Checklist (DRP-107) 1.B. A Cost Analysis Form, with detailed budget (and In-House Cost Schedule(s), if applicable). Project planning expenses, such as application preparation, architectural and engineering fees, permitting fees, Project inspection, and other similar fees are eligible for reimbursement. However, reimbursement, if requested, shall not exceed fifteen (15%) of total Project Cost, and shall be invoiced upon Project completion, in accordance with the Payment Request Schedule. The Grantee may not proceed with development of the Project until Notice to Commence has been issued. 180 calendar days after Execution of Agreement2 Failure to provide the required Commencement Documentation may jeopardize your funding. The Department may terminate the Project Agreement if the required Deliverables are not submitted and approved by the Department. TASK 2 2.A. Development of Primary and Support Project Elements, which includes: Renovation: Parking Lot, Sidewalk modification.  2.B. Development of Completion of Documentation Checklist (DRP-111). 2.C. Completion of Final Status Report (DRP-109). DELIVERABLE 2 The Grantee may request reimbursement upon Department receipt and approval of: 2.A. Development of required Project Elements. 2.B. All applicable Project specific Completion documentation listed on Completion Documentation Checklist (DRP-111) 2.C. Final Status Report (DRP-109). The Grantee may request reimbursement for allowable budgeted expenses and costs pursuant to the Agreement that are directly related to the successful development of the Project site. Reimbursement shall not exceed the Grant Due April 30, 2027, which shall also be the Project Completion Date3 No reimbursement will be made for Deliverable(s) deemed unsatisfactory by the Department. Payment(s) will not be made for unsatisfactory or incomplete work. In addition, a Task may be terminated for Grantee’s failure to perform. DEP Agreement No.: P5077, Amendment # 1, Attachment 3-A, Page 3 of 3 FRDAP _FY18-19 Award Amount, less any reimbursement requested for in Deliverable 1, and shall be invoiced upon Project completion, in accordance with the Payment Request Schedule below. Ten percent (10%) of the Grant Award will be retained until the Project is designated complete by the Department. Project Task Performance Standard: The Department’s Grant Manager will review the Project Completion Certificate and the Deliverables to verify compliance with the requirements for funding under the FRDAP; approved plans and application approved for funding. Upon review and written acceptance by the Department’s Grant Manager of the Project Completion Certificate and the Deliverables under each Project Task, the Grantee may proceed with the payment request submittal. Payment Request Schedule: Following Department approval of all Deliverables, the Grantee may submit a single payment request on Exhibit C, Payment Request Summary Form, DRP-115, along with all required documentation as outlined in the Financial Reporting Procedures (DRP-110), as applicable, to support payment. A payment request submitted as part of the reimbursement process must correspond with the Cost Analysis and supporting documents provided under Project Tasks. Endnotes: 1. FRDAP documentation is available at https://floridadep.gov/lands/land-and-recreation-grants/content/frdap-assistance and/or from the Land and Recreational Grants Section, State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard, MS# 585, Tallahassee, Florida, 32399-3000. 2. Project Agreement is subject to termination if Commencement documentations under Task 1 are not received and approved by the Department within 180 calendar days of the Project Agreement execution. 3. Due Date will not be extended beyond the Grant Period as outlined in Subsection 62D-5.058(7), F.A.C. Edgewater Drive/Alt. 19Sunset Point Road/CR-576Sunnydale DriveSedeeva StreetCharles StreetGranada StreetMarine StreetUnion Street/CR-600Commodore StreetWilson BoulevardAnchorageWayPROJECT AREAEDGEWATER DRIVE PARKRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed RenovationsOverall Site Plan2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 100'1 OF 61SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 50'100'100'NSEW EDGEWATER DRIVE/ALT 19SUNNYDALE DRIVESUNSET POINT ROAD/CR-576Edgewater Drive ParkPROPOSED WHEELSTOP (TYP.)PROPOSED TRASHCAN (TYP.)PARK RULES SIGN(BY CONTRACTOR)SEE STANDARD SIGNAGE 'C'PROPOSED 10' WIDECONCRETE SIDEWALKADA PAVEMENT MARKINGSAND SIGN (TYP.)PAVEMENT MARKING (WHITEEPOXY PAINT; 6" WIDE)(TYP.)CONCRETE DRIVEWAY APRONPROPOSEDASPHALT PARKINGPROPOSED DETECTABLEWARNING MATPROPOSED SITTINGAREA W/BENCHES (TYP.)PROPOSEDDECORATIVE FENCEENVIRONMENTAL EDUCATIONAL SIGNAGE(BY CONTRACTOR)SEE STANDARD SIGNAGE 'D'NEW PARK ID SIGN(BY CONTRACTOR)SEE STANDARD SIGN 'A'PROPOSED PONDCONNECT TO EX.SIDEWALK AT GRADEClearwater HarborRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed Renovations2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 40'2 OF 62SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 20'40'40'MATCHLINESEE PAGE FOR CONTINUATION 3 NSEW EDGEWATER DRIVE/ALT 19SEDEEVA STREETEdgewater Drive ParkPROPOSED 10' WIDECONCRETE SIDEWALKPROPOSED 10' WIDECONCRETE SIDEWALKPROPOSED 10' WIDECONCRETE SIDEWALKPROPOSED 10' WIDECONCRETE SIDEWALKClearwater HarborRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed Renovations2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 40'3 OF 63SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 20'40'40'MATCHLINESEE PAGE FOR CONTINUATION 4 NSEWMATCHLINESEE PAGEFOR CONTINUATION2 EDGEWATER DRIVE/ALT 19CHARLES STREETEdgewater Drive ParkPROPOSED 10' WIDECONCRETE SIDEWALKPROPOSED 10' WIDECONCRETE SIDEWALKClearwater HarborRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed Renovations2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 40'4 OF 64SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 20'40'40'MATCHLINESEE PAGE FOR CONTINUATION 5 NSEWMATCHLINESEE PAGEFOR CONTINUATION3 EDGEWATER DRIVE/ALT 19COMMODORE STREETGRANADA STREETClearwater HarborEdgewater Drive ParkPROPOSED 10' WIDECONCRETE SIDEWALKPROPOSED 10' WIDECONCRETE SIDEWALKRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed Renovations2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 40'5 OF 65SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 20'40'40'MATCHLINESEE PAGE FOR CONTINUATION 6 NSEWMATCHLINESEE PAGEFOR CONTINUATION4 EDGEWATER DRIVE/ALT 19UNION STREET/CR-600MARINE STREETEdgewater Drive ParkPROPOSED 10' WIDECONCRETE SIDEWALKTRANSITION TO 6' SIDEWALKAT CITY LIMITSClearwater HarborRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756Edgewater Drive Park Proposed Renovations2024-022_Grant2024-02203/21/2024Lee CheekN/A1" = 40'6 OF 66SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 20'40'40'NSEWMATCHLINESEE PAGEFOR CONTINUATION5 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0885 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Approve a purchase order to Bandes Construction, of Dunedin, Florida for certain maintenance and improvements to the picnic shelter and restroom building at Marymont Park located at 1900 Gilbert Street in the total amount of $170,384.75 and authorize the appropriate officials to execute same. (consent) SUMMARY: On October 03, 2024, Council approved the use of 18 firms to serve as Construction Managers at Risk for Continuing Contracts under RFQ 51-24 and Bandes Construction. was selected as one of the approved firms. Bandes Construction was selected from the approved CMAR Continuing Contracts list based on past reliability, professionalism, capability of offering design build services, as well as their past performances with many other similar projects in various city parks. Bandes Construction has the ability to complete this project in an expedited manner allowing us to return this park to pre-storm conditions for the adjoining neighborhood. The existing park has served the local community and its visitors for over 60 years but is now in need of some renovations and upgrades. A community meeting was held at Marymont Park on June 17 with over 40 residents in attendance. The purpose of the meeting was to share future plans, answer questions and get the neighborhood input into the type of repairs and upgrades desired to be completed. Renovations will include a new playground, new sidewalks, parking lot improvements, landscaping, mural, and repairs and improvements to the picnic shelter and restrooms. The proposal from Bandes Construction includes maintenance and renovation items for the park shelter such as a new roof, structural repairs, and painting. Renovations to the restroom building include installing new toilets, sinks, faucets, paper dispensers, switches and occupancy sensors and vandal-proof electrical fixtures, doors and signage as well as roof repairs, stucco and paint. Commencing upon issuance of a notice to proceed substantial completion will be done by December 31, 2025. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2206, Parks & Beautification R&R, funded by General Fund revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITIES: Funding the purchase of the new playground equipment 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. 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; and 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. 3.2: Preserve community livability through responsible development standards, proactive code Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0885 compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 9/11/2025 Proposal Marymont Park Improvements Thursday, August 28, 2025 Revision #1 TO: Craig Wilson, Parks Senior Division Manager City of Clearwater – Parks & Recreation 100 S Myrtle Ave, Clearwater, FL 33756 RE: MARYMONT PARK CITY OF CLEARWATER PARKS RECREATION DEPARTMENT PROJECT NUMBER XX As requested, enclosed is the proposal for renovations to the Marymont Park bathroom building and park shelter located at 1900 Gilbert St., Clearwater, FL 33765, submitted in accordance with scope directive and site visits with City staff for a Guaranteed Maximum Price of $170,384.75. Scope of Work: The following construction services will be provided under this contract: General  Perform two (2) design field visits to verify existing conditions in areas associated with the new work.  Produce measured drawings for existing building and shade structure affected by the new work.  Develop biddable and constructable Construction Documents in accordance with applicable code and permitting requirements.  Provide all permitting services required to complete the above-mentioned work, including inspection requests. Park Shelter  Provide structural engineering plans to renovate the park shelter.  Renovate the park shelter: sand, grind paint at all upright posts/columns and roof frame structure (color to match new playground color TBD).  Remove old and dispose of old park shelter roof and framing. Existing steel post and structure to remain in place for new timber beams, joists, and T&G decking.  Provide and install new timber framing shelter roof structure, pressure-treated SYP lumber and tongue & groove decking.  Provide a metal new roof to the park shelter. Restroom Building  Pressure wash the entire building and concrete pad under shelter and sidewalks around bathroom building. Including the roof. 2  Remove and store all interior restroom plumbing fixtures for reinstallation and toilet accessories for reinstallation.  Remove all exterior doors and dispose of doors and hardware only. Frames to be re-used.  Remove and reinstall two toilets (needed for epoxy floor installation). Per Building & Maintenances Standard Fixture Specifications.  Grind and patch existing concrete roof, route & caulk all cracks, install sealant at all pipe penetrations, install Tremco 350/346 5-year coating system to achieve watertight concrete roof system.  Provide all new impact-resistant exterior hollow metal doors, hinges, closers, and locks. All doors to be painted. Single door frame is to be replaced. All other door frames are in good condition and are to remain.  Lock keying to be by Owner.  Prep and sand finish stucco exterior of the restroom building. Stucco to be smooth as to allow for mural installation.  Prep and install medium coat of Conflex Ultracrete Acrylic Texture Coating on interior of restrooms.  Primer (1) coat, Paint (2) coats of exterior semigloss Sherwin Williams paint on exterior of restroom building. Color TBD.  Remove existing flooring and epoxy both restroom floors including 8” up the walls. Use specifications provided for Pier 60 Bait House.  Primer (1) coat, Paint (2) coats of interior semigloss Sherwin Williams paint interior of restrooms. Color TBD.  Install Men and Women ADA restroom signs on the exterior of the restroom doors.  Remove and reinstall all paper dispensers (toilet paper and hand towels) and soap dispensers.  Remove old sinks, faucets and plumbing and dispose of.  Existing floor-mounted urinal to remain.  Install new ODP stainless steel sinks with faucets including all necessary plumbing.  Remove existing switches and provide occupancy sensor switches in each restroom.  Provide new LED vandal-proof wall pack electrical fixture with photocell. Exclusions The following services are excluded from this proposal:  Civil Engineering or Landscape Architecture  HVAC  Power distribution upgrades  Panel metering  Electrical coordination and arc flash study  LEED documentation  Security and fire alarm design 3  Hazardous materials assessment or abatement. No hazardous material or abatement is anticipated due to the cementitious and natural nature of the materials being worked on (concrete, wood, porcelain). Cost Detail: Division 1 Design & Engineering Bingham Architectural 11,550.00 General Conditions Bandes Construction 13,323.46 Pressure Washing Captain Bob 450.00 Division 2 Demolition Crue Construction 4,493.74 Division 3 Concrete Excluded 0.00 Division 4 Masonry - Grout in 1 Door Frame Bandes Construction 1,240.00 Division 6 Rough Carpentry Allowance 40,000.00 Division 7 Waterproofing General Caulking 13,500.00 Metal Roofing - Park Shelter Allowance 16,000.00 Division 8 Doors & Hardware Material Pinnacle Door 8,693.75 Doors & Hardware Labor Casey Stull 790.00 Keying By Owner 0.00 Division 9 Stucco Lorelei 10,500.00 Painting Ganster2,250.00 Interior Texturing Ganster 400.00 Painting - Park Shelter Columns Allowance 400.00 Epoxy Flooring CFCS 4,678.04 Division 10 Toilet Accessories Reinstall Casey Stull 270.00 Toilet Accessories Material Reuse / By Owner 0.00 ADA Door Signs 2 Each 45.00 4 Division 15 Plumbing Clearwater Plumbing 2,475.00 Furnish New Water Closets Allowance 763.38 Furnish New Flush Valve at Urinal Allowance 427.00 Furnish New Sinks By Owner 0.00 Division 16 Electrical - LED Wall Pack FLA Electric 1,125.00 Electrical - Interior Switches FLA Electric 350.00 Subtotal 133,724.37 Builder's Risk Insurance 0.063% 84.25 General Liability Insurance 0.40% 534.90 Bond 1.204074% 1,610.14 CMAR Fee 15% 20,058.66 Permit Fees Allowance 1,000.00 Contingency 10% 13,372.44 Total 170,384.75 Schedule Detail Project to be substantially completed no later than December 31st, 2025. Existing Contract This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on 10/01/2024, based on RFQ #51-24. If GMP Exceeds $150,000 Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is not required.) 5 BANDES CONSTRUCTION COMPANY, INC. By: ________________________________ Zachary Bandes Vice President 08/28/2025_______________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Bruce Rector Jennifer Porrier Mayor City Manager ____________________________ ___________________________________ Date Date Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0892 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Approve a three-year Interlocal Agreement between the Clearwater Community Redevelopment Agency and the Clearwater Police Department to provide CRA increment funding to underwrite the cost of additional Community Policing services in the Downtown CRA boundaries and authorize the appropriate officials to execute same. SUMMARY: Since 2008, the CRA has partnered with the Clearwater Police Department to provide enhanced community policing within the Downtown Community Redevelopment Area. For the 2025-2026 fiscal year, funding in the amount of $262,289.17 has been allocated. Funding for the remaining two years of the contract will be adjusted accordingly. This partnership has supported two additional police officers dedicated to addressing quality-of-life issues, including illegal narcotics activity, prostitution, homelessness, and code enforcement challenges. Florida Statute 163.387 allows for the payment of community policing innovations in the Community Redevelopment Areas. Historically, this partnership has been approved through annual interlocal agreements. The proposed agreement establishes a three-year term (October 1, 2025 - September 30, 2028), streamlining the process and providing greater consistency. The three-year agreement includes the following key provisions: Funding of two (2) dedicated police officers, including salaries, benefits, and associated fuel costs. A defined community policing strategy targeting drug activity, prostitution, homelessness, code enforcement, and community engagement. Outcome measures including proactive operations, arrests/citations where applicable, property referrals to the Nuisance Abatement Board, and quarterly engagement with businesses and property owners. A co-responder model to connect individuals with homelessness, mental health, or addiction issues to appropriate services. Benefits of Moving from Annual to Three-Year Agreement: Consistency & Stability: Provides predictable funding and resources for a sustained community policing presence. Improved Planning: Supports long-term strategies for crime reduction, homelessness response, and community engagement. Flexibility: Agreement allows amendments if conditions or priorities change during the three-year term. Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0892 APPROPRIATION CODE AND AMOUNT: Funding for this interlocal agreement will be from CRA project, R2001, Community Policing, funded by City increment revenue. STRATEGIC PRIORITY: 1.4 Foster safe and healthy communities in Clearwater through first class public safety and emergency response services. Page 2 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0730 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 2 File Type: Action ItemIn Control: Public Works Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Approve a purchase order to All Around Maintenance and Rehabs II, LLC of Palm Harbor, FL for ditch mowing and general ditch maintenance in an annual not-to-exceed amount of $750,000.00 for an initial one-year term, with one, one-year renewal option 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 122 stormwater conveyance ditches, comprising approximately 1,444,299 square feet of turf that requires periodic litter removal, mowing and maintenance. These ditches and the turf that lines the banks of these ditches, not only drains stormwater from the city’s neighborhoods, but the turf on the banks serves a vital function as it provides stormwater quality benefits by slowing, filtering, and treating stormwater runoff before it reaches surrounding water bodies. This helps the City meet standards set forth in our MS4 permit. It is important for the City to maintain these ditches and keep them cut and free of litter and obstructions that reduce or block the conveyance of stormwater. Not only is an overgrown ditch a public eyesore, it easily becomes a trap for the accumulation litter and can also become a place for “volunteer” trees to take root and potentially cause additional damage to the banks and structures of the ditch as they grow and are not removed. It is the intention of the Stormwater Division of Public Works to have multiple contractors perform ditch maintenance. Bid specifications have been drafted and are under review, however it takes six months or more for contract specifications, once fully developed, to be advertised, awarded and funded. The work to maintain the City’s drainage ditches has often been deferred as more urgent needs arise. This contract will help address ditch maintenance in a more timely manner. Authorization is requested to utilize the following contracts with All Around Maintenance through a piggyback arrangement for an initial one-year term, with the option to renew for one additional one-year period. Should the original agency choose not to continue or extend the contract, no further services will be requested off that piggyback contract. ·Pinellas County Schools Invitation to Bid No. 24-968-033, Maintenance and Cleaning of Retention Ponds, Ditches and Swales: for the mowing and clearing of ditches and swales, tree and vegetation removal, grading, hauling and general site clearing, valid through valid through September 25, 2025, with an option to renew for one, one year period. ·Pinellas County Invitation to Bid #24-0336-ITB-C, Open Conveyance Maintenance: Operation and Maintenance Work Order Contract - for maintenance of traffic; clearing and grubbing; tree, sediment, vegetation and debris excavation, trimming and removal; stump grinding, grading, stabilization, dredging, Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0730 aquatic vegetation harvesting and disposal; dewatering ditches and ponds; borrow materials hauling and placement; turbidity barrier and silt fence placement; sod, hydroseed and wildflower placement; straw, coconut fiber or turf reinforcement mat placement; landscape watering, concrete cloth and rip rap placement and general labor valid through August 11, 2030. These are both unit price contracts, not to exceed $750,000.00 annually with an anticipated start date of late 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 selection of the best option for the services requested. APPROPRIATION CODE AND AMOUNT: Funding for this contract is available in Capital Improvement Project ENST180001, Storm System Improvements, to fund this purchase order. The project is funded by revenues from the Stormwater Utility Enterprise Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 9/11/2025 Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed Bid”. Be sure to include the name of the company submitting the bid where requested. SEALED BID • DO NOT OPEN SEALED BID NO.: 24-968-033 BID TITLE: Maintenance and Cleaning of Retention Ponds, Ditches and Swales DUE DATE/TIME: September 5, 2023 @ 3:00 p.m. ET SUBMITTED BY: _______________________________________ (Name of Company) DELIVER TO: PURCHASING DEPARTMENT School Board of Pinellas County 301 Fourth Street S.W. Largo, FL 33770-3536 Please Note: Pinellas County Schools has partnered with Public Purchase which provides government agencies and their suppliers with a comprehensive and easy to use web-based eProcurement system. Registered suppliers receive automatic notification and transmittal of bid solicitations. Please visit www.publicpurchase.com to login and obtain any and all bidding documents Once you have opened and viewed the bid document from the Public Purchase website you will automatically receive an e-mail notifying you when an addendum has been issued. However, if you obtain our bidding documents from any other source, we cannot guarantee that you will automatically receive subsequent notifications of addendums by email. In order to assure that you are automatically notified, you must visit the above website and open and view the bid document. The District will not be responsible if you fail to receive any and all addendums if you obtain the original bid document from another source. (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 1 of 31 SUBMIT BID TO: PURCHASING DEPARTMENT School Board of Pinellas County, Florida 301 – Fourth Street S.W. Largo, Florida 33770-3536 INVITATION TO BID BID TITLE: Maintenance and Cleaning of Retention Ponds, Ditches and Swales BID NO. 24-968-033 F.O.B. Countywide BUYER: Christine Roney DESTINATION (727) 588-6149 POINT: ISSUE August 10, 2023 DATE: BID DUE DATE AND TIME: September 5, 2023 @ 3:00 p.m. ET BID OPENING ROOM: A318 SUBMITTALS: Certain Submittals are required with this bid. See the SUBMITTALS CHECKLIST found later in the bid document for details. Submit Three (3) complete copies of your bid, 1 original marked as the original, 1 copy, 1 copy of the original on a flash drive. Bids should include all information and submittals requested herein. Incomplete bids may be declared non-responsive. PURCHASING CARDS: Bidders that accept Visa/Mastercard payments can be enrolled in the District’s ePayments program for faster payment turnaround. Interested parties can contact the Districts purchasing card provider, JP Morgan, for enrollment in the program at sua.supplier.support@jpmchase.com, or by phone at 877-263- 5184. Unless exception to this condition is checked below, the Bidders, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card. We are not able to accept credit card payments at this time. PURCHASES BY OTHER PUBLIC AGENCIES (D.O.E. Regulation #6A1.012 (5): - With the consent and agreement of the successful Bidders(s), purchases may be made under this bid by other governmental agencies. Such purchases shall be governed by the same terms and conditions as stated herein. Note to Bidders: A. A signed bid submitted to the School Board obligates the Bidders to all terms, conditions and specifications stated in this bid document, unless exceptions are taken and clearly stated in the Bidder’s bid documents. B. Bids received after the date & time specified will not be accepted. Delivery days after receipt of order: Date Submitted: BIDDERS MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR BID TO BE CONSIDERED Company Name: FEIN: Address: Telephone: ( ) - Ext. City, State: Zip: FAX: ( ) - NON COLLUSION: - The Bidders, by affixing its signature to this bid, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. Signature of Owner or Authorized Officer/Agent E-mail: Typed Name of Above: Title: NO BID: I hereby submit a “no bid” for the reasons checked below: Insufficient time to respond Could not meet Insurance requirements Addenda were received too late to respond Could not meet bonding requirements Could not meet specifications We do not offer the product or service requested Specifications were unclear or restrictive Our schedule will not permit us to respond Terms & Conditions were unclear or restrictive We do not bid directly Keep our company on this bid list for future bids Remove our company name from this bid list for future bids SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 2 of 31 GENERAL TERMS AND CONDITIONS The Pinellas County School District (District) “General Terms and Conditions” School Board Adopted 12/08/09 Revised 3/20/12, 7/24/12 can be found at the following link: https://www.pcsb.org/cms/lib/FL01903687/Centricity/Domain/187/General%20Terms%20and%20Conditions.pdf By submitting a proposal, Proposer agrees to abide by all District Terms and Conditions. SCOPE This bid will select a "Stormwater Maintenance Vendor". The work shall consist of furnishing all materials, labor, tools, equipment and supervision required to maintain and clean retention ponds, swales, drainage ditches and other storm water conveyances at various sites within the District. The successful vendor will only be awarded projects valued at less than $50,000. • All equipment must be listed on the attached bid form and is subject to inspection by the District’s Environmental Coordinator. • The bid form lists common equipment/machinery typically utilized for these types of projects. Vendors responding to this bid must utilize properly trained and licensed operators for all equipment. • The District’s Environmental Coordinator will contact the awarded Vendor to obtain a written estimate for each project on an as needed basis throughout the Contract term. Vendor shall visit the site and provide a firm fixed price proposal for the proposed project within five (5) working days from request. Estimates shall be itemized and must include all equipment, labor and material charges. Project estimates will be reviewed by the districts’ Environmental Coordinator and, upon approval, the Vendor will be given authorization to complete the project within ten (10) days of the Notice to proceed. CONTRACT PERIOD The Contract Period shall commence on September 26, 2023, and end September 25, 2024. Prices and discounts shall remain firm for this period and shall include ALL freight and handling charges. RENEWAL OPTION By mutual consent of the School Board of Pinellas County, Florida, and the successful Bidders, this contract may be renewed for (two (2) one (1) year periods of time). SUPPLEMENTAL UNILATERAL RENEWAL PERIODS . The District, through its Director of Purchasing, has the option and reserves the right to unilaterally extend the original contract term or any renewal term for up to three (3) additional thirty (30) day periods, at the same terms and conditions. Notice of the District’s intent to renew shall be provided by the District in writing to the Contractor Supplier prior to the expiration of the contract, or the renewal period if the contract has been previously renewed. PRICE ESCALATION/DE-ESCALATION. The District will allow a price escalation/de-escalation provision within this award. The original bid prices shall remain firm for the first term of the agreement. A price escalation/de-escalation will be allowed at each renewal period, provided the Awardee notifies the District, in writing, of the pending price escalation/de- escalation a minimum of 60 days prior to the final day of the current term. The price escalation percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. If bidding discounts from list price, discounts offered may not change. Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein. SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 3 of 31 If, at the point of exercising the price escalation provision, market media indicators show that the Consumer Price Index for All Urban Consumers (CPI-U) has decreased, and that the Awardee has not passed the decrease on to the District, the District reserves the right to place the Awardee in default, cancel the award, and remove the Awardee from the District’s Bidders List for a period of time deemed suitable by the District In the event of this occurrence, the District further reserves the right to utilize any and/or all options as stated herein. ADJUSTMENTS TO CONTRACT TERMS & CONDITIONS NECESSITATED BY VOLATILITY OF THE MARKETPLACE The District may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply are affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all of the following criteria: 1. The volatility is due to causes wholly beyond the Supplier’s control 2. The volatility affects the marketplace or industry, not just the particular Supplier’s source of supply 3. The effect on pricing or availability of supply is substantial 4. The volatility so affects the Supplier that continued performance of the contract would result in substantial loss or financial hardship The determination as to whether a situation represents “extreme” volatility of the marketplace and/or whether the effect on pricing or availability is “substantial” shall be solely at the discretion of the District. Requests for adjustments will not be considered more than once in a one-year period. Adjustments and renewal escalation may not be exercised in the same term. PRE-BID CONFERENCE A pre-bid conference will be held at Walter Pownall Service Center, 11111 South Belcher Road, Largo, FL 33773 on August 22, 2023 @ 8:30 a.m. in the Maintenance Training Room Attendance at this pre-bid conference is MANDATORY in order for all potential Bidders to receive the benefit of answers to theirs and other’s technical questions first hand. If you are not the prime Bidders but are attending on behalf of someone else, please make note of this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative that all information be disseminated in a public forum with all potential Bidders present to minimize confusion or misunderstandings. Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form of written addenda and distributed to all attendees. Please note that if you are late to this mandatory pre-bid conference you will not be eligible to sign the attendance roster and therefore may not submit a bid. You may still, however, attend the conference if you wish. CONTRACT VALUE For the purposes of calculating the amount of a protest bond, this contract is valued at approximately $450,000.00 /year, excluding renewal options. This is only an estimate and the actual amount could vary up or down. The District will not be held responsible if actual purchases are less than this amount. BUSINESS LICENSE / LEGAL ENTITY The bidder should provide documented evidence that the prime and sub-contractors have a business license under the same legal entity for a period of five (5) continuous years prior to this bid. “Legal entity” is defined as the same company, corporation, partnership, or sole proprietorship, or a separate company, corporation, partnership, or sole proprietorship that is a successor-in-interest to the previous entity. In the case of a separate, successor-in-interest entity, that entity must have maintained a business license for a period of five (5) continuous years prior to this bid.” SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 4 of 31 BUSINESS EXPERIENCE Bidders shall have a minimum of three (3) contracts within five (5) years’ experience in the performance of all work related to the maintenance and cleaning of roadside swales, drainage ditches and drainage ponds. Experience shall include work of similar scope and size for government and other public agencies including Universities, Local Municipalities and Public-School Districts. REQUIRED SUBCONTRACTOR SUBMITTALS The successful bidder shall provide a list of all sub-contractors that will be providing services for this project with their bid proposal. All subcontractors shall have the required licensing within their respective trade and be pre-approved by PCSB, as well as meet all background screening requirements. Please refer to the Proposed Subcontractor form on page 20. BID CONTENT & SUBMITTAL Submit Three (3) complete copies of your bid, 1 original marked as the original, 1 copy, and 1 copy of the original on a flash drive. Each bid proposal shall include all information and submittals required or requested in this bid. Incomplete bid proposals may be declared non-responsive. Please refer to the Submittal Checklist on page 24 for a list of required or requested submittals. BASIS OF AWARD This bid shall be awarded to up to (2) two bidders responsive and responsible bidders with the highest point score, according to the Method of Evaluation listed below. All proposals will be scored using the point system found on the bid evaluation form in this bid. A maximum number will be allocated as shown on evaluation form. Points will be awarded for each criterion based upon the percentage spread between each bidder’s unit prices compared to the lowest bidder’s unit price for each criterion. METHOD OF EVALUATION This bid will be evaluated using a point system applied to a set of evaluation criteria listed on the bid evaluation form. The bidder achieving the highest point score will be recommended for award of the contract. For example, if a criterion has a score not to exceed 200 points, the lowest price (or highest discount) will receive the maximum number of points and all other bids will be scored based upon the cost spread in relation to the lowest bid (or highest discount). Scores will be rounded up or down to the nearest whole dollar. For example, based on a point score of 100: • If the lowest hourly rate for straight time is $50 it would thus receive a 100-point score. • If the second lowest bid is $62 it would thus receive an 81-point score. (50/62 times 100). • If the third lowest bid is $80 it would thus receive a 63-point score. (50/80 times 100). • If the lowest mark-up percentage for materials and supplies is 10% it would thus receive a 100-point score. • If the second lowest bid is 12% it would thus receive an 83-point score. (12/10 times 100). • If the third lowest bid is 15% it would thus receive a 66-point score. (15/10 times 100). BACKGROUND SCREENING As required by The Jessica Lunsford Act [s.21 of Ch.2005-28, L.O.F.], if anyone representing a Supplier under contract with the school District will have access to school grounds when students are present, have direct contact with students SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 5 of 31 or have access to or control of school funds, such personnel are required to be screened at Level 2, to include fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement and federal criminal records checks through the Federal Bureau of Investigation. [s. 1012.465, Florida Statutes] The requirements of this law must be met in order for the School Board to contract with your company. To make an appointment to be screened by Pinellas County Schools, go to: http://fieldprintflorida.com/ For a full submission (fingerprinting and badge) use code FPPCSVendors. For a badge only (badge replacement) use code FPPCSBadge. If Contractor/Supplier is awarded all or a portion of this bid, Contractor/Supplier hereby acknowledges and agrees to abide by the Florida Jessica Lunsford Act (1012.465, F.S.) and obtain, at its own cost, Level 2 clearance of all employees, agents, and subcontractors who (1) have access to school grounds when students are present, (2) have direct contact with students, on or off school grounds, or (3) have access to or control of school funds. INSURANCE Insurance is required of all Suppliers who perform work on School Board premises. If this bid requires that you work on our premises, an attachment titled: Insurance Specifications for Contractor/Suppliers will be included giving details. NON-EXCLUSIVE AGREEMENT This bid does NOT establish an exclusive arrangement between the District and Supplier. The District reserves, but is not limited to, the following rights: • The unrestricted right to use others to perform work, provide services or deliver the same or similar products as described herein when it is to the economic benefit of the District. • The unrestricted right to separately bid any work, products or services as described herein when it is to the economic benefit of the District. ADDENDA From time to time, addenda may be issued to this bid. Any such addenda will be posted on the Public Purchase website. If you have not already done so, you must first register at this website before you may begin downloading bid documents. If you are a registered vendor with the district, you will automatically receive notification of all addenda by e- mail MAINTENANCE CONTRACTS As part of the bid response, Bidders may be requested to submit maintenance contract pricing on specific items. Such maintenance contracts would be purchased in lieu of performing in-house maintenance after the expiration of the standard manufacturers’ warranties. If pricing is desired, space will be provided on the Bid Proposal Form for Bidders to enter their cost figures. A copy of the maintenance agreement should be included with your bid proposal to enable us to review the terms and conditions of the contract. All maintenance contracts shall be on-site with all necessary parts and labor included. Award of maintenance contracts for specified items will be at the discretion of the District. BUSINESS HOURS & DAYS OF OPERATION Regular School Year Days of operation are Monday thru Friday (excluding holidays) 8 a.m. to 4:30 p.m. Warehouse receiving 6:30 a.m. to 2 p.m. SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 6 of 31 Summer From approximately the 1st week of June thru the 1st week of August all schools are closed, with the exception of those that may be in summer session. Beginning the 2nd week of August, schools are once again in session. For more specific information call (727) 588-6143 to confirm if a school can accept deliveries. Days of operation are Monday thru Thursday as follows: • Administrative Facilities and Schools: 7:30 a.m. to 5:30 p.m. • Walter Pownall Service Center: 6:30 a.m. to 5 p.m. (receiving 6:30 a.m. to 4:30 p.m.) HOLIDAY BREAKS Each year, schools and administrative offices are closed for Thanksgiving, winter and spring break periods. Shipments cannot be accepted during these periods. These dates will vary each year depending upon our negotiated personnel calendar and when the Holidays actually fall. Thanksgiving, 2023 November 22 thru November 24, 2023 Winter Break, 2023: December 25 thru January 5, 2023 Spring Break, 2024: Schools: March 13 thru March 17, 2023 Administrative Offices: March 11 thru March 15, 2024 KEY EVENTS & DATES: • August 10, 2023 Bid notice e-mailed to prospective Bidders & bidding documents posted on the www.publicpurchase.com • August 22, 2023 Mandatory Pre-Bid Conference @ 8:30 a.m. in the Maintenance Training Room • August 29, 2023 Last Day to request additional information or clarification • September 5, 2023 Bids due in Purchasing @ 3 p.m. E.T. Public bid opening to follow immediately thereafter in Room A308, Purchasing Department, School Administration Building, 301 4th Street S.W., Largo, Florida. NOTE: The Largo Administration Building is a secured building. Inform the officer at the front desk that you have a bid to be delivered to the Purchasing Department. The officer will call Purchasing and someone from the department will come to the front desk to date and time stamp your bid and provide a receipt. This process may take several minutes, so please allow sufficient time when hand delivering a bid submittal. • September 5-6, 2023 Evaluate bids and make selection of contractor(s) • September 6, 2023 Recommendation For Award Submitted to Purchasing by the Maintenance Department • *On or About September 20, 2023 Notice of Intent to Award posted in the purchasing department and on the department’s Web site @ http://pcsb.org/Page/746 SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 7 of 31 • September 26, 2023 Submit Recommendation for award to School Board for approval (estimated date of School Board approval) *If the time allotted to evaluate bids and make the selection of contractors as stated above proves to be insufficient, the posting of the Notice of Intent To Award and the Board approval date are subject to change. Continue to monitor our website or contact the purchasing department for more specific information as to when the notice will be posted. ADDITIONAL QUESTIONS/CLARIFICATIONS During any solicitation period, including any protest and/or appeal, no contact with District officials or employees, other than with the individuals specifically identified in the solicitation, the Director of Purchasing or the Legal Department is permitted from any Bidder. Such communication may result in an automatic disqualification for selection in the pending solicitation and any subsequent District solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal. Additional questions or clarifications regarding this solicitation shall be directed in writing to the buyer listed on page 1 of this document by 4:00 PM of the day listed on the Key Events & Dates table as the “Last Day to request additional information or clarification”. ALL requests for clarifications or questions shall be submitted in writing via email and directed to: Christine Roney, Purchasing Analyst at roneyc@pcsb.org REVIEW OF STATE CONTRACTS Prior to the release of this Invitation to Bid, a review of the State of Florida purchasing agreements was conducted to determine if their use would be economically advantageous to the District. BID OPENING PROCEDURES Please be aware that any meeting at which (1) there is negotiation with a Supplier, (2) a Supplier makes an oral presentation, or (3) a Supplier answers questions, pursuant to a competitive solicitation, are closed to competitors and other members of the public. Team meetings at which negotiation strategies are discussed are likewise closed. Such meetings shall be recorded. At bid openings, District personnel will only reveal the names of the Bidders, unless the bid or proposal is a competitive solicitation for construction or repairs on a building, then the name of each Bidders and price submitted shall be read at a public bid opening per F.S. 255.0518. The recordings and bid proposals shall be exempt from public records requests until such time as the notice of an intended decision is published or until 30 days after opening the bids, proposals, or final replies, whichever occurs earlier. If the School Board rejects all bids, proposals, or replies and concurrently provides notice of its intent to reissue a competitive solicitation, the recordings and any records presented at the exempt meeting remain exempt from public records requests until such time as the School Board provides notice of an intended decision concerning the reissued competitive solicitation or until the School Board withdraws the reissued competitive solicitation. A recording and any records presented at an exempt meeting are not exempt for longer than 12 months after the publication of the initial notice rejecting all bids, proposals, or replies. Section 119.071(1)(b), F.S.; and Section 286.0113, F.S. SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 8 of 31 PUBLIC ENTITY CRIMES As stated in paragraph 12 of the General Terms and Conditions, PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST, please complete, sign and notarize the “SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, PUBLIC ENTITY CRIMES” form on page This form MUST be included in your response in order for your bid/proposal to be responsive. PUBLIC RECORD LAW Public Records: Section 119.0701, Florida Statutes, requires that the Contractor comply with Florida’s public records laws with respect to services performed on behalf of the School Board. Specifically, the statute requires that the Contractor: a. Keep and maintain public records required by the School Board to perform the service. b. Upon request from the School Board’s custodian of public records, provide the School Board 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 of the Florida Statutes or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of the Agreement if the Contractor does not transfer the records to the School Board. d. Upon completion of the Agreement, transfer, at no cost, to the School Board all public records in the possession of the Contractor or keep and maintain public records required by the School Board to perform the service. If the Contractor transfers all public records to the School Board upon completion of the Agreement, 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 this Agreement must be made directly to the School Board. If the School Board 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 School Board or allow the records to be inspected or copied within a reasonable time. f. The failure of the Contractor to comply with these provisions, if applicable, shall constitute a default and material breach of this Agreement, which may result in immediate termination, with no penalty to the School Board and may also result in penalties under Section 119.10, Florida Statutes. g. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, ANGELA BROWN, SUPERVISOR OF RECORDS MANAGEMENT AT 727- 793-2701 X 2393, 2929 COUNTY ROAD 193, CLEARWATER, FL 33759, brownangel@pcsb.org. INTEGRITY OF BID DOCUMENTS Bidders shall use the original Bid Proposal Forms provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Proposal Form if SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 9 of 31 sufficient space is not available on the original form for the Bidders to enter a complete response. Any modifications or alterations to the original bid documents by the Bidders, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations that a Bidders wishes to propose must be clearly stated in the Bidder’s proposal response and presented in the form of an addendum to the original bid documents. EXCEPTIONS TO GENERAL TERMS AND CONDITIONS Bidders taking any exceptions to the General Terms and Conditions, linked herein, will be reviewed by staff prior to evaluation of bids. Exceptions to the General Terms and Conditions may be cause for rejection of your bid. BID FORMS For your convenience, some of the forms which must be completed and submitted along with your bid will be posted along with the bid document on the Public Purchase website in a protected Word file format which will enable you to type your responses on the forms. The file will be named Maintenance & Cleaning of Retention Ponds, Ditches and Swales, 24-968-033bidforms. Please use these forms to avoid the need to hand write information. If sufficient room has not been provided on the form to enable you to enter a complete response, please include a supplemental attachment if necessary. Please note that this file may not include all the forms that should be submitted with your bid proposal so please check the Submittals Checklist near the end of this document for a complete list of requested and required submittals. MULTIAGENCY PARTICIPATION Pinellas County Schools reserves the right, within statutory limits, to extend the terms and conditions of this solicitation to any and all other agencies within the state of Florida as well as any other federal, state, municipal, county, or local governmental agency under the jurisdiction of the United States and its territories. This shall include but not limited to private schools, parochial schools, non-public schools such as charter schools, special districts, intermediate units, non- profit agencies providing services on behalf of government, and/or state, community and/or private colleges/universities that require these goods, commodities and/or services. This is conditioned upon mutual agreement of all parties pursuant to special requirements, which may be appended thereto. The supplier/contractor agrees to notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide usage information, which may be requested. A copy of the contract pricing and the bid requirements incorporated in this contract will be supplied to requesting agencies. Each participating jurisdiction or agency shall enter into its own contract with the awarded Contractor and this contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted in duplicate "directly" to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved solely between the participating agency and the Contractor. AWARD TERMINATION When deemed to be in the best interest of the District, the District may cancel any award resulting from this specification by the following means: • 10-day written notice with cause per item 52 of the District’s General Terms and Conditions; or • 90-day written notice without cause. The District reserves the following rights to: SPECIAL CONDITIONS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 10 of 31 • Conduct pre-award discussion and/or pre-award/contract negotiations with any or all responsive and responsible Bidders who submit bids determined to be reasonably acceptable of being selected for award; conduct personal interviews or require presentations of any or all Bidders prior to selection; and make investigations of the qualifications of Bidders as it deems appropriate, including, but not limited to, a background investigation conducted by the appropriate law enforcement agency. • Request that Bidder(s) modify their bid to more fully meet the needs of the District or to furnish additional information as the District may reasonably require. • Accord fair and equal treatment with respect to any opportunity for discussions and revisions of bids. Such revisions may be permitted after submission of proposals and prior to award. • Waive minor irregularities in the procedures, and reject any and all proposals. • Waive any irregularity in any bid, or reject any and all bids, should it be deemed in its best interest to do so. The District shall be the sole judge of Bidder’s qualifications and reserves the right to verify all information submitted by the Bidder. The bid selected will be that bid which is judged to be the most beneficial to the District. • Request that Bidders submit their annual financial statements for the last three fiscal years, including company financial statement summaries, certified by a Certified Public Accountant. If the organization has been in business for a period of less than three years, Bidders may be required to submit a detailed business plan in addition to any pertinent information that would allow the District to evaluate the sufficiency of financial resources and the ability of the business to successfully perform the services enumerated in the contract. Unless otherwise stated, such requests would be made after the submission of the proposals and prior to award of a contract. STORMWATER VENDOR REQUIREMENTS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 11 of 31 General Requirements Services to be performed by the “Vendor”, (Stormwater Maintenance Vendor) are mowing and clearing of vegetation including removal/extraction of undesirable vegetation in ponds, ditches, and swales; cleaning of outfall structures and drainage pipes; grading of ponds, ditches and swales; removal of fallen or diseased trees from ponds, ditches and swales; silt removal and herbicide spraying. Services shall be all inclusive including labor, materials, mobilization costs, etc. The vendor shall maintain coordination with the District Environmental Coordinator. The vendor shall consult the County’s Environmental Coordinator prior to any schedule District change. Stormwater Ponds: Lake/Pond maintenance operation shall be restricted to PCSB owned systems or those portions of systems owned by the District only, and shall be limited to only those controls needed to satisfy an immediate problem, system operation, or to comply with provisions of agreement to remove silt and/or nuisance or exotic plant species where all appropriate licenses, permits, or exemptions have first been obtained. PCSB shall not be responsible for maintenance of private lakes or ponds. Conveyance Systems: Shall not be enlarged or enhanced from the existing condition without prior written approval from the School District. Repairs and installation of equivalent pipe(s) shall be limited to a maximum of 200 feet in length and up to 24 inches in maximum diameter, no deeper than 5 feet (Sub-drain and storm pipes). Ditches, swales, and channel creeks shall be maintained within their original design parameters through silt removal and ditch bank grading on a frequency of no less than once every five years. Ditch cleaning and cutting shall occur twice a year or as requested by the Maintenance Department. Storm water pipe cleaning shall be done on an as needed basis. Cleaning of outfall structures, skimmers and drainage pipes to ensure proper flow of water in ponds, ditches and swales. Clearing shall be done by equipment capable of performing these tasks in a safe and efficient manner. Curbs and Gutters: Some areas of the District’s Facilities may be addressed more frequently than others at the discretion of the School District Environmental Coordinator. Curbs and gutters shall be maintained in accordance with “As- Built” conditions lengths less than 200 feet. All ADA ramps are to be maintained throughout the District with proper grade slope and landing. Design of inlets, catch basin boxes, and silt boxes shall be within these established maintenance guidelines. Whenever possible, inlets and catch basins shall not be installed within sidewalks. Paved and Unpaved Streets: Maintenance for any damage, erosion, pot-holes, raveling, cracks or fractures that needs to be repaired shall be reported to the School District Environmental Coordinator. Vegetation Extraction Removal of undesirable vegetation in ponds, ditches, swales and other areas by use of equipment capable of functioning in wet areas with minimal impact on surrounding vegetation. Extraction of materials shall STORMWATER VENDOR REQUIREMENTS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 12 of 31 be accomplished by use of a Spyder walking extraction machine or equal capable of performing the task in a safe and efficient manner. Site Clearing Clearing of vegetation including brush, shrubs, rubbish, fallen trees (less than 6” in diameter) and dead vegetation. Clearing shall be done by equipment capable of performing these tasks with minimal damage to surrounding vegetation and plantings. Grading Grading of irregular surface areas to a smooth and level condition matching existing grade to improve site conditions. Grading shall be done using a walking Spyder machine or equal capable of performing the task in a safe and efficient manner. Tree Removal Removal of fallen trees (less than 6” in diameter) and limbs which could cause obstructions or unsafe conditions. Work shall be done using a Spyder machine or equal capable of performing the task in a safe and efficient manner. Silt and Sediment Removal Removal of silt and sediment in wet areas to improve water flow in ponds, ditches and swales. Equipment used should have a bucket attachment and limit damage to surrounding vegetation. Mowing Services: Unless otherwise directed by the Project Manager, the vendor shall provide mowing services to the outside edge of any berm surrounding the pond also known as the toe of the slope. In the absence of any defined berm, the vendor shall maintain the areas identified by each pond by the School District Environmental Coordinator. No-Mow Areas - The vendor will be shown by the Maintenance Department any areas that are designated as “NO MOW”, if applicable. These areas are NOT to be maintained by the vendor. Mowing Schedule – Unless otherwise directed by the Project Manager, the vendor shall mow the grassed areas of each Facility as needed the number of times per year as scheduled. Cutting Height - The vendor shall provide an even cut yielding a uniform grass blade height. 1. When mowing within 10 feet of a traveled roadway, all equipment will be operated in the direction of the flow of traffic. When mowers are crossing the traveled roadway flaggers shall be provided. Operations should plan minimal crossings. If equipment is left on a right of way, it will be marked with a barricade etc. and with approved steady burning amber lights. 2. Mow all turf areas. No debris will remain after mowing. Mowing height shall be 4”. Vendors are responsible for removal and proper disposal of all obstacles within the ponds such as wood, signs, tires, cans, bags of trash, newspapers, magazines, food containers, boxes, sheets of paper etc. which will be torn, ripped, scattered or further subdivide by the mowers prior to mowing. STORMWATER VENDOR REQUIREMENTS (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 13 of 31 Trimming – The vendor shall trim the grass/vegetation at the orifices of all storm water structures entering or exiting the contract pond areas to include all ditches. Grass/vegetation shall be trimmed within and around all structural spillways, skimmers and openings to a minimum distance of two (2) feet from each structural spillway, skimmer and opening. The vendor shall take reasonable precautions to ensure that tree trunks and shrubs are not injured as a result of the mowing and trimming activities. The number and timing of the cycles will depend upon the growth conditions of the grass during the season. Clippings - The vendor shall remove all grass clippings that are not inconspicuous, or which would inhibit desired growth of grassed areas. All grass clippings that are not uniformly distributed and detracts from the appearance shall be removed. Vendors should anticipate minimal garbage and debris. Grass clippings will not be blown into storm drains or inlets. Herbicide Spraying Requires use of herbicide spray to limit growth and keep of nuisance vegetation under control. Treatments shall be applied according to manufacturer’s label instructions and be performed by a licensed applicator. The applicator shall be licensed by the Florida Department of Agriculture and Consumer Services for right-of-way and natural area weed management categories. Herbicide all fence lines and around all structures to maintain vegetation free .If a structure is within a retention area and is stabilized by grass, hand trim around these structures and do not herbicide to prevent erosion. Mowing under this contract is generally limited to mowing specified retention ponds and surrounding areas. This will include slopes, dry pond bottoms and to the water line in wet ponds. Slope mowing is generally limited to slopes greater or steeper than 3:1 and relatively inaccessible to the use of conventional mowing equipment. When a slope is too steep that a slope mower will rut or cause damage to the slope, it will be necessary to hand trim the slope. Sign-posts, trees, outfall structures, shrubs, plants, other such obstacles to mowing will be hand mowed or trimmed around. Any damage that occurs will be repaired or restores before the cycle is complete. Emergency Response For emergency requests the School Board requires the Vendor to begin work within twenty-four (24) hours of notification. Response to emergencies shall be by fixed fee to provide labor and materials within 24 hours of notification. BID PROPOSAL FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 14 of 31 PROJECT: MAINTENANCE AND CLEANING OF RETENTION PONDS, DITCHES, SWALES LOCATION: COUNTYWIDE BID NO. : 24-968-033 BID OPENING: SEPTEMBER 5, 2023 @ 3:00 P.M. General Notes: Award - This bid shall be awarded to up to (2) two bidders demonstrating the lowest, responsive and responsible bidders with the highest point score. Bidder Due Diligence - The Bidder, having visited the proposed site of the project, familiarized themselves with the local conditions, nature and extent of the work, Bidding Requirements, Contract Documents, Drawings and Specifications, including all insurance requirements, as prepared does submit the following bid to furnish all labor, materials, tools, both consumable or not, equipment, rentals, rolling stock, transportation, freight, Federal, State, County, City or local Municipal taxes of any kind, permits, licenses and fees for fuel surcharges, environmental disposal, waste management or any other fees necessary to complete the work indicated by the above referenced project and documents shall be included in your bid. Emergency Contact Information: Name: Phone: BID PROPOSAL FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 15 of 31 TABLE 1: Unit Cost (To be used in scenarios) ITEM EQUIPMENT ITEM ANNUAL ESTIMATED HOURS UNIT COST TOTAL 1 Menzi or Spyder with operator. 55.0 HOURS $ $ 2 Slope Mower 75.0 HOURS $ $ 3 Busch Hog 250.0 HOURS $ $ 4 Line Trimmer 800.0 HOURS $ $ 5 Dump Truck 150.0 HOURS $ $ 6 Herbicide Application 50.0 HOURS $ $ 7 MES Mitered End Section Cleanout 300.0 HOURS $ $ 8 MES Mitered End Section repairs 20.0 HOURS $ $ 9 Tree Removal (< 6”) 50.0 HOURS $ $ 10 Grading 75.0 HOURS $ $ 11 General Site Cleaning 50.0 HOURS $ $ 12 Tree Trimming/Brush line Trimming 400.0 HOURS $ $ 13 Vegetation Extraction 25.0 HOURS $ $ TOTAL ESTIMATED ANNUAL COST $ 14 Emergency Response (Fixed Fee Additional Charge Per Event) N/A $ N/A NOTES Table 1 is the estimated total required for the annual purchase order for the new school year. WORK SCENARIOS Use unit cost pricing from Table 1 to provide costs for the following work scenarios. Extend all cost figures and enter a total for each scenario at the bottom of the table. Scenario 1 ½ Acre wet pond Labor Hours Equipment/Work Needed 2 Menzi $ 4 Slope Mower $ BID PROPOSAL FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 16 of 31 3 Line Trimming $ 1 Miter End Clean Out $ 2 Miter End Repair $ Total $ Scenario 2 1.8 Acre Wet Pond Labor Hours Equipment/Work Needed 6 Menzi/Vegetation Removal $ 8 Slope Mower $ 6 Line Trimming $ 2 Tree Trimming $ 6 Dump Truck $ Total $ Scenario 3 ¾ Acre Dry Ditch Labor Hours Equipment/Work Needed 4 Bush Hog $ 3 Line Trimming $ 12 500ft. Fence Line Clearing $ 8 Menzi/Grade Work $ Total $ Scenario 4 BID PROPOSAL FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 17 of 31 1 Acre Wet Pond Labor Hours Equipment/Work Needed 4 Slope Mower $ 3 Line Trimming $ 2 Site Clean up $ 3 <6” Tree Removal $ 5 Dump Truck $ Total $ Carry over your calculated total cost from the scenarios that you completed and insert those totals into the form below. SUBMITTED BID PROPOSAL SUMMARY TOTAL WORK SCENARIO TOTAL COST Scenario 1: (1/2) Acre Wet Pond $ Scenario 2: (1.8) Acre Wet Pond $ Scenario 3: (3/4) Acre Dry Ditch $ Scenario 4: (1) One Acre Wet Pond $ CUSTOMER REFERENCE FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 18 of 31 TABLE 2: Customer References Provide a minimum of three customer references in Florida for whom you have provided services of similar scope and size as described in this contract. List the services performed in the last five (5) years which are related to maintenance and cleaning of roadside swales, drainage ditches & ponds. Customer Contact Information Type of Service Agreement? Contract Amount or Gross Annual Revenue Year(s) Services Provided Customer Name: Address: City, State, Zip: , Contact Person: Telephone: Continuing Term Contract As Needed Customer Name: Address: City, State, Zip: , Contact Person: Telephone: Continuing Term Contract As Needed Customer Name: Address: City, State, Zip: , Contact Person: Telephone: Continuing Term Contract As Needed Customer Name: Address: City, State, Zip: , Contact Person: Telephone: Continuing Term Contract As Needed EVALUATION FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 19 of 31 BID EVALUATION FORM (Purchasing Office Use Only) Vendor: ASSIGNED POINTS TOTAL COST SCORE Total Unit Costs (Table 1) #1-13 Possible 100 Work Scenario No. 1 – ½ Acre Wet Pond Possible 25 Work Scenario No. 2- 1.8 Acre Wet Pond Possible 25 Work Scenario No. 3- ¾ Acre Wet Pond Possible 25 Work Scenario No. 4- 1.8 Acre Wet Pond Possible 25 Customer References (Table 2) (Deducted for missing refs.) Reference #1 -5 Reference #2 -5 Reference #3 -5 TOTAL SCORE PROPOSED SUBCONTRACTOR FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 20 of 31 Please provide a list of subcontractors that you intend to sub any portion of this project to in accordance with Florida Statute F.S.255.0515 and SREF 4.2 (d) (3). Type of Trade Company Name License Holder License Number Contact e-mail /phone If subcontractors are not going to be utilized for this project please sign here _______________. BID NO: 24-968-033 PROJECT: Maintenance and Cleaning of Retention Ponds, Ditches, Swales ADDENDUM ACKNOWLEDGEMENT FORM (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 21 of 31 ADDENDA ACKNOWLEDGMENT: The undersigned also acknowledges the receipt of the following Addenda: ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 22 of 31 SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. 2. This sworn statement is submitted by (Name of entity submitting sworn statement) whose business address is 3. and (if applicable) its Federal Employer Identification Number (FEIN) is . If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: . 4. My name is and my relationship to the (please print name of individual signing) entity name above is . 4. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a violation of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. as entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 23 of 31 7. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, not any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) ______________________________________________ (Signature) Date: _________________________________________ STATE OF_______________________________ COUNTY OF _____________________________ ____________________________________APPEARED IN PERSON BEFORE ME (the undersigned authority), who is personally known to me or provided the following identification _________________________, and affixed his/her signature in the space provided above on this _______ day of _______________, 20_____. _____________________________________________________ NOTARY PUBLIC My commission expires: ____________________ Form PUR 7068 (Rev. 11/89) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 24 of 31 Proposing Firm: Signature of Buyer: Signature of Evaluator: To help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid proposal, we ask that you use this checklist to make sure you have enclosed all Required submittals before sealing and mailing your proposal. The list below comprises the Required Submittals, and they must be submitted at the time you submit your bid or your bid will be declared non-responsive. Submit Three (3) complete copies, 1 original marked as the original, 1 copy, and, 1 copy of the original on a flash drive. Verified by Bidders Verified by Buyer Verified by Evaluator Description of Required Submittal Page No. Completed and signed Invitation to Bid Form 852-A. 1 Evidence of five (5) years as the same business entity 3 Evidence of three (3) contracts within five (5) years’ experience in storm water services of similar scope and size. 4 Bid Proposal Forms 14-17 Customer Reference Form 18 Proposed Subcontractor Form 20 SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, PUBLIC ENTITY CRIMES 22-23 Items listed as Requested should be submitted at the time you submit your bid to facilitate the bid evaluation process, but will not be cause for declaring your bid non-responsive. Verified by Bidders Verified by Buyer Verified by Evaluator Description of Requested Submittal Page No. Completed and signed Drug Free Workplace Certification Form (optional) 25 Completed and signed Certification Regarding Debarment Form AD-1048 26 Certificate of Insurance including evidence of workers compensation coverage 29-30 (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 25 of 31 DRUG FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute 287.087, preference shall be given to businesses with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Suppliers have a drug-free workplace program. In order to have a drug-free program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________ AUTHORIZED SIGNATURE (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 26 of 31 CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE SIDE ***** (1) The prospective lower tier participant certifies, by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this bid. Organization Name PR/Award Number or Project Name Name(s) and Title(s) of Authorized Representative(s) Authorized Signature(s) Date Form AD-1048 (1/92) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 27 of 31 INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this bid is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "bid," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this bid is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decided the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Form AD-1048 (1/92) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 28 of 31 Executive Order 12549--Debarment and Suspension Source: The provisions of Executive Order 12549 of Feb. 18, 1986, appear at 51 FR 6370, 3 CFR, 1986 Comp., p. 189, unless otherwise noted. By the authority vested in me as President by the Constitution and laws of the United States of America, and in order to curb fraud, waste, and abuse in Federal programs, increase agency accountability, and ensure consistency among agency regulations concerning debarment and suspension of participants in Federal programs, it is hereby ordered that: Section 1. (a) To the extent permitted by law and subject to the limitations in Section 1(c), Executive departments and agencies shall participate in a system for debarment and suspension from programs and activities involving Federal financial and nonfinancial assistance and benefits. Debarment or suspension of a participant in a program by one agency shall have government-wide effect. (b) Activities covered by this Order include but are not limited to: grants, cooperative agreements, contracts of assistance, loans, and loan guarantees. (c) This Order does not cover procurement programs and activities, direct Federal statutory entitlements or mandatory awards, direct awards to foreign governments or public international organizations, benefits to an individual as a personal entitlement, or Federal employment. Sec. 2. To the extent permitted by law, Executive departments and agencies shall: (a) Follow government-wide criteria and government-wide minimum due process procedures when they act to debar or suspend participants in affected programs. (b) Send to the agency designated pursuant to Section 5 identifying information concerning debarred and suspended participants in affected programs, participants who have agreed to exclusion from participation, and participants declared ineligible under applicable law, including Executive Orders. This information shall be included in the list to be maintained pursuant to Section 5. (c) Not allow a party to participate in any affected program if any Executive department or agency has debarred, suspended, or otherwise excluded (to the extent specified in the exclusion agreement) that party from participation in an affected program. An agency may grant an exception permitting a debarred, suspended, or excluded party to participate in a particular transaction upon a written determination by the agency head or authorized designee stating the reason(s) for deviating from this Presidential policy. However, I intend that exceptions to this policy should be granted only infrequently. Sec. 3. Executive departments and agencies shall issue regulations governing their implementation of this Order that shall be consistent with the guidelines issued under Section 6. Proposed regulations shall be submitted to the Office of Management and Budget for review within four months of the date of the guidelines issued under Section 6. The Director of the Office of Management and Budget may return for reconsideration proposed regulations that the Director believes are inconsistent with the guidelines. Final regulations shall be published within twelve months of the date of the guidelines. Sec. 4. There is hereby constituted the Interagency Committee on Debarment and Suspension, which shall monitor implementation of this Order. The Committee shall consist of representatives of agencies designated by the Director of the Office of Management and Budget. Sec. 5. The Director of the Office of Management and Budget shall designate a Federal agency to perform the following functions: maintain a current list of all individuals and organizations excluded from program participation under this Order, periodically distribute the list to Federal agencies, and study the feasibility of automating the list; coordinate with the lead agency responsible for government-wide debarment and suspension of contractors; chair the Interagency Committee established by Section 4; and report periodically to the Director on implementation of this Order, with the first report due within two years of the date of the Order. Sec. 6. The Director of the Office of Management and Budget is authorized to issue guidelines to Executive departments and agencies that govern which programs and activities are covered by this Order, prescribe government- wide criteria and government-wide minimum due process procedures, and set forth other related details for the effective administration of the guidelines. Sec. 7. The Director of the Office of Management and Budget shall report to the President within three years of the date of this Order on Federal agency compliance with the Order, including the number of exceptions made under Section 2(c), and shall make recommendations as are appropriate further to curb fraud, waste, and abuse. INSURANCE SPECIFICATIONS FOR CONTRACTORS (present this information to your insurance agent) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 29 of 31 The contractor shall obtain, within ten (10) working days of the award by the School Board, all of the insurance coverage’s required in the project specifications. Certificates of Insurance shall be filed with and approved by the School Board before the contractor or any subcontractor is allowed to commence work on the project. The School Board of Pinellas County shall be listed both as an "Additional Insured" and “Certificate Holder” on all insurance policies obtained by the contractor as the result of being awarded a contract; unless expressly prohibited by the insurance company. A written explanation of that insurance company's position will be attached to the Certificate of Insurance filed with the School Board of Pinellas County's Risk Management Department. Any requirement by the contractor's insurance company that an additional premium shall be required for the issuance of a Certificate of Insurance with the School Board of Pinellas County as an "Additional Insured” shall not excuse any failure to obtain the required insurance certificate. The School Board of Pinellas County requires a 10 notice of cancellation and a 30 notice for non-renewal. The name of the insurance company(ies) listed on the Certificate of Insurance on file in the Risk Management Department shall be the same as it appears in Best’s Financial Strength Rating. The insurance company named on the Certificate of Insurance shall have a rating of "A-V" or better as stated in Best’s Financial Strength Rating. 1. GENERAL LIABILITY INSURANCE The contractor shall provide the ISO Commercial General Liability Policy. The Owner shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the responsibility solely of the contractor or subcontractor providing such insurance. The Commercial General Liability Policy (CGL) is a method of automatically providing a broad range of common coverage extensions to the CGL policy that firms often need and overlook. By having a CGL policy, it will reduce the overall cost of providing those other coverage’s at a future date and allows for a wide distribution of those packaged coverage’s. The CGL policy shall provide coverage of at least the following items: a) General Aggregate: i) Premises Operation which will include XCU coverage except when work does not include foundation, structural work, pressure fired vessels or materials or construction techniques which could explode. ii) Independent Contractor's Protective which provides coverage for injury to others arising out of the independent contractors work. General Contractors may opt to provide this coverage in lieu of naming the School Board of Pinellas County as “Additional Insured”. iii) Broad Contractual Liability which is liability assumed by the insured under ay contract agreement. This includes any oral or written contract or agreement relating to the conduct of the named insured’s business. If excluded, exception for liability is assumed in an insured contract. INSURANCE SPECIFICATIONS FOR CONTRACTORS (present this information to your insurance agent) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 30 of 31 b) Products and Completed Operations c) Personal & Advertising Injury Liability The contractor shall obtain insurance which shall at least meet the following minimum limits: For projects/contracts under $500,000.00: • $1,000,000.00 per occurrence, $2,000,000.00 general aggregate. For projects/contracts $500,000.00 and over: • $5,000,000.00 per occurrence, $5,000,000.00 general aggregate. 2. AUTOMOTIVE LIABILITY INSURANCE The contractor shall obtain Business Coverage Automobile Insurance which shall protect the contractor from claims for damage for personal injury, bodily injury including accidental death, as well as claims for property damages which may arise from operations under this contract whether such operations are by himself or by anyone directly or indirectly employed by him. Coverage shall include owned, non-owned, hired and rented vehicles. The contractor shall obtain insurance which shall at least meet the following minimum limits: • $300,000.00 Combined Single Limit • $100,000.00 Bodily Injury (per person), $300,000.00 Bodily Injury (per accident) • $100,000.00 Property Damage 3. WORKERS' COMPENSATION INSURANCE The contractor shall take out and maintain during the life of this Contract, Workers' Compensation Insurance for all of his employees connected with the work of this Project and, in case any work is sublet, the contractor shall require the subcontractors similarly to provide Workers' Compensation Insurance as required by FS 440 for all the latter's employees unless such employees are covered by the protection of the contractor. The following limits shall be obtained: The contractor shall obtain insurance which shall at least meet the following minimum limits: • State Worker’s Compensation: Statutory • Employer’s Liability: $100,000.00 Each Accident $500,000.00 Disease, Policy Limit $100,000.00 Disease, Each Employee (insuranc.dot) mar 1/1/1/1 (Rev 04/11) (24-968-033) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 31 of 31 Pinellas County District Schools Bid Protest Procedure Bidders who wishes to file a protest pertaining to a bid must file such notice in accordance with procedures prescribed by 120.57(3) FS enumerated below. For bids solicited by the purchasing department, the notice must be filed with the director of purchasing. For bids solicited by the facilities department, the notice must be filed with the director of facilities. 1. Any person who is adversely affected by the District decision or intended decision shall file with the Director of Purchasing a notice of protest in writing within 72 hours after the posting of the bid tabulation or after receipt of the notice of the District decision or intended decision and shall file a formal written protest within 10 days after filing the notice of protest. With respect to a protest of the specifications contained in an invitation to bid or in a request for proposals, the notice of protest shall be filed in writing within 72 hours after the receipt of notice of the project plans and specifications or intended project plans and specifications in an invitation to bid or request for proposals, and the formal written protest shall be filed within 10 days after the date the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this chapter. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays, Sundays, and legal holidays shall be excluded in the computation of the 72-hour time periods provided by this paragraph. 2. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to FS 120.57(3)(b), shall post at the time of filing the formal written protest, a bond payable to the Pinellas County School District in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company check, money order or U.S. currency will be acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the District prevails, it shall recover all costs and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney's fees. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protester prevails, he or she shall recover from the District all costs and charges which shall be included in the final order of judgment, excluding attorney's fees. 3. Upon receipt of the formal written protest and protest bond which has been timely filed, the District shall stop the bid solicitation process or the contract award process until the subject of the protest is resolved by final District action, unless the Superintendent sets forth in writing particular facts and circumstances which require the continuance of the bid solicitation process or the contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. 4. a) The District shall provide an opportunity to resolve the protest by mutual agreement between the parties within 7 days, excluding Saturdays, Sundays, and legal holidays, after receipt of a formal written protest. b) If the subject of a protest is not resolved by mutual agreement within 7 days, excluding Saturdays, Sundays, and legal holidays, after receipt of the formal written protest, and if there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to 120.57(2) FS and applicable District rules before a person whose qualifications have been prescribed by rules of the District. c) If the subject of a protest is not resolved by mutual agreement within 7 days, excluding Saturdays, Sundays, and legal holidays, after receipt of the formal written protest, and if there is a disputed issue of material fact, the District shall refer the protest to the Division of Administrative Hearings for proceedings under 120.57(1) FS. 5. Upon receipt of a formal written protest referred pursuant to this subsection, the director of the Division of Administrative Hearings shall expedite the hearing and assign an administrative law judge who shall commence a hearing within 30 days after the receipt of the formal written protest by the division and enter a recommended order within 30 days after the hearing or within 30 days after receipt of the hearing transcript by the administrative law judge, whichever is later. Each party shall be allowed 10 days in which to submit written exceptions to the recommended order. A final order shall be entered by the District within 30 days of the entry of a recommended order. The provisions of this paragraph may be waived upon stipulation by all parties. 6. In a competitive-procurement protest, no submissions made after the bid or proposal opening amending or supplementing the bid or proposal shall be considered. Unless otherwise provided by statute, the burden of proof shall rest with the party protesting the proposed District action. In a competitive-procurement protest, other than a rejection of all bids, the administrative law judge shall conduct a de novo proceeding to determine whether the District's proposed action is contrary to the District's governing statutes, the District's rules or policies, or the bid or proposal specifications. The standard of proof for such proceedings shall be whether the proposed District action was clearly erroneous, contrary to competition, arbitrary, or capricious. In any bid-protest proceeding contesting an intended District action to reject all bids, the standard of review by an administrative law judge shall be whether the District's intended action is illegal, arbitrary, dishonest, or fraudulent. (24-968-033) PURCHASING AGENDA ITEM School Board of Pinellas County, Florida School Board Meeting of: September 10, 2024 Contract No: 24-968-033 Title: Maintenance and Cleaning of Retention Ponds, Ditches and Swales Recommend approval of this agenda item under the specific category checked below. Agenda Item Categories: Lowest Responsive Bid Request for Proposal Reject Bids Piggy-Back Bid per 6A-1.012 (6) Sale of Property Revised Award * Highest Point Score Re-Award (partial/whole) * State Contract per 6A-1.012 (5) Renewal of Contract Contract/Bid Termination * Contract Extension Sole Source Co-Op Bid Professional Services/Copyrighted Materials per 6A1.012 (11)* Direct Negotiation per 6A-1.012 (14) Emergency Ratification * Contract Period: 09/26/24 thru 09/25/25 N/A - One Time Purchase Contract Value: $ 450,000.00 Contract Type: Estimated Dollar Amount Firm, Fixed Dollar Amount Firm, Fixed Unit Prices Firm, Fixed Fees or Discounts Renewal Options: No. of Terms Remaining Length of Each Term Length of Each Term None 1 6-months 1 - year Rationale/Reason This contract furnishes all materials, labor, and equipment required for the maintenance and cleaning of retention ponds, ditches, swales and other storm water conveyances throughout the district. Bidders Solicited: 0 Bids Received: 0 Late Bids: 0 Rejected Bids: 0 N/A - Bids Not Required Submitted By: Joe Benjamin, NIGP-CPP, CPPO, CPPB For: Maintenance Department Title: Director, Purchasing Department Requested By: Michael Hewett Buyer: Christine Roney Title: Director, Maintenance Department ALL AROUND MAINTENANCE AND REHAB II, LLC ITEM EQUIPMENT ITEM UNIT COST PER HOUR 1 Menzi or Spyder with operator. $250.00 2 Slope Mower $250.00 (24-968-033) 3 Busch Hog $110.00 4 Line Trimmer $55.00 5 Dump Truck $160.00 6 Herbicide Application $275.00 7 MES Mitered End Section Cleanout $55.00 8 MES Mitered End Section repairs $55.00 9 Tree Removal (< 6”) $60.00 10 Grading $225.00 11 General Site Cleaning $55.00 12 Tree Trimming/Brush line Trimming $55.00 13 Vegetation Extraction $250.00 14 Emergency Response (Fixed Fee Additional Charge Per Event) $2500.00 15. Mobilization Charge $625.00 25-CE-04124-340-138 25-CR-044 23-642-180 19-205-250 23-375-182 25-CR-043 24-968-033 PURCHASING AGENDA SUMMARY May 13,2025 25-918-080 25-JG-040 25-936-078 24-428-112 23-208-207 25-JG-026 24-968-14225-961-079 21-380-239 25-071-07624-968-149 22-946-19825-072-077 24-968-101 23-640-174 23-968-035 23-968-014 By my signature, I hereby certify that the above listed contracts were approved by the Pinellas County School Board on the date shown above. Items marked "tabled" were not approved at this meeting and have been deferred for later action. �� tL Catherine Houck Administrative Assistant to the Board All Around Maintenance & Rehab contract that Clearwater wishes to piggyback on. Pinellas County Staff Report File #:24-1255A,Version:1 Agenda Date:8/13/2024 Subject: Award of bid to All Around Maintenance and Rehabs II LLC for Open Conveyance Maintenance Operation and Maintenance Work Order Contract. Recommended Action: Approval of the award of bid with All Around Maintenance and Rehabs II LLC for Open Conveyance Maintenance Operation and Maintenance Work Order Contract. ·This contract will provide surface water maintenance on an ongoing basis. Services include all labor, supervision, quality control, new materials, equipment, tools, vehicles, supplies, testing, hauling and disposal, maintenance of traffic, management and transportation, incidentals to clean and excavate sediment and vegetation, erosion repair and bank stabilization, site clearing, tree trimming and removal, dewatering, transport, and disposal of debris. Work could also include minor repairs to drainage structures and sodding or seeding. ·Award recommendation is to All Around Maintenance and Rehabs II LLC as the lowest responsive and responsible bidder in the amount of $3,500,710.00. ·All work is expected to be completed within 1,825 consecutive calendar days. ·This contract replaces Contract No. 167-0385-P for a 5-year term. All Around Maintenance and Rehabs II LLC is a Pinellas County Certified Small Business Enterprise. ·Funding for this award is included in the Fiscal Year (FY) 2024 Adopted Budget and the FY25 Proposed Budget in the Surface Water Fund and the General Fund. Should funding for this contract not be approved in future budgets, the contract includes a fiscal non-funding clause. Contract 24-0336-ITB-C in the amount of $3,500,710.00 with all work to be completed within 1,825 consecutive calendar days; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest. Strategic Plan: Provide Superior Environmental Stewardship 3.3 Protect and improve the quality of our water, air and other natural resources Deliver First Class Services to the Public and Our Customers 5.2 Be responsible stewards of the public’s resources 5.3 Ensure effective and efficient delivery of county services and support Summary:..Summary Work Order assignments will be issued on an ongoing and rotating basis throughout the life of the contract. Work will outline the scope of work and schedule restraints. Compensation will be based on the unit prices submitted, and payment will be based on the actual amount of work orders authorized, satisfactorily completed, and accepted by the County. Pinellas County Printed on 8/16/2024Page 1 of 2 powered by Legistar™ Contract No. 24-0336-ITB-C File #:24-1255A,Version:1 Agenda Date:8/13/2024 Background Information: This contract will provide surface water maintenance on an ongoing basis. Services include all labor, supervision, quality control, new materials, equipment, tools, vehicles, supplies, testing, hauling and disposal, maintenance of traffic, management and transportation, incidentals to clean and excavate sediment and vegetation, erosion repair and bank stabilization, site clearing, tree trimming and removal, dewatering, transport, and disposal of debris. Work could also include minor repairs to drainage structures and sodding or seeding. Work Order assignments will be issued on an ongoing and rotating basis throughout the life of the contract. Work will outline the scope of work and schedule restraints. Compensation will be based on the unit prices submitted, and payment will be based on the actual amount of work orders authorized, satisfactorily completed, and accepted by the County. Work zones will be identified on site during the initial walk through. Work zones may be in hard to access areas, some with private property constraints, in back yards and between buildings, on maintenance berms and other off-road areas, within drainage easements or County right-of-way. The Purchasing Division issued an invitation to bid on April 26, 2024. Two submittals were received with award recommendation to All Around Maintenance and Rehabs II LLC., as the lowest responsive and responsible bidder. Fiscal Impact: Contract not to exceed: $3,500,710.00. Staff Member Responsible: Kelli Hammer Levy, Director, Public Works Merry Celeste, Purchasing Director, Administrative Services Joe Lauro, Director, Administrative Services Partners: N/A Attachments: Agreement Tabulation Pinellas County Printed on 8/16/2024Page 2 of 2 powered by Legistar™ Blanket Purchase Agreement w/out Terms & Conditions: 464511 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 S Ft Harrison Ave 6th Floor Annex Bldg Clearwater FL 33756 The Standard Purchase Order Number must appear on all packages, shipping notices, invoices and correspondence PO Date 06-SEP-2024 Revision Date Buyer/Phone No Michelle Jurek 727-464-4382 Sales Tax Exempt No 85-8013287050C-7 Requisitioner Director Approval Quote/Contact Supplier:Ship To:Invoice To: Herman Anderson III DBA All Around Maintenance & Rehab II 1241 Carol Dr Clearwater FL 33755 727-455-2284 BLANK_SPACE?> Public Works - Engineering & Technical Support 14 S. Fort Harrison Ave. Clearwater, FL 33756 727-464-8900 Finance Division Accounts Payable Board of County Commissioners Pinellas County PO Box 2438 Clearwater, FL 33757 727-464-8389 - FinanceAccountsPay@MyPinellasClerk.org Notes: Work shall not commence until an executed Notice to Proceed is given by the County, per Work Order. Contract 24-0366-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract. Project Manager: Arenee Smith, asmith@pinellas.gov, 727-464-8921 Notes: Supplier No Payment Terms Freight Terms FOB Ship Via 92317 Net 20 Freight Included Destination Best Way Effective Start Date Effective End Date Delivery Date Amount Agreed 13-AUG-2024 11-AUG-2030 $3,500,710.00 This Blanket Purchase Agreement (BPA) is not a guaranteed amount. It may be increased or decreased during the contract period internally. Standard Purchase Order(s) will be issued against the BPA as services or goods are needed. The SPO will contain a statement "This PO Line references BPA Number" so you may identify that services should begin. Any other direction to provide goods or services other than a SPO authorized by the Purchasing Department may result in non-payment. Line County Item Number / Description Quantity UOM Unit Price Amount 1 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Dollar (s)1.0000 .0000 TOTAL It is hereby certified that all provisions of the laws of Florida were complied with in issuing this order, and that there are sufficient and properly appropriated funds to liquidate this obligation. This purchase order is governed by the terms and conditions below. Notice: Vendors doing business with Pinellas County are required to show proof of current Pinellas Construction licenses, if applicable Board of County Commissioners Pinellas County, Florida (Authorized Signature) 24-0336-ITB-COpen Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 1 of 5 AGREEMENT PINELLAS COUNTY SIMPLIFIED CONSTRUCTION AGREEMENT Revised 06/2024 SIMPLIFIED CONSTRUCTION AGREEMENT This Agreement, made and entered into by and between Pinellas County, a political subdivision of the State of Florida, hereinafter designated the County, and All Around Maintenance and Rehabs II, LLC. (Corporation, Partnership or Individual Proprietor) Authorized to do business in the State of Florida, with place of business located at 12950 Starkey Rd., Unit I, Largo, FL 33773 herein after designated the Contractor, WITNESSETH: That for and in consideration of the sum not to exceed three million five hundred thousand seven hundred ten U.S. dollars and zero cents ($3,500,710.00) to be paid by the County to the contractor as herein provided, and in further consideration of the mutual covenants and promises to be kept and performed by and between the parties hereto, it is agreed as follows: 1.THE CONTRACTOR AGREES: A.To furnish all services, labor, materials and equipment necessary for the complete performance, in a thoroughand workmanlike manner, of the Work contemplated under Bid Title: Open Conveyance Maintenance:Operation and Maintenance Work Order Contract Bid No: 24-0336-ITB-C, in Pinellas County, Florida, tocomply with the applicable standards, and to perform all Work in strict accordance with the terms of the ContractDocuments.B.That the Contractor and each subcontractor shall furnish to the County, upon demand, a certified copy of thepayroll covering Work under this Agreement, together with such other information as may be required by theCounty to ensure compliance with the law and the provisions of this Agreement. C.To procure all insurance as required by the Instructions to Bidders. D.To procure and maintain all permits and licenses which may be required by law in connection with the prosecutionof the Work contemplated hereunder, except for those permits obtained by the County as expressly set forth inAppendix 1 of the Contract Documents. Notwithstanding the provisions above, the Contractor shall be responsiblefor non-compliance of all permit requirements, including all fines resulting from Contractor's non-compliance ofsaid requirements. E.To permit any representative(s) of the County, at all reasonable times, to inspect the Work in progress or any ofthe materials used or to be used in connection therewith, whether such Work is located on or off the Project site,and to furnish promptly, without additional charge, all reasonable facilities, labor and materials deemed necessaryby the County's Project Manager, for the conducting of such inspections and tests as it may require. F.Unless otherwise provided in the special provisions, special conditions, and specifications, Contractor assumesliability for all damage to Work under construction or completed, whether from fire, water, winds, vandalism, orother causes, until final completion and acceptance by the County and notwithstanding the fact that partialpayments may have been made during construction. G.No subcontract or transfer of Agreement shall in any case release either the Contractor or its surety of any liabilityunder the Agreement. The County reserves the right to reject any subcontractors or equipment. H.Unless specifically prohibited by Florida law, the Contractor shall defend, indemnify and hold harmless the Countyand its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments,actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, or by, or on account of, any claim or amounts recovered under the "Workers' Compensation Law" or of anyother laws, by-laws, ordinance, order or decree, including but not limited to any violation of requirements of theAmericans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuantthereto (collectively the “ADA”) whether resulting from any claimed breach of this Agreement by the Contractor or 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 2 of 5 AGREEMENT PINELLAS COUNTY SIMPLIFIED CONSTRUCTION AGREEMENT Revised 06/2024 from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. The duty to defend under this paragraph is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, the County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the Contractor. The Contractor's obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. The Contractor shall guarantee the payment of all just claims for materials, supplies, tools, labor or other just claims against it or any subcontractor in connection with this Agreement; and its bonds will not be released by final acceptance and payment by the County unless all such claims are paid or released. I. By signing this Agreement, the contractor certifies under penalty of law that it understands the terms and conditions of, and will comply with, the Pinellas County National Pollutant Discharge Elimination System (NPDES) Permit No. FLS000005 that authorizes the storm water discharge associated with construction activities. J. Contractor shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 ClerkConstructionAP@MyPinellasClerk.gov Each invoice shall include, at a minimum, the Contractor’s name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the Contractor also include the information shown in Section A – General Conditions Payments/Invoices. The County may dispute any payments invoiced by Contractor in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. K. Local, State, and Federal Compliance Requirements: The laws of the State of Florida apply to any purchase made under this Invitation to Bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this contract. L. Supplier acknowledges and warrants that All public-facing digital content and services produced, modified, hosted, or otherwise provided pursuant to the agreement—including but not limited to audiovisual content, documents, websites, web applications, mobile apps, software, kiosks, and other technology-based Products and Services—must comply with the Americans with Disabilities Act (ADA) and Section 504 of the Rehabilitation Act of 1973, and must be in conformance with requirements defined in the following standards: The Information and Communication Technology (ICT) Standards and Guidelines; the Web Content Accessibility Guidelines (WCAG) 2.1 Level AA; or such guidelines as may be subsequently adopted by the Department of Justice (DOJ) for compliance with the ADA. If guidelines are formally adopted by DOJ, those guidelines will be used as the standard for compliance regardless of whether they are more or less stringent than WCAG 2.1 AA.If during the Term of this Agreement, Supplier fails to maintain compliance with WCAG 2.0 A and AA or Pinellas County otherwise identifies an issue related to accessibility of the product (the “Accessibility Issue”) that renders the product inaccessible, then Pinellas County shall notify Supplier of non-compliance. Within 30 days of Supplier’s receipt of a non-compliance notice (“Notice”), Supplier and Pinellas County shall meet and mutually agree upon an appropriate timeline for resolution of the Accessibility Issue(s) (“Initial Meeting”). COUNTY will notify CONTRACTOR in writing if it identifies an issue that renders the product inaccessible (the “Accessibility Issue”). Within 30 days of such notice, CONTRACTOR and COUNTY will meet and agree upon an appropriate and commercially reasonable timeline for resolution of the Accessibility Issue(s) (“Initial Meeting”). 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 3 of 5 AGREEMENT PINELLAS COUNTY SIMPLIFIED CONSTRUCTION AGREEMENT Revised 06/2024 Should any of the following conditions occur, it will constitute a material breach of the Agreement by CONTRACTOR and will be grounds for termination by COUNTY: i. CONTRACTOR fails to acknowledge receipt of the notice and fails to meet within 30 days of receipt of the Notice; ii. CONTRACTOR unreasonably and solely withholds agreement regarding a timeline or resolution; or iii. CONTRACTOR fails to materially resolve the Accessibility Issue(s) within the agreed-upon timeline, Failure to comply with the requirements of this section shall constitute a material breach of this Agreement and shall be grounds for termination of this Agreement by Pinellas County and subject Supplier to section H of this Agreement, “Indemnification.” M. The Contractor and their Subcontractor(s) must register with and use the E-verify system in accordance with Florida Statute 448.095. A Contractor and Subcontractor may not enter into a contract with the County unless each party registers with and uses the E-verify system. If a Contractor enters a contract with a Subcontractor, the Subcontractor must provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized aliens. The Contractor must maintain a copy of the affidavit for the duration of the contract. If the County, Contractor, or Subcontract has a good faith belief that a person or entity with which it is contracting has knowingly violated Florida Statute 448.09(1) they shall immediately terminate the contract with the person or entity. If the County has a good faith belief that a Subcontractor knowingly violated this provision, but the Contractor otherwise complied with this provision, the County will notify the Contractor and order that the Contractor immediately terminate the contract with the Subcontractor. A contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any contract termination under the provisions of this section may be challenged to Section 448.095(2)(d), Florida Statute. Contractor acknowledges upon termination of this agreement by the County for violation of this section by Contractor, Contractor may not be awarded a public contract for at least 1 year. Contractor acknowledges that Contractor is liable for any additional costs incurred by the County as a result of termination of any contract for a violation of this section. Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in this section, requiring the subcontracts to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any Subcontractor or Lower Tier Subcontractor with the clause set for in this section. 2. IT IS MUTUALLY AGREED: A. That no change, alteration, amendment, payment for extra work or agreement to pay for same, shall be binding upon the County until it has been approved the same, and until the same shall be properly approved by the Board. B. The County shall designate a representative insofar as prosecution of the work, and interpretation of the Plans and Specifications are concerned, and that no payments shall be made by the County under this Agreement except upon the certificate of the proper County designee. C. This Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. D. The failure of the County to enforce at any time or for any period of time any one or more of the provisions of the Contract Documents shall not be construed to be and shall not be a waiver of any such provision or provisions or of its rights thereafter to enforce each and every such provision. E. Each of the parties hereto agrees and represents that this Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and that no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, Work performed, or payments made prior to execution hereof shall be deemed merged into, integrated and superseded by this Agreement. F. Should any provision of this Agreement be determined by a court to be unenforceable, such determination shall not affect the validity or enforceability of any section or part thereof. 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 4 of 5 AGREEMENT PINELLAS COUNTY SIMPLIFIED CONSTRUCTION AGREEMENT Revised 06/2024 G. In the event sufficient budgeted funds are not available for a new fiscal period, the County shall notify the Contractor of such occurrence and Agreement shall terminate on the last day of current fiscal period without penalty or expense to the County. 3. CONTRACT DOCUMENTS The documents comprising this Agreement, which shall be known as the “Contract Documents”, include the entirety of County’s ITB pursuant to which this Agreement is awarded, including any addenda, and Contractor’s submittal thereto. The following portions of the Contract Documents are listed for the purposes of determining priority: CHANGE ORDER(S) AGREEMENT ADDENDA (if applicable) APPENDIX 4 SPECIAL NOTICES (if applicable) SPECIAL CONDITIONS SCOPE OF WORK SPECIFICATIONS If there is a conflict between the terms of the Contract Documents, then the conflict shall be resolved according to the following order of priority: any terms required as a condition of grant funds shall have first priority; then the terms of this Agreement; then the terms of the above listed documents shall be given preference in their above listed order; and then the terms of any remaining documents. 4. PUBLIC RECORDS – CONTRACTOR’S DUTY If the contractor has questions regarding the application of Chapter 119, Florida Statutes, to the contractor’s duty to provide public records relating to this agreement, the contractor shall contact: Pinellas County Board of County Commissioners Purchasing and Risk Management Division 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756 Public Records Liaison Phone: 727-464-3237 Email: mcchartier@pinellas.gov 24-0336-ITB-COpen Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 5 of 5 AGREEMENT PINELLAS COUNTY SIMPLIFIED CONSTRUCTION AGREEMENT Revised 06/2024 5.BINDING AGREEMENT This Agreement shall be binding upon, and shall insure to the benefit of the executors, administrators, heirs, successors and assigns of the Contractor. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed on the day and year as written. Pinellas County Florida, a political subdivision of the State of Florida By: __________________________________ Signature Name: __________________________________ Typed, printed or stamped Tittle: -------------------------------------------------------- Date: _________________________________ CONTRACTOR By: __________________________________ Signature Print Name: __________________________________ Title: __________________________________ ____________________________________________ Contractor’s Registration or Certification No. issued by the State of Florida Herman Anderson Owner 81-5458026 Chair August 13, 2024. Kathleen Peters INVITATION TO BID - CONSTRUCTION (ITB-C) 24-0336-ITB-C OPEN CONVEYANCE MAINTENANCE: OPERATION AND MAINTENANCE WORK ORDER CONTRACT Pinellas County Pinellas County Courthouse Annex Bldg., Sixth Floor Clearwater, FL 33765 TTHEE MISSIONN OFF PINELLASS COUNTY "Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow." ISSUE/RELEASE DATE: April 26, 2024 QUESTION SUBMISSION DEADLINE: May 17, 2024 PROPOSAL SUBMISSION DEADLINE: May 30, 2024, 3:00 pm RESPONSES MUST BE SUBMITTED ELECTRONICALLY VIA OPENGOV TO: https://procurement.opengov.com/portal/pinellasfl Pinellas County INVITATION TO BID - CONSTRUCTION (ITB-C) Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Table of Contents No table of contents entries found. Attachments: A - OpenGov Fillable- Final B - E-Verify_Affidavit D - Affdavit of Release and Guarantee24-0336 F - Sample Change Order G - Sample Application for Payment J - EQUIPMENT_LIST K - DISCLOSURE_OF_SUBCONTRACTORS L - NPDES_Inspection M - Sample SIMPLIFIED CONSTRUCTION AGREEMENT 24-0336 Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 3 1. Notice INVITATION TO BID SUBMITTALS ARE OPENED PUBLICLY AND ARE ACCEPTED VIA OPENGOV ITB - Simplified Construction 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract ALL QUESTIONS MUST BE SUBMITTED IN OPENGOV WITHIN THE QUESTION & ANSWER SECTION. SOLICITATION MEETINGS: Site Visit: None; Pre-Conference: None SUBMITTALS MAY NOT BE WITHDRAWN FOR 120 DAYS AFTER OPENING DATE. PUBLIC MICROSOFT TEAMS MEETING - https://teams.microsoft.com/l/meetup- join/19%3ameeting_YTk2ZDM5NzgtZmFiOS00ZWM1LTk1NjgtYWIxOWZiYzliMGQ4%40thread.v2/0?co ntext=%7b%22Tid%22%3a%22c32ee18f-a4c7-46ff-af40- 8ed605642745%22%2c%22Oid%22%3a%227427c034-238b-4d40-aa5d-19b05166cbf8%22%7d @ 3:30 on the Bid 2 Submittal Date. Meeting ID: 292 583 511 912 Passcode: avjUPp Or call in (audio only) +1 813-644-3116 Phone Conference ID: 487 254 075# The Purchasing and Risk Management Division for the Pinellas County Board of County Commissioners has transitioned to OpenGov Procurement for contractor/vendor registration, and for posting, submitting and receiving bids, quotes and proposals for active solicitations. Contractors/Vendors must register with OpenGov Procurement (https://procurement.opengov.com/signup) to participate in active County solicitations. Should you need technical assistance with OpenGov, the following options are available: Phone: (855) 680-4747, 8 a.m. to 8 p.m., Monday - Friday Email:procurement-support@opengov.com Chat is available in the OpenGov application Web:https://help.procurement.opengov.com Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 4 Please Note: From time to time, addenda may be issued to this solicitation. Any such addenda will be posted to https://procurement.opengov.com/portal/pinellasfl. Receipt of addenda confirmation is required in OpenGov. AUTHORIZED BY: Merry Celeste, CPPB Division Director of Purchasing and Risk Management Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 5 2. Introduction 2.1. Summary Pinellas County Public Works Department is seeking Proposals from qualified and experienced providing dredging, canal and structure cleaning services to be used on an ongoing basis. Refer to Scope of Work and Specifications. Specific work includes stormwater related maintenance in hard to access areas with work zone constraints for the removal of accumulated sediment and clearing of exotic vegetation and debris from creeks and ditches, erosion repairs and bank stabilization. This solicitation may be awarded to more than one (1) vendor. 2.2. Background The Pinellas County Board of Commissioners implemented a surface water assessment fee to fund programs for unincorporated areas of Pinellas County. The program benefit citizens by reducing the risk for flooding, improving surface water quality, and restoring aquatic ecosystems. It also assists the County with stormwater management to meet National Pollutant Discharge Elimination System (NPDES) permit requirements and other local and state requirements. 2.3. Contact Information Michelle Jurek Procurement Analyst 400 S. Ft. Harrison Ave. 6th Floor Clearwater, FL 33756 Email: mjurek@co.pinellas.fl.us Phone: (727) 464-4382 Department: PUBLIC WORKS 2.4. Timeline Issue Date April 26, 2024 Question Submission Deadline May 17, 2024, 3:00pm Bid Submission Deadline May 30, 2024, 3:00pm Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 6 3. Definitions - Simplified Construction Whenever the following terms, or pronouns used in place of them, are used in these Contract Documents they shall have the meanings given below: Addendum: A modification, revision or clarification of the Plans or other Contract Documents, issued by the Purchasing Department and distributed to prospective Bidders before the bid opening. Approved Equal: An approved equivalent item that is approved in writing, (via an Addendum to the Agreement), prior to the Bid Opening. Bidder must submit their proposed equivalent item no later than question deadline date on page 1. Any information received after this deadline will not be considered. Bid Publication: The date on which public notice is made to request a bid/request for proposal for this Project. Bid/Request for Proposal: The offer to perform the Work described in the Contract Documents at a specified cost. Board of County Commissioners: Governing body of Pinellas County hereinafter referred to as the Board. Calendar Day: Every day shown on the calendar, ending and beginning at Midnight. Change Order: A written order authorized by the Board or County Administrator, issued by the Project Manager, and accepted by the Contractor directing certain changes, additions or reductions in the Work or in the materials used. Commencement Date: Date established in the Agreement. Contractor: The General Contractor, the Individual, Partnership or Corporation agreeing to do the Work for the County as Prime Contractor. The Contractor may be referred to interchangeably as vendor and/or Bidder in this document depending on the contracting phase governed herein. Contract Documents: All documents referred to herein in addition to all duly executed and issued addenda, legal advertisements and change orders. FDOT: The Florida Department of Transportation. FDOT Specifications: Florida Department of Transportation, “STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION”, (latest edition at time of advertisement), and all supplemental specifications thereto. Final Acceptance: Whenever the Work provided for under the Agreement has been completely performed by the Contractor, and the final inspection has been made by the Project Manager. Final Completion: The point in which all Work is complete and all other Agreement requirements have been satisfied. Inspector: An authorized representative of the Project Manager, assigned to make any or all necessary inspections of the Work performed, and materials furnished by the Contractor. Notice of Award: The formal document informing the Contractor of its successful selection to construct the Project. Owner: Is Pinellas County, a political subdivision of the State of Florida, herein after referred to as the County. Project: All Work, materials or equipment (whether or not specifically called for) required to produce the intended result as described within the Contract Documents. Project Manager: The individual designated by the Owner to represent the owner on all administrative matters related to the Project. Proposal and Bid Submittal Sheets: Form, as required in Section E. Regular Workday or Business Day: Any calendar day from 7:00 AM to 7:00 PM except a Saturday, Sunday or recognized holiday. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 7 Scope of Work: The general intent of the Work to be accomplished as defined by the Project Plans and Specifications. Specifications: The directions, provisions and requirements contained herein, together with all stipulations contained in the plans or Contract Documents, setting out or relating to the method and manner of performing the Work, or to the quantities and qualities of materials and labor to be furnished under the Agreement. Survey Crew Day: A unit of measurement for Work by a survey crew in a calendar day. Unforeseen Work: Conditions encountered during the performance of the Work, sub-surface or otherwise concealed, or of an unusual nature, which differ materially from those indicated in the Contract Documents. Unspecified: A pay item included for usage as directed by the County, and for usage under conditions or circumstances unforeseen at the time of Agreement. Work: All labor, materials & incidentals required for the construction of the improvement for which the Agreement is made, including superintendence, use of equipment & tools, and all services & responsibilities prescribed or implied, which are necessary for the complete performance by the Contractor of his obligations under the contact. Unless otherwise specified herein or in the Agreement, all costs of liability and of performing the Work shall be at the Contractor's expense. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 8 4. Instructions & General Conditions for Submittals 4.1. INSTRUCTIONS & PROCEDURES A. PREPARATION OF SUBMITTAL - Submittal will be prepared in accordance with the following: 1. Submittals must be uploaded on forms furnished, utilizing the OpenGov procurement website. Failure to comply could result in the submission being rejected. 2. If price is factor, unit prices must be shown and where there is an error in extension of price, the unit price will govern. 3. Alternate submittals will not be considered unless authorized by the solicitation. 4. Proposed delivery time must be shown and any date calculations must include weekends and holidays. 5. Contractor is advised that exceptions to any terms and conditions contained or referenced in this solicitation must be stated with specificity in its response to the solicitation. Contractor is deemed to have accepted and to be bound by the solicitation and referenced agreement terms and conditions that contractor does not take exception to in its response. The County reserves the right to modify or add terms and conditions based upon the exceptions stated by the contractor, or to declare any terms and conditions non-negotiable, as determined by the County in its sole discretion. 6. Contractors will thoroughly examine the drawings, specifications, schedule, instructions and/or all other solicitation documents. 7. Contractors will make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the solicitation. Plea of ignorance by the contractor of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the contractor to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the solicitation documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the contractor. 8. Contractors are advised that all County solicitations are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. B. SUBMITTAL METHOD & FORMAT 1. Submittals must be uploaded utilizing the OpenGov procurement website (https://procurement.opengov.com/portal/pinellasfl). Failure to comply could result in the submittal being rejected. 2. Submittals must be uploaded in the Vendor Questionnaire section of this solicitation. Submittals sent via email will not be considered. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 9 3. The preferred format for submittal is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. Instructions for Providing Files in PDF Format to Pinellas County Government: a. How do I convert my files to PDF format? b. Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. c. Should I scan everything and save as PDF? d. Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) C. SUBMITTALS FROM RELATED PARTIES OR MULTIPLE SUBMITTALS RECEIVED FROM ONE CONTRACTOR 1. Where two (2) or more related parties each upload a submittal, or multiple submittals are received from one (1) contractor, for any solicitation, such submittals will be judged non- responsive. Related parties mean contractors or the principles thereof, which have a direct or indirect ownership interest in another contractor for the same solicitation or in which a parent company or the principles thereof of one (1) contractor have a direct or indirect ownership interest in another contractor for the same solicitation. D. INTEGRITY OF SOLICITATION DOCUMENTS 1. Contractors will use the original solicitation form(s) provided by the Purchasing & Risk Management Division and enter information only in the spaces where a response is requested. Contractors may use an attachment as an addendum to the solicitation form(s) if sufficient space is not available on the original form for the contractor to enter a complete response. Any modifications or alterations to the original solicitation documents by the contractor, whether intentional or otherwise, will constitute grounds for rejection of a solicitation. Any such modifications or alterations a contractor wishes to propose must be clearly stated in the contractor’s submittal response and presented in the form of an addendum to the original solicitation documents. E. LATE SUBMISSION OR MODIFICATIONS Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 10 1. Submittals and modifications received after the time set for the submission will not be considered. This upholds the integrity of the process. 2. Modifications in writing received prior to the time set for the submittal will be accepted. F. WITHDRAWAL OF SUBMITTAL 1. The submittal may be withdrawn prior to the solicitation opening date, however, a submittal may not be withdrawn for a period of time as specified in this solicitation document. G. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS 1. No oral interpretations will be made to any firms as to the meaning of specifications or any other contractor documents. All questions pertaining to the terms and conditions or scope of work of this solicitation must be sent in writing (electronically) to the Purchasing and Risk Management Division and received by the date specified in solicitation. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the solicitation. All such addenda will become part of the agreement documents. The County will not be responsible for any other explanation or interpretation of the proposed solicitation made or given prior to the award of the agreement. The Purchasing and Risk Management Division will be unable to respond to questions received after the specified time frame. H. REJECTION OF SUBMISSION 1. The County may reject a submittal if: a. The contractor incorrectly states or conceals any material fact in the solicitation. b. The solicitation does not strictly conform to the law or requirements of solicitation including insurance requirements. c. The solicitation is conditional, except that the contractor may qualify its submittal for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis submittal must include all items upon which the contractor was invited. 2. The respective constitutional officer, County Administrator, on behalf of the Board of County Commissioners or within their delegated financial approval authority, or Director of Purchasing, within their delegated financial approval authority, has the authority when the public interest will be served thereby to reject all submittals or parts of submittals at any stage of the procurement process through the award of an agreement. 3. The County reserves the right to waive minor informalities or irregularities in any submittal. I. PUBLIC REVIEW AT OPENING Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 11 1. Pursuant to Florida Statute, Section 119.071(1)(b)2, all submittals will be subject to review as public records after 30-days from opening, or earlier if an intended decision is reached before the thirty-day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims must be dispositively determined by a court of law prior to trade secret protection being granted. J. TABULATION INQUIRIES 1. Inquiries relating to the results of this solicitation, prior to the official award by the Pinellas County Board of County Commissioners may be made by visiting OpenGov or calling the Purchasing Office after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. K. EQUAL OPPORTUNITY & COUNTY GIFT/GRATUITY POLICY 1. Pinellas County is committed to a workplace, which is free from harassment or discrimination of any kind. CONTRACTOR and its agents are expected to conduct themselves accordingly in all interactions related to the Agreement. All employees of Pinellas County are prohibited from accepting gifts and/or gratuities from Contractors. CONTRACTOR agrees to ensure that its employees, subcontractors, consultants and other agents honor this policy. 4.2. PRE-CONFERENCE A. PRE-CONFERENCE (Mandatory & Non-Mandatory) 1. The County may at its discretion hold a pre-conference to address all respondent questions pertaining to the solicitation or technical specifications. Solicitation suggestions or modifications may be discussed with County representatives at this meeting and may be considered by representatives as possible addenda to the solicitation. The County may elect, based on the scope of a specific project, to make the pre-conference mandatory, which will be specified in the “Special Terms & Conditions” section of this solicitation document. If the pre-conference is advertised as mandatory, any responses received from respondents who did not attend the mandatory pre-conference will be judged non-responsive and will not be considered for award. 4.3. JOINT VENTURES Contractors intending to submit as a joint venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting (see Section 489.119 Florida Statutes). Joint ventures must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 12 4.4. AWARD OF CONTRACT - ITB A. The contract will be awarded to the lowest responsive, responsible bidder whose submittal, conforming to the solicitation, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. B. The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the respondent qualifies their bid by specified limitations. See Rejection of Submission. C. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal then the contract will be awarded by drawing lots in public. D. Prices quoted must be Free on Board (FOB) Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. 4.5. PROTEST PROCEDURE Protest procedures are governed by Pinellas County Code Section 2-162, which states: Right to Protest. "A vendor who is aggrieved by the contents of the bid or proposal package, or a vendor who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director, as provided herein. This right to protest is strictly limited to those procurements of goods and/or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to F.S. § 287.055, the "Consultants' Competitive Negotiation Act." No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations, negotiations, qualifications or letters of interest; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of respondents or proposers as non-responsive or non- responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section will not be reviewed." "Posting. The purchasing department will post the recommended award on or through the departmental website." Requirements to protest. "If the protest relates to the content of the bid or proposal package, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after issuance of the bid or proposal package." "If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after posting of the award recommendation." "The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 13 legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds.". "A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the respondent or proposer." "Sole remedy. These procedures shall be the sole remedy for challenging the content of the bid or proposal package or the recommended award." "Lobbying. Protestors and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any county official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department's or county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided, however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this Code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration." "Time limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the bid or proposal." "Authority to resolve. The director shall resolve the protest in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. EST on the tenth full business day after the filing thereof." "Review of director's decision." "The protesting party may request a review of the director's decision to the county administrator by delivering written request for review of the decision to the director by 5:00 p.m. EST on the fifth full business day after the date of the written decision. The written notice shall include any materials, statements, and arguments which the respondent or proposer deems relevant to the issues raised in the request to review the decision of the director." "The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m. EST on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction." "Stay of procurement during protests. There shall be no stay of procurement during protests." (Ord. No. 94-51, § 5, 6-7-94; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 14-11, § 2, 2-11-14; Ord. No. 18-34, 10-23-18) Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 14 4.6. ADA REQUIREMENT FOR PUBLIC NOTICES Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727-464-4062 (voicedd) fax 727-464-4157, not later than seven days prior to the proceeding. 4.7. ADDITIONAL REQUIREMENTS The County reserves the right to request additional goods or services relating to this agreement from the contractor. When approved by the County as an amendment to this agreement and authorized in writing, the contractor will provide such additional requirements as may become necessary. 4.8. ADD/DELETE LOCATIONS SERVICES The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this agreement in accordance with the terms, conditions, and specifications. 4.9. COLLUSION The Contractor, by affixing a signature to their response, certifies that its submittal is made without previous understanding, agreement, or connection with any person, firm or corporation making a submittal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 4.10. CONFLICT OF INTEREST A. The Contractor, by affixing a signature to their response, represents that it presently has no interest and will acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The contractor further represents that, if it is awarded a contract under this solicitation, no person having any such interest will be employed during the contract term and any extensions. In addition, the contractor will not offer gifts or gratuities to County employees as County employees are not permitted to accept gifts or gratuities. By signing this document, the contractor acknowledges that no gifts or gratuities have been offered to County employees or anyone else involved in this competitive solicitation process. B. The contractor will promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the contractor’s judgment or quality of services being provided hereunder. Such written notification will identify the prospective business association, interest or circumstance, the nature of work that the contractor may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the contractor. The County agrees to notify the contractor of its opinion, by certified mail, within thirty days of receipt of notification by the contractor. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 15 C. It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: 1. Pinellas County Clerk of Circuit Court – Division of Inspector General 2. Phone – (727) 45FRAUD (453-7283) 3. Fax – 727-464-8386 4.11. MATERIAL SAFETY DATA SHEETS In accordance with OSHA Hazardous Communications Standards, it is the Contractor seller's duty to advise if a product is a toxic substance and to provide a Material Safety Data Sheet (SDS) at time of delivery. 4.12. CONTRACTOR CAPABILITY / REFERENCES Prior to agreement award, any contractor may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Contractors must furnish a reference list of at least four (4) customers for whom they have performed similar services. 4.13. CONTRACTOR LICENSE REQUIREMENT All Contractors performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any submittal and/or award. 4.14. CORPORATE REGISTRATION An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501. A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered. 4.15. DESCRIPTION OF GOODS/SERVICES/SUPPLIES A. Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Submittals will be considered for all brands which meet the quality of the specifications listed for any items. B. Contractors are required to state exactly what they intend to furnish otherwise they will be required to furnish the items as specified. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 16 C. Contractor submission must include all data necessary to evaluate and determine the quality of the item(s) they intend to furnish. D. ALTERNATES: Alternates will not be considered unless authorized by the solicitation. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. If the contractor is proposing an alternate that is not provided in the solicitation, alternate(s) must be submitted within the OpenGov Q & A section prior to the question deadline, and receive approval prior to the solicitation opening date in order to be considered for award. E. OR EQUAL DETERMINATION: Where submitting other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized personnel. 4.16. E-VERIFY The contractor and their subcontractor(s) must register with and use the E-verify system in accordance with Florida Statute 448.095. A contractor and subcontractor may not enter into a contract with the County unless each party registers with and uses the E-verify system. If a contractor enters a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized aliens. The contractor must maintain a copy of the affidavit for the duration of the contract. If the County, Contractor, or Subcontractor has a good faith belief that a person or entity with which it is contracting has knowingly violated Florida Statute 448.09(1) they must immediately terminate the contract with the person or entity. If the County has a good faith belief that a Subcontractor knowingly violated this provision, but the Contractor otherwise complied with this provision, the County will notify the Contractor and order that the Contractor immediately terminate the contract with the Subcontractor. A contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any contract termination under the provisions of this section may be challenged to Section 448.095(2)(d), Florida Statute. Contractor acknowledges upon termination of this agreement by the County for violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor acknowledges that Contractor is liable for any additional costs incurred by the County as a result of termination of any contract for a violation of this section. Contractor or Subcontractor will insert in any subcontracts the clauses set forth in this section, requiring the subcontracts to include these clauses in any lower tier subcontracts. Contractor will be responsible for compliance by any Subcontractor or Lower Tier Subcontractor with the clause set for in this section. 4.17. EXCEPTIONS Contractor is advised that if it wishes to take exception to any of the terms contained or referenced in this solicitation it must explicitly identify the term and the exception in its response to the solicitation. Contractor's stated exception to a non-negotiable term may disqualify it from consideration for award. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 17 4.18. INDEMNIFICATION A. Unless otherwise provided in the special provisions, special conditions, and specifications, Contractor assumes liability for all damage to Work under construction or completed, whether from fire, water, winds, vandalism, or other causes, until final completion and acceptance by the County and notwithstanding the fact that partial payments may have been made during construction. B. No subcontract or transfer of Agreement shall in any case release either the Contractor or its surety of any liability under the Agreement. The County reserves the right to reject any subcontractors or equipment. C. Unless specifically prohibited by Florida law, the Contractor shall defend, indemnify and hold harmless the County and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, or by, or on account of, any claim or amounts recovered under the "Workers' Compensation Law" or of any other laws, by-laws, ordinance, order or decree, including but not limited to any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) whether resulting from any claimed breach of this Agreement by the Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. The duty to defend under this paragraph is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, the County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the Contractor. The Contractor's obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. The Contractor shall guarantee the payment of all just claims for materials, supplies, tools, labor or other just claims against it or any subcontractor in connection with this Agreement; and its bonds will not be released by final acceptance and payment by the County unless all such claims are paid or released. 4.19. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 Contractor acknowledges that it is functioning as an independent contractor in performing under the terms of this agreement, and it is not acting as an employee of Pinellas County. The contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et seq., and regulations relating thereto. Failure to Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 18 comply with the above provisions of the agreement will be considered a material breach and grounds for immediate termination of the agreement. 4.20. INSURANCE The contractor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed in the insurance section below. Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of award may result in the County to vacate the original determination or recommendation and proceed with recommendation to another contractor. 4.21. LOBBYING All Contractors agree to adhere to Pinellas County Code Section 2-189, which states: Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective respondent/proposer/protestor from contacting the Purchasing Department or the County Attorney's Office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the respondent, any member of the respondent's staff, any agent or representative of the respondent, or any person employed by any legal entity affiliated with or representing a respondent, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the Board, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a respondent/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, "lobbying" shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director. (Ord. No. 02-35, 5-7-02; Ord. No. 04-64, § 12, 9-21-04; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 10-09, § 6, 2-16-10; Ord. No. 11-23, § 2, 7-26-11; Ord. No. 14-11, § 5, 2-11-14; Ord. No. 18-34, 10-23-18). Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 19 4.22. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS The laws of the State of Florida apply to any purchase made under this solicitation. Contractors must comply with all local, state, and federal directives, orders and laws as applicable to this solicitation and subsequent agreement(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and Occupational Safety and Health Administration (OSHA) as applicable to this agreement. 4.23. NON-EXCLUSIVE CONTRACT Award of this agreement will impose no obligation on the County to utilize the contractor for all work of this type, which may develop during the agreement period. This is not an exclusive agreement. The County specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple-term agreements, this provision will apply separately to each term. 4.24. PROCUREMENT POLICY FOR RECYCLED MATERIALS A. Pinellas County wishes to encourage its contractors to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. B. When awarding a purchase or recommending a purchase for products, materials, or services, the Director of Purchasing and Risk Management may allow a preference to a responsive contractor who certifies that their product or material contains the greatest percentage of postconsumer material. If solicitation includes paper products, contractor must certify that their materials and/or products contain at least the content recommended by the Environmental Protection Agency (EPA) guidelines. C. On all quotes, or as required by law, the Director of Purchasing and Risk Management require Contractors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. D. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying submittal received. Definitions for Recycled Materials: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 20 Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 4.25. PROVISION FOR OTHER AGENCIES Unless otherwise stipulated, the Contractor(s) agree to make available to all “Eligible Users” the prices submitted in accordance with the terms and conditions of the contract resulting from this solicitation. Eligible Users means all State of Florida government agencies, the legislative and judicial branches, and political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the resulting contract. 4.26. PUBLIC EMERGENCIES It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County will require a first priority for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a first priority basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 4.27. PUBLIC ENTITY CRIMES STATEMENT Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and contractor agrees that its submittal and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. contractor represents and certifies that contractor is and will at all times remain eligible to submit for and perform the services subject to the requirements of these, and other applicable, laws. contractor agrees that any agreement awarded to contractor will be subject to termination by the County if contractor fails to comply or to maintain such compliance. 4.28. PUBLIC RECORDS/TRADE SECRETS Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 21 Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation will belong exclusively to the County. To the extent that contractor desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and contractor will provide an additional copy of the contractor’s submittal that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the contractor signature page, contractor acknowledges and agrees: A. That after notice from the County that a public records request has been made for the materials designated as a trade secret, the contractor will be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action will be taken immediately, but no later than ten (10) calendar days from the date of notification or contractor will be deemed to have waived the trade secret designation of the materials; B. That to the extent that the contractor with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating agreement terms, approving any agreement based on the contractor, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final agreement award; C. To indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the contractor, including actions or claims arising from the County’s non-disclosure of the trade secret materials. D. That information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statutes and Pinellas County public record policies. contractor agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statutes. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire submission document, line item and/or total contractor prices, the work, services, project, goods, and/or products to be provided by contractor, or any information, data, or materials that may be part of or incorporated into an agreement between the County and the contractor is not acceptable to the County and will result in a determination that the contractor submittal is nonresponsive; the classification as trade secret of any other portion of a submittal document may result in a determination that the submittal is nonresponsive. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 22 4.29. TRUTH IN NEGOTIATIONS The contractor certifies to truth-in-negotiation and that wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of contracting. Further, the original agreement amount and any additions thereto will be adjusted to exclude any significant sums where the County determines the agreement price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs. Such adjustments must be made within one (1) year following the end of the agreement. 4.30. VARIANCE FROM STANDARD TERMS & CONDITIONS All standard terms and conditions stated in this section apply to this Agreement except as specifically stated in the subsequent sections of the document, which take precedence over this section, and should be fully understood by contractors prior to submitting on this requirement. 4.31. PAYMENT/INVOICES Contractor shall submit invoices for payment as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. Seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P.O. Box 2438 Clearwater, FL 33757 Email: ClerkConstructionAP@MyPinellasClerk.org Each invoice shall include, at a minimum, the contractor's name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the contractors also include the information shown in below. The County may dispute any payments invoiced by contractor in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. Remit To: Billing address to which you are requesting payment be sent Invoice Date: Creation date of the invoice Contractor Information: Company name, mailing address, phone number, contact name and email address as provided on the purchase order Invoice Number: Company tracking number Shipping Address: Address where goods and/or services were delivered Ordering Department: Name of ordering department, including name and phone number of contact person Purchase order Number: Standard purchase order number Ship Date: Date the goods/services were sent/provided Quantity: Quantity of goods or services billed Description: Description of services or goods delivered Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 23 Unit Price: Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total: Sum of all line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge contractor to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at: ePayables - Pinellas County. 4.32. TAXES a. The County is exempt from all state and federal sales, use, transportation and excise taxes. The Laws of the State of Florida provide that sales and use taxes are payable by the contractor upon the tangible personal property incorporated in the work and such taxes shall be paid by the contractor and be deemed to have been included in the solicitation. b. Payments to Pinellas County are subject to applicable Florida taxes. 4.33. DELIVERY/CLAIMS Prices quoted shall be FOB Destination, freight included and unloaded to location(s) within Pinellas County. Actual delivery address(s) shall be identified at time of order. Successful contractor(s) will be responsible for making any and all claims against carriers for missing or damaged items. 4.34. MATERIAL QUALITY All materials purchased and delivered against this Agreement will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the contractor at no charge to the County. 4.35. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS The contractor shall perform this agreement. If a contractor intends to subcontract a portion of this work, the contractor must disclose that intent in the solicitation. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the contractor shall provide written notice to the County within thirty (30) business days of contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this agreement, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding an agreement to a contractor, which has disclosed its intent to assign or subcontract in its response to the solicitation, without exception shall constitute approval for purposes of this agreement. The contractor must inform the County in writing within forty-five (45) business days if the contractor’s business entity’s name changes. The contractor will bear all responsibility and waive any rights it may have to relief for any delay in processing a payment associated with the County’s inability to issue payment to the contractor for a business entity name change that the County was not made aware of as reflected herein. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 24 4.36. LUMBER PRODUCED IN STATE OF FLORIDA Per Florida Statute 255.20, lumber, timber and other forest products utilized in this contract must be produced and manufactured in Florida, if wood is a component of the project, and if such products are available and their price fitness and quality are equal. The following does not apply: To plywood specified for monolithic concrete forms. If the structural or service requirements for timber for a particular job cannot be supplied by native species. If the construction is financed in whole or in part from federal funds with the requirement that there be no restrictions as to species or place of manufacture. To transportation projects for which federal aid funds are available. 4.37. ASBESTOS MATERIALS The contractor shall perform all Work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful contractor. The contractor must keep this copy on site at all times during the actual demolition. 4.38. DISPUTE RESOLUTION FOR PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS IN MATTERS OF INVOICE PAYMENTS Payment of invoices for work performed for Pinellas COUNTY Board of COUNTY Commissioners (COUNTY) is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non. payment of a payment request or invoice the following Dispute Resolution process will apply: 1. Pinellas COUNTY will notify a vendor in writing within 10 days of receipt of an improper invoice. The notice will indicate what steps the vendor should undertake to correct the invoice and resubmit a proper invoice to the COUNTY. Such steps should include requiring the vendor to contact the requesting department to validate the invoice and receive a sign off from that entity that would indicate that the invoice in question is in compliance with the terms and conditions of the Agreement, and then resubmitting the invoice as a “Corrected Invoice” to the requesting department to initiate the payment timeline. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 25 a. Requesting department for this purpose is defined as the COUNTY department for which the work is performed or to which goods are provided. b. Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas COUNTY. 2. Should a dispute result between the vendor and the COUNTY about payment of a payment request or an invoice then the vendor should submit their dissatisfaction in writing to the Requesting Department. Each Requesting Department will assign a representative who will act as a “Dispute Manager” to resolve the issue at departmental level. 3. The Dispute Manager will first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures must be commenced no later than 30 days after the date on which the payment request or invoice was received by Pinellas COUNTY and will not extend beyond 45 days after the date on which the payment request or invoice was received by Pinellas COUNTY. 4. The Dispute Manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas COUNTY’s satisfaction and duly accepted by the Proper Authority. Proper Authority for this purpose is defined as the Pinellas COUNTY representative who is designated as the approving authority for the work performed in the contractual document. The Dispute Manager will perform the required investigation and arrive at a solution before or at the 45-day timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The COUNTY Administrator or his or her designee will be the final arbiter in resolving the issue before it becomes a legal matter. The COUNTY Administrator or his or her designee will issue their decision in writing. 5. Pinellas COUNTY Dispute Resolution Procedures will not be subject to Chapter 120 of the Florida Statutes. The procedures will also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. 6. Should the dispute be resolved in the COUNTY’s favor interest charges begin to accrue 15 days after the final decision made by the COUNTY. Should the dispute be resolved in the vendor’s favor the COUNTY will pay interest as of the original date the payment was due. 7. For any legal action to recover any fees due because of the application of sections 218.70 et. seq., Florida Statutes, an award will be made to cover court costs and reasonable attorney fees, including those fees incurred as a result of an appeal, to the prevailing party If it is found that the non. prevailing party held back any payment that was the reason for the dispute without having any reasonable lawful basis or fact to dispute the prevailing party’s claim to those amounts. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 26 5. Special Conditions 5.1. TWO-STEP QUALIFICATION PROCESS This is a two-step invitation of bid (ITB) process; Step 1 consists of bidder requirements and qualifications. Once bidders have been deemed qualified, bidders will be requested to submit pricing as Step 2 of the bid process. Step 1: See pages titled QUALIFICATION SUBMITTAL FORM section for submitting Step 1 by the Step 1 due date and time listed on Introduction. Step 2 - An Addendum will be issued listing the bidders whom are qualified to submit bid pricing using Section – Pricing Proposal along with Introduction of this Invitation to Bid (ITB) following other requirements of this ITB by the Step 2 due date and time listed on Introduction. 5.2. PRICING/PERIOD OF CONTRACT Unit prices bid of listed items shall be held firm from the date the contract is signed by the Contractor until the project is completed and accepted by the Board of County Commissioners. Unless otherwise approved by the County, the Contractor shall commence Work under this Agreement with an adequate force and equipment within 15 consecutive calendar days after receipt of written notice from the County to proceed and to fully complete all necessary Work under the same within not more than 1825 consecutive calendar days. Unit prices adjustable at twelve (12) months after the date of award and thereafter annually for the life of the contract, in an amount not to exceed the average of the Consumer Price Index (CPI) for all Urban Consumers, Series Id: CUUR000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All Items, Base Period: 1982-84=100 for the twelve (12) months prior. It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the Contractor’s request for adjustment should be submitted four (4) months prior to anniversary of date of execution. The Contractor adjustment request should not be in excess of the CPI. If no adjustment request is received from the Contractor, the County will assume the Contractor has agreed to continue without a pricing adjustment. Any adjustment request received after the anniversary of date of execution may not be considered. The Contract may be extended subject to written notice of Contract from the County and successful Bidder, for an additional one (12) month period beyond the primary Contract Period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing. 5.3. PRE-BID CONFERENCE: Not applicable. 5.4. SITE VISIT: Not Applicable. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 27 5.5. PRE-COMMENCEMENT MEETING Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor. The meeting will require Contractor and the County Representative(s) to review specific contract details and deliverable documents at this meeting to ensure the project documents and work areas are understood. 5.6. BID BOND GUARANTEE A. All bids must be accompanied by a Bid Bond guarantee in the sum of 5% of the base bid and made payable to Pinellas County. Said bid bond shall be a guarantee that should the bid be accepted, the bidder will, within (10) days after the acceptance of its bid, enter into an agreement with Pinellas County for the services proposed to be performed and will at that time furnish an acceptable agreement surety. Cash, certified check, cashier’s check, trust company treasurer check, company or personal checks and bank draft of any national or state bank are not acceptable. B. Said bid bond and the monies payable thereon, will, at the option of the County, be forfeited if the bidder fails to execute the written agreement and furnish the required surety bond within 10 consecutive calendar days following written notice of the award of the contract. C. Attorneys-in-fact who sign bonds must file with such bond one (1) certified copy of their power of attorney to sign said bond. D. Bid bond shall have been issued within 30 days of the date for receiving bids. 5.7. CONTRACT SECURITY A. The Bidder shall provide a Performance Bond and a Payment Bond in the form prescribed in Section I and each in the amount of 50% of the Agreement amount, the costs of which are to be paid by the Bidder. Unless directed by a written Change Order issued by the County, the Contractor will not be directed to complete Work under the Agreement that exceeds 50% of the value of the total Agreement in any one-year period, as judged from the anniversary date of initial award. If the County issues a written Change Order to the Contractor directing the Contractor to do more than 50% of the Work in any one-year period, then the Contractor must submit within thirty (30) calendar days a Performance Bond and a Payment Bond covering the full amount of the value of the Work under this Agreement from its original underwriter, unless specifically permitted in writing by the County. The Bonds will be acceptable to the County only if the following conditions are met: 1. For contracts that do not exceed $500,000.00, the Surety Company: a. is licensed to do business in the State of Florida; b. holds a certificate of authority authorizing it to write surety bonds in this state and provides proof of same; Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 28 c. has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued; d. is otherwise in compliance with the provisions of the Florida Insurance Code; and holds a currently valid certificate of authority issued by the United States Department of Treasury under 31 U.S.C. ss 9304-9308. 2. For contracts over $500,000.00, all of the requirements of paragraph A.1 above apply. In addition, the Surety Company must have a current rating of at least Excellent (A or A-) all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc., of 75 Fulton Street, New York, New York 10038, with an underwriting limitation of at least two times the dollar amount of the Agreement. 3. All bonds must be signed by an insurance agent who is licensed to do business in the state of Florida. The license may be held by a resident agent or a non-resident agent. B. If the Surety for any Bond furnished by the Bidder is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Bidder shall, within 5 calendar days thereafter, substitute another Bond and Surety, both of which shall be subject to the County's approval. C. By execution of these bonds, the Surety acknowledges that it has read the Surety qualifications and Surety obligations imposed by the Contract Documents and hereby satisfies those conditions. 5.8. LICENSES, PERMITS, FEES AND TAXES A. Pursuant to section 218.80, Florida Statutes, Pinellas County discloses to the contractor the following permits and fees generally which will have to be obtained by and will be payable by the contractor who is the successful bidder or proposer. Specific permits required will be shown in Appendix 1 – Permits. Contractor will be reimbursed for the actual amount paid for the permits as evidenced by official receipts from the office(s) collecting the fees. No reimbursement will be provided for license fees. Permits/fees may include the following: 1. Impact Fees. 2. Inspection Fees. 3. Other permits or fees required by Pinellas County for the completion of the work, if applicable. 4. License fees: The Pinellas County Construction Licensing Board (PCCLB), an independent government agency, may require licensure or registration of a State of Florida construction license. These are not Pinellas County Government fees, but the contractor is hereby put on notice that fees may be required by the PCCLB. License fees are not reimbursable.The Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 29 foregoing list of fees apply only to those fees imposed by Pinellas County or imposed by another governmental agency which has assigned or delegated the responsibility for issuance of permits, licenses and conduction of inspections and attendant collection of fees to Pinellas County. The contractor is responsible for determining if other fees and permits are required by any other Federal, State, or local governmental entity, agency, or board. B. All sales, consumer, use, and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the work, shall be paid by the contractor. C. Compliance with permit and licenses requirements: The contractor shall comply with all applicable Local, State and Federal permit conditions and license requirements, applicable building and construction code requirements and such other rules and regulations as may apply to the prosecution of Work. Failure of the contractor to comply with the above-specified requirements shall result in contractor being prohibited from performing work pursuant to this agreement. Any additional costs incurred by the contractor as a result of non-compliance shall be the responsibility of the contractor and shall not be paid by the County. Additionally, contractor shall be required to pay any fines due as a result of non-compliance with the applicable requirements. 5.9. COMPLIANCE WITH LAWS The contractor agrees to comply, at its own expense, with all Federal, State and Local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project or Job Order Contract, including but not limited to, those dealing with taxation, workers' compensation, equal employment, safety (including, but not limited to, the Trench Safety Act, Chapter 553.60-553.64, Florida Statutes), labor, work hours, labor conditions, environment, and related matters. If the contractor observes that the contract documents are at variance therewith, it shall promptly notify the Design Professional/Engineer/Project Manager in writing. 5.10. QUANTITIES A. Quantities shown on the Bid Submittal Form are estimated for bidding purposes only and shall be verified by the contractor before placing orders for material. No payment shall be allowed for excess materials. B. Payment for work performed under this agreement shall be based on the pay items and bid quantities shown on the Bid Submittal Form, subject to such extension of pay quantities as may be required. C. Regardless of uncertainties of material supply and production at the time of bidding, bidders shall base their bids in strict accordance with items, materials and methods as set forth in the contract documents. D. Pay items that are required to complete the scope of the Work, as defined by the project plans and specifications may be added to the list of pay items by the design professional/engineer/project manager at a later date through a change order process. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 30 5.11. QUANTITIES REFLECTED IN PERMITTING DOCUMENTS Any construction items or quantities reflected in the permitting documents, if any, required for this project are provided only for the purpose of enabling permitting authorities to assess the probable impact of the project on environmental concerns, and are in no way intended to reflect or represent actual construction items or quantities for pay purposes. 5.12. AWARD OF CONTRACT The contract will be awarded for the entire Work (with or without optional/alternates items) to the lowest responsible and responsive bidder, provided that the bid is reasonable, and that it is in the best interest of the County to accept. 5.13. AFTER NOTICE OF AWARD TO CONTRACTOR Subsequent communications between the County and the contractor shall be delivered to the County's representative. A Preconstruction Conference will be held following execution of the contract documents and prior to the Notice to Proceed. 5.14. INTENT OF THE CONTRACT DOCUMENTS A. It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents which combine to define the Scope of Work. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard Specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard Specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. B. The Contract Documents and all referenced standards cited therein are essential parts of the Agreement requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete Project. C. Plans are intended to show general arrangements, design and extent of Work. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the Plans, Specifications or other Contract Document provisions, the Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Design Professional/Engineer/Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 31 installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 5.15. SANITATION The Contractor shall provide and maintain adequate sanitary conveniences for the use of persons employed on the Work. These conveniences shall be maintained at all times without nuisance, and their use shall be strictly enforced. The location of these conveniences shall be subject to the Design Professional/Engineer/Project Manager’s approval. 5.16. ERRORS AND OMISSIONS The Contractor shall not take advantage of any apparent error or omission in the Contract Documents. If any errors and/or omissions appear in the Contract Documents, or construction stakeout, the Contractor shall immediately notify the Purchasing Department, in writing, of such errors and/or omissions. In the event the Contractor knows or should have known of any errors and/or omissions and fails to provide such notification, it shall be deemed to have waived any claim for increased time or compensation it may have had and he shall be held responsible for the results and the costs of rectifying any such errors and/or omissions. 5.17. CONTRACTORS AND SUBCONTRACTORS A. Qualification 1. The Contractor shall assure that all personnel are competent, careful and reliable. All personnel must have sufficient skill and experience to properly perform the Work assigned them. All personnel shall have had sufficient experience to perform their assigned task properly and satisfactorily and to operate any equipment involved, and shall make due and proper effort to execute the Work in the manner prescribed in the Contract Documents, or the Design Professional/Engineer/Project Manager may take action as prescribed below. 2. Whenever the Design Professional/Engineer/Project Manager shall determine that any person is incompetent, unfaithful, intemperate, disorderly or insubordinate, such person shall upon notice, be discharged from the Work and shall not again be employed on it except with the written consent of the Design Professional/Engineer/Project Manager. Should the Contractor fail to remove such person or persons the Design Professional/Engineer/Project Manager may withhold all estimates which are or may become due, or may suspend the Work until such orders are complied with. B. Identification 1. Within 10 days after the award of any subcontract, either by himself or a subcontractor, the Contractor shall deliver to the Design Professional/Engineer/Project Manager a statement setting forth the name and address of the subcontractor and a summary description of the Work subcontracted. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 32 2. The Contractor shall be as fully responsible to the County for acts and omissions the subcontractor and of persons either directly or indirectly employed by the subcontractor, as the Contractor is for the acts and omissions of persons directly employed by the Contractor. 5.18. AUTHORITY OF THE PROJECT MANAGER A. All Work shall be done in accordance with the Contract Documents. B. It is agreed by the parties hereto that the Design Professional/Engineer/Project Manager shall decide all questions, difficulties and disputes, of whatever nature, which may arise relative to the interpretation of the Plans, construction, prosecution and fulfillment of the Agreement, and as to the character, quality, amount and value of any Work done, and materials furnished, under or by reason of the Agreement. C. The County retains the right to inspect all Work to verify compliance with the Contract Documents. The Design Professional/Engineer/Project Manager may appoint such designees and/or representatives as desired. They shall be authorized to inspect all Work done and all materials furnished. This right of inspection in no way means or implies County control or other supervision over the Work done or the work site. This right is solely for the County's benefit and imposes no duties or responsibilities on the County and confers no rights on any other parties. Such inspection may extend to all or any part of the Work and to the manufacture, preparation or fabrication of the materials to be used. Such designees and/or representatives shall not be authorized to revoke, alter or waive any requirement of the Contract Documents. D. The designees and/or representatives shall be authorized to call to the attention of the Contractor any failure of the Work or materials to conform to the Contract Documents, and shall have the authority to reject materials or suspend the Work until any questions at issue can be referred to and decided by the Design Professional/Engineer/Project Manager. The Contractor shall be immediately notified in writing of any such suspension of the Work and such notice shall state in detail the reasons for the suspension. The presence of the inspector or other designee shall in no way lessen the responsibility of the Contractor. E. Contractor's Supervision F. Prosecution of Work: 1. The Contractor shall give the Work the constant attention necessary to assure the scheduled progress and it shall cooperate fully with the Design Professional/Engineer/Project Manager and with other Contractors at Work in the vicinity. G. Contractor's Superintendent: 1. The Contractor shall at all times have on the Work as his agent, a competent superintendent capable of thoroughly interpreting the Plans and Specifications and thoroughly experienced in the type of Work being performed, who shall receive the instructions from the Design Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 33 Professional/Engineer/Project Manager or his/her authorized representatives. The superintendent shall have full authority to execute the orders or directions of the Design Professional/Engineer/Project Manager and to supply promptly any materials, tools, equipment, labor and incidentals which may be required. Such superintendence shall be furnished regardless of the amount of Work sublet. 2. The Contractor's superintendent shall speak and understand English, and at least one responsible person who speaks and understands English shall be on the Project during all working hours. H. Supervision for Emergencies: 1. The Contractor shall have a responsible person available at or reasonably near the work site on a 24-hour basis, 7 days a week, in order that he/she may be contacted in emergencies and in cases where immediate action must be taken to maintain traffic or to handle any other problem that might arise. The Contractor's responsible person for supervision for emergencies shall speak and understand English. The Contractor shall submit, by certified mail, phone numbers and names of personnel designated to be contacted in cases of emergencies along with a description of the Project location to the Florida Highway Patrol and all other local law enforcement agencies. I. Worksite Traffic Supervisor: (When the work involves road construction/reconstruction or changes affect normal traffic patterns) 1. The Contractor shall have a Worksite Traffic Supervisor who will be responsible for initiating, installing and maintaining all traffic control devices as described in Section 102 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and in the Plans. The Worksite Traffic Supervisor shall have at least one year of experience directly related to worksite traffic control in a supervisory or responsible capacity and shall be certified by the American Traffic Safety Services Association Worksite Traffic Supervisor Certification Program or an equal approved by the Florida Department of Transportation. Approved alternate Worksite Traffic Supervisors may be used when necessary. 2. The Worksite Traffic Supervisor shall be available on a 24 hour per day basis and shall review the Project on a day to day basis as well as being involved in all changes to traffic control. The Worksite Traffic Supervisor shall have access to all equipment and materials needed to maintain traffic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a 24-hour period. 3. The Worksite Traffic Supervisor shall be available on the site within 45 minutes after notification of an emergency situation, prepared to positively respond to repair the Work zone traffic control or to provide alternate traffic arrangements. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 34 4. Failure of the Worksite Traffic Supervisor to comply with the provisions of the Sub-article may be grounds for decertification or removal from the Project or both. Failure to maintain a designated Worksite Traffic Supervisor or failure to comply with these provisions will result in temporary suspension of all activities except traffic and erosion control and such other activities deemed to be necessary for Project maintenance. J. General Inspection Requirements 1. Cooperation by the Contractor: No Work shall be done nor materials used, without suitable supervision or inspection by the Design Professional/Engineer/Project Manager or his/her representative, and the Contractor shall furnish the Design Professional/Engineer/Project Manager with every reasonable facility for ascertaining whether the Work performed and materials used are in accordance with the requirements and intent of the Plans and Specifications. If the Design Professional/Engineer/Project Manager so requests, the Contractor shall, at any time before final acceptance of the Work, remove or uncover such portions of the finished Work as may be directed. After examination, the Contractor shall restore the uncovered portions of the Work to the standard required by the Specifications. Should the Work so exposed or examined prove unacceptable, the uncover or removal, and the replacing of the covering or making good of the parts removed, shall be at the Contractor's expense. However, should the Work thus exposed or examined prove acceptable, the uncovering or removing, and the replacing of the covering or making good of the parts removed, shall be paid for as Unforeseeable Work. K. Failure of the Design Professional/Engineer/Project Manager to Reject Work During Construction: 1. If, during or prior to construction operations, the Design Professional/Engineer/Project Manager should fail to reject defective Work or materials, whether from lack of discovery of such defect or for any other reason, such initial failure to reject shall in no way prevent his/her later rejection when such defect is discovered, or obligate the County to final acceptance, and the Contractor shall make no claim for losses suffered due to any necessary removals or repairs of such defects. L. Failure to Remove and Renew Defective Materials and Work: 1. Should the Contractor fail or refuse to remove and renew any defective materials used or Work performed, or to make any necessary corrections in an acceptable manner and in accordance with the requirements of the Specifications, within the time indicated in writing, the Design Professional/Engineer/Project Manager shall have the authority to cause the unacceptable or defective materials or Work to be repaired, removed and renewed, as may be necessary; all at the Contractor's expense. 2. Any expense incurred by the County in making these repairs, removals, or renewals, which the Contractor has failed or refused to make, shall be paid for out of any moneys due or Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 35 which may become due the Contractor, or may be charged against the Performance Bond. Continued failure or refusal on the part of the Contractor to make any or all necessary repairs promptly, fully and in an acceptable manner shall be sufficient cause for the County, at its option, to perform the Work with its own organization, or to contract with any other individual, firm or corporation to perform the Work. All costs and expenses incurred thereby shall be charged against the defaulting Contractor and the amount thereof deducted from any moneys due or which may become due him, or shall be charged against the applicable bond. Any Work performed subsequent to forfeiture of the Agreement, as described in this Paragraph, shall not relieve the Contractor in any way of its responsibility for the Work performed by it. M. Inspection by the Federal Government: 1. When the Work involves the Federal Government it is to pay a portion of the cost of construction the construction Work will be subject to inspection by its representatives as they may deem necessary, but such inspection will in no case make the Federal Government a party to Agreement. 5.19. PROSECUTION OF WORK ON SATURDAYS, SUNDAYS AND RECOGNIZED HOLIDAYS A. All Work must be done during Regular Workday hours (7:00 AM to 7:00 PM) Monday through Friday. The County may require alternative Work hours due to specific individual Project conditions when necessary. Work will not be done beyond hours specified herein or on Saturdays, Sundays or holidays unless authorized in advance by the Design Professional/Engineer/Project Manager to meet special requirements. Contractor must comply with the County noise ordinance. B. Work will not be permitted on Saturdays, Sundays and recognized Holidays unless permission to Work has been requested in writing by the Contractor and approval, in writing, has been granted by the Design Professional/Engineer/Project Manager. Request for permission to Work must be received by the Design Professional/Engineer/Project Manager no less than 24 hours prior to the regular Workday. C. No Work will be permitted on: 1. New Year’s Day 2. Independence Day 3. Thanksgiving Day 4. Christmas Day D. When approval is granted in accordance with the provisions stated above, Work will be allowed on: Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 36 1. Martin Luther King, Jr. Day 2. Memorial Day 3. Juneteenth 4. Labor Day 5. Veterans Day 6. Friday after Thanksgiving Day 7. If Christmas or New Year's Day shall fall on Tuesday or Thursday, the preceding Monday or the following Friday shall be recognized as a holiday also. If any recognized holiday shall fall on a Saturday, the preceding Friday shall be observed as a holiday. If any recognized holiday shall fall on a Sunday, the following Monday shall be observed as a holiday. 5.20. PINELLAS COUNTY’S COMMITMENT TO SAFETY A. All work shall be completed in a safe manner and consideration for cost of any equipment needed to perform contract in a safe manner, including personal protection equipment, shall be included in the contract bid. B. If County discovers an unsafe act or condition in contractor’s performance under this contract, County shall inform Design Professional/Engineer/Project Manager of unsafe act or condition. If unsafe act or condition poses the threat of imminent danger, Design Professional/Engineer/Project Manager shall be authorized to stop work until unsafe act or condition is remedied. No time extension shall be allowed. If remedy causes contractor to fail to meet the time specified, County shall be entitled to liquidated damages. If unsafe act or condition does not pose the threat of imminent danger, Design Professional/Engineer/Project Manager shall be authorized to require contractor to remedy the unsafe act or unsafe condition as soon as possible, but in no event later than 3 days from date of notice. No time extension shall be allowed. If remedy causes contractor to fail to meet the time specified, County shall be entitled to liquidated damages as outlined in Liquidated Damages. 5.21. CHANGES IN THE WORK A. If changes to the Scope of the Work are required or if the Contract time or the total Contract Amount is increased by the additional Work, a Change Order approved by the Board will be required. B. Should a Change Order be required, and the County and the Contractor are unable to agree on the requested change, the Contractor shall, nevertheless, promptly perform the change as directed in writing by the Design Professional/Engineer/Project Manager. If the Contractor disagrees with the Design Professional/Engineer/Project Manager's adjustment determination, the Contractor must make a claim pursuant to the Claims and Dispute Section herein, or else be deemed to have waived any claim on this matter it might otherwise have had. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 37 C. In an emergency endangering life or property, or as expressly set forth herein, the Design Professional/Engineer/Project Manager has the authority to order the necessary Work in writing. The County shall not be liable to the Contractor for any increased compensation without such written order. The payment authorized by a written order shall represent full and complete compensation to the Contractor for labor, materials, incidental expenses, overhead, profit, impact costs, and time associated with the Work authorized by such written order. D. Execution by the Contractor of a properly authorized Change Order (see Appendix Sample Change Order) shall be considered a waiver of all claims or requests for additional time or compensation for any activities prior to the time of execution related to items included in the Change Order. 5.22. CLAIMS AND DISPUTES A. A Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between the County and the Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a claim shall rest with the party making the Claim. B. Claims by the Contractor shall be made in writing to the Design Professional/Engineer/Project Manager within two (2) regular Workdays after the commencement of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the claim. Written supporting data shall be submitted to the Design Professional/Engineer/Project Manager within 15 calendar days after the occurrence of the event, unless the County grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with provisions of the section in this document entitled Changes in the Work. C. The Contractor shall proceed diligently with its performance as directed by the County, regardless of any pending Claim, action, suit, or administrative proceeding, unless otherwise agreed to by the County in writing. The County shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 5.23. MEASUREMENT AND PAYMENT A. All Work completed under the terms of this Agreement shall be measured according to United States Standard Measures. B. All measurements shall be taken horizontally or vertically, unless specifically provided otherwise. C. In the measurement of items to be paid for on the basis of area of finished Work, when the pay quantity is designated to be determined by calculation, the lengths and/or widths to be used in the calculations shall be the station-to-station dimensions shown on the Plans, the station-to- Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 38 station dimensions actually constructed within the limits designated by the Manager, or the final dimensions measured of the completed Work within the lines shown on the Plans or designated by the Project Manager. The method, or combination of methods, shall be those which reflect with reasonable accuracy the actual area of finished Work as determined and authorized by the Project Manager. D. The Contractor shall accept compensation provided under the terms of this Agreement as full payment for furnishing all materials and for performing all Work contemplated and embraced under this Agreement. Such compensation shall also be for any and all loss or damage arising out of the nature of the Work or from the action of the elements, or from any unforeseen difficulties or obstructions encountered during the Agreement Time until final acceptance by the County. E. Whenever any change, or combination of changes in the Specifications, results in an increase or decrease in the original Contract quantities, and the Work added or decreased/eliminated is of the same general character as that called for in the Specifications, the Contractor shall accept payment in full at the original schedule of values for the actual quantity of Work performed, with no allowance for any loss of anticipated profits. F. Where the pay quantity for an item is designated to be Lump Sum, and the Plans or Specifications indicate an estimated quantity, compensation for that item will be adjusted proportionately if a plan change results in a significant change in the quantity from such estimated plan quantity. G. Failure to construct any item to plan or authorized dimensions within the Specification tolerances shall result in reconstruction by the Contractor to acceptable tolerances at no additional cost to the County, acceptance at no pay, or acceptance at reduced final pay as determined by the Project Manager. H. Waiver of Claims 1. The Contractor's acceptance of final payment shall constitute a full waiver of any and all Claims by the Contractor against the County arising out of this Agreement or otherwise related to the Project, except those previously made in writing and identified by the Contractor as unsettled at the time the final estimate is prepared. 2. Neither the acceptance of the Work nor payment by the County shall be deemed to be a waiver of the County's rights to enforce any continuing obligations of the Contractor hereunder or to the recovery of damages for defective Work not discovered by the County at the time of final inspection. I. Termination of Contractor’s Responsibility: The Agreement will be considered complete when all Work has been completed and has been accepted by the Board. The Contractor will then be released from further obligation except as set forth in his bonds and in this Division. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 39 5.24. PAYMENTS WITHHELD To the maximum extent permitted by §218.735, Florida Statutes (2007), the Design Professional/Engineer/Project Manager may decline to certify for payment or County may decline to approve any Certificate for Payment, or portions thereof issued by Design Professional/Engineer/Project Manager, because of subsequently discovered evidence or subsequent inspections. County may nullify the whole or any part of any Certificate for Payment previously issued and County may withhold any payments otherwise due Contractor under this Agreement or any other agreement between County and Contractor, to such extent as may be necessary in County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Completion Time; (f) unsatisfactory prosecution of the Work by Contractor; or (g) any other material breach of the Contract Documents. If these conditions are not remedied or removed, County may, after 3 days written notice, rectify the same at Contractor's expense. County also may offset against any sums due Contractor the amount of any liquidated or un-liquidated obligations of Contractor to County, whether relating to or arising out of this Agreement or any other agreement between Contractor and County. 5.25. COVENANT AGAINST CONTINGENT FEES The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the County shall have the right to annul this Agreement without liability or, in its discretion, to deduct from the Agreement Amount/Job Order Amount or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 5.26. LANDS FOR WORK AND ACCESS THERETO A. The County will furnish and define the limits of land for access to the construction site and for the site proper. All information shown in the Contract Documents constitutes the extent of land provided by the County. Any and all other lands required by the Contractor shall be procured by the Contractor at the Contractor's expense. B. As the work progresses, the Contractor shall keep the site reasonably clear of rubbish, trash, waste and other disposable materials on a daily basis. If the Contractor allows the site to become littered and unsightly, any payments otherwise due may be withheld until the Contractor cleans up the site to the satisfaction of the Design Professional/Engineer/Project Manager. If the Contractor fails to clean-up the site, the County may choose to clean-up the site at the Contractor's expense. C. Temporary buildings (storage sheds, shops, offices, etc.) may be erected by the Contractor only with the approval of the Design Professional/Engineer/Project Manager after obtaining Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 40 necessary permits, and shall be built with labor and materials furnished by the Contractor without expense to the County. Such temporary buildings and/or utilities shall remain the property of the Contractor and will be removed by the Contractor at its expense upon the completion of the Work. With the written consent of the Design Professional/Engineer/Project Manager, such buildings and/or utilities may be abandoned and need not be removed. D. The Contractor shall confine all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. The Contractor shall assume full responsibility for any damage to any such land or area, or to the County or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 5.27. SITE INVESTIGATION A. The Contractor shall visit the site of the proposed Work and fully acquaint themself with conditions relating to construction and labor so that they may fully understand the facilities, difficulties and restrictions attending the execution of Work under the Agreement. The Contractor shall thoroughly examine and be familiar with the Contract Documents/Detailed Scope of Work. Failure or omission of the Contractor to receive or examine any form, instrument, addendum, or other documents, or to visit the site and acquaint themself with conditions existing thereon, shall in no way relieve the Contractor from any obligation with respect to the Agreement. B. The County does not warrant the accuracy or completeness of these reports, soil samples, or any other site condition information or data made available including, but not limited to, underground utility location. The submission of a bid shall be taken as prima-facie evidence of compliance with this paragraph. C. The Contractor acknowledges that they have satisfied themself as to the nature and location of the Work; the general and local conditions, including but not restricted to, those bearing upon transportation, disposal, handling and storage of materials; availability of labor, water, electric power, roads; and uncertainties of weather, river stages, tides or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during prosecution of the Work. D. The Contractor further acknowledges that they have satisfied themself as to the character, quality and quantity of surface and subsurface materials, obstacles, or conditions to be encountered. E. Any failure by the Contractor to acquaint themself with any aspect of the Work or with any of the applicable conditions shall not relieve the Contractor from responsibility for adequately evaluating the difficulty or cost of successfully performing the Work under the Contract Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 41 Documents, nor shall it be considered the basis for any claim for additional time or compensation. F. The County assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the County. The County also assumes no responsibility for any understanding or representations made by its officers or agents during or prior to the execution of this Agreement, unless such understanding or interpretations are made in writing. 5.28. PROTECTION OF EXISTING STRUCTURES, UTILITIES, WORK AND VEGETATION A. Location of existing structures and utilities provided in the Contract Documents are approximate only. Any damage to existing structures or Work of any kind, or the interruption of a utility service resulting from failure to comply with the requirements of the Contract Documents, shall be repaired or restored promptly by, and at the expense of the Contractor. B. The Contractor will preserve and protect all existing vegetation such as trees, shrubs and grass on or adjacent to the site which do not unreasonably interfere with the construction as may be determined by the Design Professional/Engineer/Project Manager. The Contractor will be responsible for all unauthorized cutting or damaging of trees and shrubs, including damage due to careless operation of equipment, stockpiling of materials or tracking of grass areas by equipment. C. The Contractor's attention is directed to the fact that Type "A" or Type "B" TREE PROTECTION BARRIERS, as per Pinellas County Design Professional/Engineer/Project Manager Department Index No. 1111, shall be constructed when called for on the Plans, or as directed by the Design Professional/Engineer/Project Manager. Barriers shall be maintained in place until their removal is directed by the Design Professional/Engineer/Project Manager. D. Care will be taken by the Contractor in felling trees authorized for removal to avoid unnecessary damage to vegetation that is to remain in place. Any limbs or branches of trees broken during such operations shall be trimmed without cutting into the trunk and left with a clean cut and a small stub. The Contractor will be liable for, or may be required to replace or restore at its own expense, all vegetation that may be destroyed or damaged due to the Contractor's failure to protect and preserve same as required herein. E. Where the Contractor hauls material or equipment to the Project over roads and bridges on the State road system, County road system or City street system, and such use causes damage, the Contractor shall immediately, at its expense, repair such road or bridge to as good a condition as before the hauling began. Such hauling shall be conducted in accordance with all applicable environmental and safety regulations. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 42 F. The Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If the Contractor or any one for whom the Contractor is legally liable for is responsible for any loss or damage to the Work, or other Work or materials of the County or County's separate contractors, the Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due the Contractor. G. The Contractor shall not disturb any benchmark established by the County with respect to the Project. If the Contractor, or its subcontractors, agents or any one for whom the Contractor is legally liable, disturbs County benchmarks, the Contractor shall immediately notify the Design Professional/Engineer/Project Manager. The County shall have the benchmarks reestablished and the Contractor shall be liable for all costs incurred by the County associated therewith. 5.29. OTHER WORK A. The Contractor will cooperate with County forces or others who may be engaged in authorized Work prior to final completion of the Project. B. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal and rearrangement operations in order that these operations may progress in a reasonable manner and that service rendered by these parties will not be interrupted. C. The County may perform other Work related to the Project at the site by the County's own forces, have other Work performed by utility owners or let other direct contracts. If the fact that such other Work is to be performed is not noted in the Contract Documents, notice thereof will be given to the Contractor. If the Contractor believes that such performance will involve additional expense to the Contractor or require additional time, the Contractor shall send written notice of that fact to the County and the Design Professional/Engineer/Project Manager within 48 hours of being notified of the other Work. If the Contractor fails to send the above required 48 hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Agreement Time or adjustment to the Agreement Amount. The Contractor shall afford each utility owner and other contractors (or the County, if the County is performing the additional Work with the County's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such Work and shall properly connect and coordinate its Work with theirs. The Contractor shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and will only cut or alter their Work with the written consent of the Design Professional/Engineer/Project Manager and the others whose Work will be affected. D. If any part of the Contractor's Work depends, for proper execution or results, upon the Work of any other contractor other than a subcontractor or utility owner, the Contractor shall inspect and promptly report to the Design Professional/Engineer/Project Manager, in writing, any delays, defects or other problems in such other Work that render it impossible for the Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 43 Contractor to obtain proper execution or results. The Contractor's failure to report will constitute an acceptance of the other Work as fit and proper for integration with the Contractor’s Work. 5.30. TERMINATION A. Termination for Default 1. The Contractor shall be considered in material default of the Agreement and such default shall be considered cause for the County to terminate the Agreement, in whole or in part, as further set forth in this paragraph, for any of the following reasons: a. Failing to begin Work under the Contract Documents within the time specified herein; b. Failing to properly and timely perform the Work as directed by the Design Professional/Engineer/Project Manager or as provided for in the approved Construction Progress Schedule; c. Performing the Work unsuitably or neglecting or refusing to remove materials or to correct or replace such Work as may be rejected as unacceptable, unsuitable or otherwise defective; d. Discontinuing the prosecution of the Work; e. Failing to resume Work that has been suspended within a reasonable time after being notified to do so; f. Becoming insolvent or declared bankrupt, or committing any act of bankruptcy; g. Allowing any final judgment to stand unsatisfied for more than ten days; h. Making an assignment for the benefit of creditors; i. Failing to obey laws, ordinances, regulations or other codes of any governmental authority with jurisdiction on the Project; j. Failing to perform or abide by the terms or spirit of the Contract Documents. 2. The County shall notify the Contractor in writing of the Contractor's default. If the County determines that the Contractor has not taken substantial steps toward effecting a remedy or cure of the default or defaults in its performance within 7 calendar days following receipt by the Contractor of written notice of default or defaults, then the County, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties, and without prejudice to any other right it may be entitled to hereunder or by law, may terminate the Contractor's right to proceed under this Agreement, in whole or in part, and may take possession of the Work and any materials, tools, equipment, and appliances of the Contractor, take assignments of any of the Contractor's subcontracts and purchase orders Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 44 and complete the Contractor's Work by whatever means, method or agency which the County, in its sole discretion, may choose. 3. If the County deems any of the foregoing remedies necessary, the Contractor agrees it shall not be entitled to receive any further payment until after the Work is completed. All money expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses, (including Design Professional/Engineer/Project Manager and Architectural fees) or damages incurred by the County incident to such completion, shall be deducted from the Agreement Amount, and if such expenditures exceed the unpaid balance of the Agreement Amount, the Contractor agrees to pay promptly to the County on demand, the full amount of such excess, including costs of collection, and interest thereon at the maximum legal rate of interest until paid. The liability of the Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained and obligations assumed by the County in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or relating to the Work, and in settlement, discharge, or compromise of any claims, demands, suits or judgments pertaining to or arising out of the Work hereunder. 4. If after notice of termination of the Contractor's right to proceed pursuant to this subparagraph A, "Termination for Default", it is determined for any reason that the Contractor was not in default or that its default was excusable, or that the County is not entitled to the remedies against the Contractor provided herein, then the Contractor's remedies against the County shall be the same as and limited to those afforded the Contractor pursuant to the Termination for Convenience subparagraph B below. B. Termination for Convenience and Right of Suspension 1. The County shall have the right to terminate or suspend this Agreement and, in whole or in part; without cause upon 30 calendar days written notice to the Contractor. 2. In the event of such termination or suspension for convenience, the Contractor's sole recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination or suspension, together with any retainage withheld and reasonable termination or suspension expenses incurred, but the Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, damages and any anticipated profit or Work not performed. 5.31. MATERIALS A. Delivery Tickets: The Contractor shall submit a copy of all delivery tickets for materials used on the Project, regardless of the basis of payment. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 45 B. Job Mix Formula for Asphaltic Concrete: Attention is directed to the provisions of the "PINELLAS COUNTY, FLORIDA - SPECIFICATIONS FOR HOT BITUMINOUS MIXTURES, PLANT METHODS, EQUIPMENT AND CONSTRUCTION METHODS, latest edition," which require the submission of job mix formulas for asphaltic concrete, of the type specified, at least 14 days before plant operations begin. The submitted formula shall be approved by the Project Manager. The Contractor shall prepare the mix formula to be submitted to the Project Manager. C. Job Mix Formula for Portland Cement Concrete: Attention is directed to the requirement that job mix design formulas for all Portland Cement Concrete, of the type specified, be submitted at least fourteen (14) days prior to use on the Project. The submitted formulas shall be approved by the County and/or its agents prior to its use. All concrete mix designs shall meet Florida D.O.T. Concrete Class mix guidelines or the requirements included in the Technical Specifications included in these Contract Documents. D. All Job mix formulas shall be submitted to the Project Manager. 5.32. RIGHT TO AUDIT A. All of the Contractor's records related to the performance of this Agreement shall be open to inspection and subject to reproduction by the Design Professional/Engineer/Project Manager during normal working hours to the extent necessary to permit adequate evaluation and verification of any invoices for payment, or claims, submitted by the Contractor or any of its payees pursuant to the execution of the Agreement. Such records shall include, but not be limited to, accounting records, written policies and procedures, subcontractor files, original estimates, estimating work sheets, correspondence, Change Order files (including the documentation of negotiated settlements), any supporting evidence necessary to substantiate charges related to this Agreement, and any records necessary to evaluate and verify direct and indirect costs (including overhead allocations) as they may apply to costs associated with this Agreement. B. For the purpose of such audits, inspections, examinations and evaluations the Design Professional/Engineer/Project Manager shall have access to the said records from the effective date of this Agreement, for the duration of the Work, and until five (5) years after the date of final payment by the County to the Contractor for performance under this Agreement. The Contractor hereby agrees to maintain said records in safe and dry storage until the end of this time period. C. The Design Professional/Engineer/Project Manager shall have access to the Contractor's facilities and all necessary records in order to conduct audits in compliance with this Paragraph. 5.33. INTEREST ON JUDGMENTS In the event of any disputes between the parties to this Agreement, including without limited thereto, their assignees and/or assigns, arising out of or relating in any way to this Agreement, which results in litigation and a subsequent judgment, award or decree against either party, it is agreed that any Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 46 entitlement to post judgment interest, to either party and/or their attorneys, shall be fixed by the proper court at the rate of 5%, per annum, simple interest. Under no circumstances shall either party be entitled to pre-judgment interest. The parties expressly acknowledge and, to the extent allowed by law, hereby opt out of any provision of federal or state statute not in agreement with this Paragraph. 5.34. DRAINAGE The Contractor shall so conduct its operations and maintain the Work in such condition that adequate drainage will be in effect at all times. 5.35. CONFORMITY OF WORK WITH PLANS: A. All Work performed and all materials furnished shall be in reasonably close conformity with the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown on the Plans or indicted in the Specifications. B. In the event the Design Professional/Engineer/Project Manager or Consultant finds the materials or the finished product in which the materials are used not within reasonably close conformity with the Plans and Specifications, but that reasonably acceptable Work has been produced, he/she shall then make a determination if the Work shall be accepted and remain in place. In this event, the Design Professional/Engineer/Project Manager will document the basis of acceptance by Contract modification which will provide for an appropriate adjustment in the Agreement Amount for such Work or materials as he deems necessary to conform to his/her determination based on Design Professional/Engineer/Project Managers judgment. 5.36. LABORATORY TESTING Cost of all required laboratory testing shall be borne by the County, except that the cost of all re-testing due to defective materials or construction shall be borne by the CONTRACTOR. Testing shall be in accordance with the applicable portions of Specifications and Plans. The Contractor shall also be responsible for all related laboratory costs associated with cancellation of scheduled testing due to Work not completed and ready for testing at the scheduled time. 5.37. GUARANTEE OF WORK All Work shall be guaranteed for 12 months after the date on the certificate of completion and final acceptance of the Work unless otherwise specified. The guarantees are to be construed as being supplemental in nature and in addition to any and all other remedies available to the County under the laws of the State of Florida. 5.38. WARRANTY The Contractor shall obtain and assign to the County all expressed warranties given to the Contractor or any subcontractors by any material suppliers, equipment or fixtures to be incorporated into a Project. The Contractor warrants to the County that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. The Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 47 installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. Unless otherwise specified, if within 12 months after the date on the Certificate of Completion and final acceptance, any Work is found to be defective or not in conformance with the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the Design Professional/Engineer/Project Manager. The Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 5.39. BREACH OF CONTRACT Failure of Contractor to perform any of the services required by this contract within ten (10) days of receipt of written demand for performance from the County shall constitute breach of contract. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 48 6. Insurance Requirements 6.1. INSURANCE (General) The Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below, prior to recommendation for award. The Vendor shall obtain and maintain, and require any subcontractor to obtain and maintain, at all times during its performance of the Agreement in Phase 1 insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Vendor shall maintain coverage and provide evidence of insurance for 2 years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of VIII or better. 6.2. INSURANCE (Requirements) A. Submittals should include, the Vendor’s current Certificate(s) of Insurance. If Vendor does not currently meet insurance requirements, Vendor shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place prior to the award of contract. Upon selection of Vendor for award, the selected Vendor shall email certificate that is compliant with the insurance requirements. If the certificate received is compliant, no further action may be necessary. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). B. The Certificate holder section shall indicate Pinellas County, a Subdivision of the State of Florida, 400 S Fort Harrison Ave, Clearwater, FL 33756. Pinellas County shall be named as an Additional Insured for General Liability. A Waiver of Subrogation for Workers Compensation shall be provided if Workers Compensation coverage is a requirement. C. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. D. If any insurance provided pursuant to the Agreement expires or cancels prior to the completion of the Work, you will be notified by CTrax, the authorized vendor of Pinellas County. Upon notification, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org and to CTrax c/o JDi Data at PinellasSupport@ididata.com by the Vendor or their agent prior to the expiration date. 1. Vendor shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Vendor from its insurer Notice shall be given by email to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org. Nothing contained herein shall absolve Vendor of this requirement to provide notice. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 49 2. Should the Vendor, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement,. E. If subcontracting is allowed under this Bid, the Primary Vendor shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. 1. All subcontracts between the Vendor and its Subcontractors shall be in writing and are subject to the County’s prior written approval. Further, all subcontracts shall a. Require each Subcontractor to be bound to the Vendor to the same extent the Vendor is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor; b. Provide for the assignment of the subcontracts from the Vendor to the County at the election of Owner upon termination of the Contract; c. Provide that County will be an additional indemnified party of the subcontract; d. Provide that the County will be an additional insured on all insurance policies required to be provided by the Subcontractor except workers compensation and professional liability; e. Provide a waiver of subrogation in favor of the County and other insurance terms and/or conditions f. Assign all warranties directly to the County; and g. Identify the County as an intended third-party beneficiary of the subcontract. The Vendor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound by this Section C and identify to the Subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. F. Each insurance policy and/or certificate shall include the following terms and/or conditions: 1. The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. 2. Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Vendor. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 50 3. The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. 4. All policies shall be written on a primary, non-contributory basis. The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: 6.3. WORKERS' COMPENSATION INSURANCE Worker’s Compensation Insurance is required if required pursuant to Florida law. If, pursuant to Florida law, Worker’s Compensation Insurance is required, employer’s liability, also known as Worker’s Compensation Part B, is also required in the amounts set forth herein. A. Limits 1. Employers’ Liability Limits Florida Statutory a. Per Employee $ 500,000 b. Per Employee Disease $ 500,000 c. Policy Limit Disease $ 500,000 If Vendor is not required by Florida law, to carry Workers Compensation Insurance in order to perform the requirements of this Agreement, County Waiver Form for workers compensation must be executed, submitted, and accepted by Risk Management. The County Waiver Form is found at https://pinellas.gov/services/submit-a-workers-compensation-waiver-request/. Failure to obtain required Worker’s Compensation Insurance without submitting and receiving a waiver from Risk Management constitutes a material breach of this Agreement. 6.4. COMMERCIAL GENERAL LIABILITY INSURANCE Includes, but not limited to, Independent Vendor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. No explosion, collapse, or underground damage exclusions allowed. A. Limits 1. Combined Single Limit Per Occurrence $ 1,000,000 2. Products/Completed Operations Aggregate $ 2,000,000 3. Personal Injury and Advertising Injury $ 1,000,000 4. General Aggregate $ 2,000,000 Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 51 6.5. BUSINESS AUTOMOBILE OR TRUCKER'S/GARAGE LIABILITY INSURANCE To cover owned, hired, and non- owned vehicles. If the Vendor does not own any vehicles, then evidence of Hired and Non-owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Vendor can show that this coverage exists under the Commercial General Liability policy. A. Limit 1. Combined Single Limit Per Accident $1,000,000 6.6. EXCESS OR UMBRELLA LIABILITY INSURANCE Excess of the primary coverage required, in paragraphs above. No explosion, collapse, or underground damage exclusions allowed. A. Limits 1. Each Occurrence $ 1,000,000 2. General Aggregate $ 1,000,000 6.7. CYBER RISK LIABILITY (NETWORK SECURITY/PRIVACY LIABILITY) INSURANCE To include cloud computing and mobile devices, for protection of private or confidential information whether electronic or non- electronic, network security and privacy; privacy against liability for system attacks, digital asset loss, denial or loss of service, introduction, implantation or spread of malicious software code, security breach, unauthorized access and use; including regulatory action expenses; and notification and credit monitoring expenses with at least minimum limits as follows: A. Limits 1. Each Occurrence $ 1,000,000 2. General Aggregate $ 1,000,000 B. For acceptance of Cyber Risk Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Cyber Risk Liability and other coverage combined. 6.8. POLLUTION LEGAL/ENVIRONMENTAL LEGAL LIABILITY INSURANCE For pollution losses arising from all services performed to comply with this contract. Coverage shall apply to sudden and gradual pollution conditions including the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury or Property Damage. If policy is written on a Claims Made form, a retroactive date is required, and coverage must be maintained for 3 years after completion of contract Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 52 or “tail coverage must be purchased. Coverage should include and be for the at least the minimum limits listed below: A. Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death; property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss of use of tangible property that has not been physically injured or destroyed; B. Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages. C. Cost of Cleanup/Remediation. D. Limits 1. Per Claim or Occurrence $ 1,000,000 2. General Aggregate $ 1,000,000 E. For acceptance of Pollution Legal/Environmental Legal Liability coverage included within another policy coverage required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Pollution Legal/Environmental Legal Liability and other coverage combined. 6.9. PROFESSIONAL LIABILITY (ERRORS AND OMISSIONS) INSURANCE Minimum limits as follows. If “claims made” coverage is provided, “tail coverage” extending three (3) years beyond completion and acceptance of the project with proof of “tail coverage” to be submitted with the invoice for final payment. In lieu of “tail coverage”, Proposer may submit annually to the County, for a three (3) year period, a current certificate of insurance providing “claims made” insurance with prior acts coverage in force with a retroactive date no later than commencement date of this contract. A. Limits 1. Each Occurrence or Claim $ 1,000,000 2. General Aggregate $ 1,000,000 B. For acceptance of Professional Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Professional Liability and other coverage combined. 6.10. WATERCRAFT LIABILITY INSURANCE Watercraft liability is required if Excess or Umbrella Policy does not provide Watercraft Liability coverage. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 53 A. Limits 1. Each Occurrence $ 1,000,000 2. General Aggregate $ 1,000,000 6.11. CRIME/FIDELITY/FINANCIAL INSTITUTION INSURANCE Coverage shall include Clients’ Property endorsement similar or equivalent to ISO form CR 04 01, with at least minimum limits as follows: A. Limits 1. Each Occurrence or Claim $ 100,000 2. General Aggregate $ 100,000 6.12. BUILDERS RISK/INSTALLATION FLOATER INSURANCE County property shall be covered by proof of a Builders Risk policy and/or Installation Floater policy covering the interests of Pinellas County property until final acceptance of building or of installed equipment is granted and coverage period shall include testing. Coverage shall be maintained for the entire time the property and/or equipment is in the Proposer’s care, custody, and/or control, including onsite and offsite storage and transit. Limit and valuation shall be replacement cost. If the Proposer delivers materials and/or equipment and loads same using a crane, then no crane, boom, jig, or weight exclusion shall apply. Proposer’s property, installation floater, builders risk, if required, and/or equipment policy shall contain a waiver of subrogation in favor of the County. All deductibles will be the responsibility of the Proposer unless County agrees in writing. Builders Risk policies shall be written in the name of the County, the Vendor and all subcontractors as their interests may appear. Installation and/or Equipment policies must name the County as a Loss Payee. A. Limit Guaranteed Maximum Price 6.13. PROPERTY INSURANCE Vendor will be responsible for all damage to its own property, equipment and/or materials. Insurance Compliance Review Date: Contract#: Vendor: Insurance Compliance Review Date: Contract#: Vendor: Insurance Compliance Review Date: Contract#: Vendor: Additional Requirements Additional Requirements Reviewer: Please note: The Insurance & Contractual Risk Division reviews requests to assess risk, assign insurance requirements and provide compliance reviews for insurance certificates. However, this review does not imply approval for any event, purchase, service or project. It is the requestor's responsibility to obtain all necessary approvals. Rev 7.14.22 Yes No Pinellas County, A Political Subdivision of the State of Florida listed as Additional Insured on certificate: Workers Comp Waiver of Subrogation on certificate: Yes No N/A Certificate holder made out to: “Pinellas County, A Political Subdivision of the State of Florida”? Yes No Compliance Status: Comments: 400 S Fort Harrison Ave Clearwater, FL 33756 N/A 12950 STARKEY RD. UNIT I LARGO, FL 33773 Current Principal Place of Business: Current Mailing Address: 12950 STARKEY RD. UNIT I LARGO, FL 33773 US Entity Name:ALL AROUND MAINTENANCE & REHABS II, L.L.C. DOCUMENT# L17000043064 FEI Number: 81-5458026 Certificate of Status Desired: Name and Address of Current Registered Agent: ANDERSON, HERMAN III12950 STARKEY RD.UNIT ILARGO, FL 33773 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 08, 2024 Secretary of State 8633313873CC HERMAN ANDERSON MANAGER 02/08/2024 2024 FLORIDA LIMITED LIABILITY COMPANYANNUAL REPORT Yes Title MANAGER Name ANDERSON, HERMAN III Address 12950 STARKEY RD. UNIT I City-State-Zip: LARGO FL 33773 Title AUTHORIZED REPRESENTATIVE Name PARKER, JADA Address 12950 STARKEY RD. UNIT I City-State-Zip: LARGO FL 33773 Title MANAGER Name ANDERSON, JORDAN DESEAN Address 12950 STARKEY RD. UNIT I City-State-Zip: LARGO FL 33773 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. $ CERTIFICATE HOLDER © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE OTHER: LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED NON-OWNED AUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ $ INSDADDL WVDSUBR N / A $ (Ea accident) (Per accident) The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE $$ $$ $ 9VN3LWD4 Pinellas County Attn: Risk Management Department400 S. Ft. Harrison AveClearwater, FL 33756 1,000,000 Service American Indemnity Company 01/01/202501/01/2024 1,000,000 39152 certs@peopaygo.com Admin - 1 (800) 718-7552 Ext.4550 A Y Risk Transfer Insurance Agency, LLC47 E. Robinson StreetSuite 200Orlando, FL 32801 OCMI III, Inc dba PEOPayGo225 E Dania Beach Blvd, Suite 120Dania Beach, FL 33004United States 04/02/2024 RT24MWC7470174003 1,000,000 The Officer(s) for OCMI III, Inc. is/are not included under the Workers’ Compensation policy listed above as marked “Y”. Coverage provided for all leased employees but not subcontractors of: ALL AROUND MAINTENANCE & REHABS II, LLC (Added Effective: 04/06/2023) Blanket Waiver of Subrogation is afforded with respects to Workers’ Compensation as required by written contract and/or agreement executed prior to loss where allowableby law, subject to the terms, conditions, and exclusions within the policy. X X Page 1 of 2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1983 National Council on Compensation Insurance. WC 00 03 13 (Ed. 4-84) c (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Endorsement No.Endorsement Effective Date: Policy No. Carrier Name / Code: Policy Effective Date:Premium $ Insured: DBA: Countersigned by Page of RT2MWC747017400 Service American Indemnity Company OCMI III, Inc /202 01/01/202to 01/01/202 PEOPayGo 11 Schedule Blanket waiver of subrogation as required by written contract. 9VN3LWD4Page 2 of 2 03/27/2024 LassiterWare LLC 1300 N. Westshore Blvd Suite 110 Tampa FL 33607 Gildo Benitez (800) 845-8437 (888) 883-8680 GildoB@lassiterware.com All Around Maintenance & Rehab II, LLC 12950 Starkey Rd Unit 1 Largo FL 33773 Certain Underwriters at Lloyd's, London Auto Owners Insurance Company 18988 23-24 cert incl auto A Y Y CSIEL00930-00 11/01/2023 11/01/2024 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 Contractors Pollution Liability 1,000,000 B 5502840100 01/24/2024 01/24/2025 1,000,000 PIP-Basic 10,000 A CSIXEL00236-00 06/07/2023 11/01/2024 1,000,000 1,000,000 Pinellas County, a Subdivision of the State of Florida CTrax c/o JDI Data 400 S. Fort Harrison Avenue Clearwater FL 33756 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 54 7. Scope of Work 7.1. OBJECTIVE/JUSTIFICATION The Pinellas County Public Works Department is seeking proposals from qualified and experienced surface water maintenance firms in order to establish a short list of firms that will be used to accomplish work on an ongoing basis. Services include all labor, supervision, quality control, new materials, equipment, tools, vehicles, supplies, testing, hauling and disposal, maintenance of traffic, management and transportation, incidentals to clean and excavate sediment and vegetation, erosion repair and bank stabilization, site clearing, tree trimming and removal, dewatering, transport and disposal of debris. Work could also include minor repairs to drainage structures and sodding or seeding. Work Order assignments will be issued on an ongoing and rotating basis throughout the life of the contract. Work will outline the scope of work and schedule restraints. Compensation will be based on the unit prices submitted, and payment will be based on the actual amount of work orders authorized, satisfactorily completed, and accepted by the County. Work zones will be identified on site during the initial walk through. Work zones may be located in hard to access areas, some with private property constraints, in back yards and between buildings, on maintenance berms and other off-road areas, within drainage easements or County right-of-way. 7.2. MINIMUM QUALIFICATIONS A. Provide a written narrative describing the methods or manner in which the proposer will satisfy the requirements of General Conditions and Specifications. B. Provide a description of the proposer’s experience in providing the same or similar services should include the names of the person(s) who will provide the services, their role, qualifications, certifications, and years of experience performing this type of work. C. Provide a list of completed projects with similar work as described, budgets and schedules, statements of meeting budget and schedule, and client contact information. D. Provide the information requested in References. 7.3. MINIMUM REQUIREMENTS A. FIRM’S BACKGROUND & WORK EXPERIENCE Must be in the business of performing surface water related maintenance as pertinent to the specifications. Firm’s must possess a minimum of three (3) years of surface water maintenance experience occurring within the most recent five year period in the same or substantially similar described herein. B. STAFFING, CAPITAL AND EQUIPMENT Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 55 Possess sufficient staffing, capital and fleet of equipment to carry out $800,000.00 of work volume annually. C. CERTIFICATIONS & LICENSES 1) Possess at least one (1) person that is a Certified Qualified Stormwater Management Inspector(s) that has undergone the Florida Stormwater, Erosion, and Sedimentation Control Inspector Training Program established by the Florida Department of Environmental Protection (FDEP). The certified inspector shall be on site during all work. 2) Possess at least one person that is Florida Department of Transportation (FDOT) certified Maintenance of Traffic (MOT) Technician. 3) Possess at least one person who possesses a Commercial Applicator License from the Florida Department of Agriculture and Consumer Services for both Right of Way (Category 6) and Natural Area Weed Management (Category 21). 7.4. WORK SCHEDULE A. Hours of Work: Monday through Friday, 7:00 a.m. to 7:00 p.m., excluding County Holidays. B. Work will not be permitted on Saturdays, Sundays and recognized Holidays unless permission to work has been requested in writing by the Contractor, and approval in writing has been granted by the County Representative. Request for permission to work weekends or holidays must be received in writing (email) by the County Representative at least three (3) working days prior to the requested weekend day or holiday. C. No work will be permitted on: New Year’s Day Independence Day Thanksgiving Day Christmas Day 1) When approval is granted in accordance with the provisions stated above, work will be allowed on: Martin Luther King, Jr. Day Memorial Day Labor Day Veterans Day Friday after Thanksgiving Day 2) If Christmas or New Year’s Day shall fall on Tuesday or Thursday, the preceding Monday or the following Friday shall be recognized as a holiday also. If any recognized holiday shall fall on a Saturday, the preceding Friday shall be observed as a holiday. If any recognized holiday shall fall on a Sunday, the following Monday shall be observed as a holiday. 7.5. COUNTY REPRESENTATIVE Upon award of this project, all work, clarifications, work authorizations, work acceptance or rejection shall be coordinated with the following County Representative, or designee: Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 56 Arenee Smith Stormwater & Vegetation Section Manager Public Works Department 22211 US Highway 19 North Clearwater, FL 33765 Phone (727) 464-8921 asmith@pinellas.gov 7.6. APPLICABLE STANDARDS 1) U.S. Department of Transportation Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) http://mutcd.fhwa.dot.gov/ 2) All debris disposals shall be in accordance with the most recent version of the Florida Department of Environmental Protection Guidance for the Management of Street Sweepings, Catch Basin Sediments and Stormwater Systems Sediments. That document is located at website: http://www.dep.state.fl.us/water/stormwater/npdes/docs/GuidanceSt-Sweep_05-03-04.pdf 3) Southwest Florida Water Management District (SWFWMD); 62-330 Florida Administrative Code. 4) Florida Department of Environmental Protection (FDEP); 62-330 Florida Administrative Code, Florida Stormwater Erosion and Sedimentation Control Inspector’s Manual (latest edition); State of Florida Erosion and Sediment Control Design and Reviewer Manual (latest edition). 7.7. MISCELLANEOUS A. Storage of Materials/Equipment: Contractor will be allowed to leave equipment and material at the active job site as long as it does not cause any safety hazards, impede or disrupt vehicular and pedestrian traffic flow, and does not cause any obstructions in the drainage system. Prior approval is required from the County on an individual work order basis. No material or equipment shall be stored within the roadway clear zone. B. Utilities and Unforeseen Subsurface Conditions: Contractor shall investigate subsurface and above ground site conditions to identify work conflicts prior to start of any work assignment. Contractor shall be required to make the Sunshine State One Call (800-432-4770) to flag any underground utilities, and in addition, will be responsible for contacting any owners of overhead utilities that could pose unsafe working conditions. C. Contractor shall promptly notify the County of any subsurface or latent physical conditions at the site, which differ from those indicated in the Work for the County to promptly investigate conditions and achieve resolution. The County will deliver the results of such surveys or tests to the Contractor and make any needed revision to the Purchase Order. D. Use of Premises: All work shall be scheduled and performed in a manner resulting in the least possible disruption to the public’s use of roadways, driveways and utilities. Contractor shall take all necessary precautions for the safety and protection of pedestrians and prevent damage or loss to properties and adjacent sites, including, but not limited to trees, shrubs, lawns, walkways, sidewalks, Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 57 pavements, guardrails, roadways, structures, and utilities. Contractor shall confine equipment, storage of materials, equipment and operations of workers to the County’s property at the work site, internal to the line of work limits. E. Subcontractors: Contractor shall be responsible for all acts and omissions of its approved subcontractors in the same manner as if they were employees of the Contractor. F. Contractor’s Representatives: The contractor’s primary contact (or Superintendent) and Emergency contact people shall not be replaced without written notice to the County's Representative at least forty-eight (48) hours’ notice. The Contractor’s Superintendent shall be present at the work site for the duration of the work and shall have authority to act on behalf of the Contractor. 7.8. MOBILIZATION Provide all labor and equipment for the operations necessary to assemble workers, transport labor and equipment and set-up along with any other incidental costs to arrive to the site to perform work and includes demobilization, cleanup of area and restoration of all Contractor disturbed areas (such as accesses and storage or lay down areas) to original or better condition after work is completed. Mobilization will be per Work Order, which could include multiple sites within the neighboring community. No other additional set-up fees are provided in these specifications. Do not factor mobilization into individual pay items. Emergency Mobilization: In the event of a County deemed emergency condition, a 24-hour response time is mandatory, whereby, Contractor shall be available to meet and visit the site with County staff, assess conditions, receive oral and/or written authorization to proceed with mobilization as described above, and take any remedial immediate action to control the site. The Work Order estimate shall be provided the next work day. Upon County approval, the Contractor shall mobilize and begin work immediately. Emergency mobilization may be required for, but is not limited to drainage blockage, flooding or erosion. Method of Measurement: The total number of mobilizations, which includes demobilizations and cleanup or restoration of area completed. 7.9. MAINTENANCE OF TRAFFIC 1) The worksite traffic supervisor certified by FDOT for Intermediate MOT shall be on-site for the duration of all work activities requiring MOT. 2) MOT shall encompass the most recent version of FDOT Index 600 Series. The Contractor shall furnish, erect and maintain all necessary traffic control and safety devices within the limits of the project for the duration of work in accordance with the MOT Specification 102-0100 in the County’s Standard Technical Specifications for Roadway and Related Construction. The Contractor shall take all necessary precautions for the protection of the work and the safety of the public for the duration of work period. Attenuator vehicle shall be provided as work conditions warrant it. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 58 3) Roads shall be kept open to two-way traffic for the duration of the work, except that, during non- peak traffic periods, one lane of traffic will be permitted, if flagmen are used, and prior approval is obtained from the County. Access shall be provided to all residences and all places of business whenever work interferes with the existing means of access. 4) Specific MOT needs shall be determined at the time of each Work Order site visit. Requirements will vary and will not be required for all work assignments. MOT shall encompass FDOT Index 600 Series. The Contractor shall furnish all labor, equipment and devices to erect and maintain all necessary traffic control and safety devices within the limits of the project for the duration of work in accordance with the MOT Specification 102-0100 in the County’s Standard Technical Specifications for Roadway and Related Construction. The Contractor shall take all necessary precautions for the protection of the work and the safety of the public for the duration of work period. Attenuator vehicle shall be provided as work conditions warrant it. 5) A proposed traffic control plan shall be submitted to the County’s Representative or designee for review and approval and will become a part of the Work Order estimate. Roads shall be kept open to two-way traffic for the duration of the work, except that, DURING NON-PEAK TRAFFIC PERIODS, one lane of traffic will be permitted if flagmen are used and prior approval is obtained from the County. Access shall be provided to all residences and all places of business whenever work interferes with the existing means of access. In place of a Type III Barricade, a Drum w/Flashing Lights, High Intensity Type will be acceptable. Any requirements for MOT will occur in County right-of-way areas. It is not anticipated that work will occur in State ROW. 6) Method of Measurement: The total number of MOT line items completed inclusive of all travel, equipment, labor, overhead or other expense to transport and set up, maintain and demobilization. 7.10. SITE CONDITIONS A. Debris Disposal: Contractor shall dispose of all debris at a recycling facility and/or a permitted landfill that accepts the materials, and provide receipts and/or weigh tickets showing the quantity of debris that was disposed. This documentation is necessary to comply with the reporting requirements of the County’s FDEP NPDES MS4 permit. Contractor shall dispose of materials at a recycling facility instead of a landfill, when practical. B. Dewatering: Work may require non-well point dewatering (damming, bypass pumping, etc.) and a basic dewatering plan. The plan shall indicate the various methods proposed for dewatering and include locations where dewatering will occur and where water will be discharged. Dewatering cannot begin until the plan is approved by the County. Work will not include well point type dewatering. C. Erosion & Sediment Control Plans: Contractor shall comply with all standards and specifications regarding the installation and maintenance of all erosion and sediment control practices in accordance with the Florida Stormwater Erosion and Sedimentation Control Inspector’s Manual (latest edition) and State of Florida Erosion and Sediment Control Design and Reviewer Manual (latest edition). Basic erosion and sediment control plans shall accompany each Work Order estimate. These plans do not Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 59 require the Contractor to provide full scale engineered plans. Work cannot begin until the erosion and sediment control plan is approved by the County. All Stormwater conveyances made operational during maintenance shall be protected so that sediment- laden water cannot enter the conveyance system without first being filtered or otherwise treated to remove sediment. Temporary erosion control shall be implemented prior to and during work being performed by the Contractor. Contractor is responsible for providing effective temporary erosion and sediment control measures until permanent controls become effective. • Temporary erosion controls include, but are not limited to, matting, grassing, mulching, seeding, watering, and reseeding on-site surfaces and providing interceptor ditches at necessary locations to ensure that erosion resulting from work will not contribute to more than 29 Nephelometric Turbidity Unit (NTUs) above background at a location 300 feet downstream from the project limits. • Temporary sediment controls include, but are not limited to, silt dams, barriers, appurtenances at the foot of sloped surfaces, which will ensure that sediment will be eliminated or will not result in an increase of more than 29 Nephelometric Turbidity Unit (NTUs) above background at a location 300 feet downstream from the project limits. All wetland areas or water bodies outside of the limits of this Project shall be protected from erosion, sedimentation, scouring, excess turbidity and dewatering. When applicable, the selected sedimentation control measures shall be installed landward of upland buffer zones around all protected wetlands. Areas shall be stabilized and vegetated immediately after performing work to prevent erosion and transport of sediment into the receiving water body, wetland or upland buffer zone. All erosion control shall be in compliance with the Prevention, Control and Abatement of Erosion and Water Pollution Specification in the County’s Standard Technical Specifications for Roadway and Related Construction. D. Borrow Suitability: Borrow materials used within Stormwater management or mitigation areas shall be in accordance with select materials of Florida Department Of Transportation Index 505 - Embankment Utilization and Standard Specification Section 120 – Excavation and Embankment. Borrow sources shall not conflict with any specific Stormwater or environmental permit or contract requirement. The County does not guarantee any materials identified in any plan or work site as being a suitable source. The County may choose to provide other suitable borrow/fill materials. 7.11. EMERGENCY WORK In the event of a County deemed emergency situation, a 24-hour response time is mandatory. Contractor shall be available to visit the site with County staff within 24 hours of notification to assess conditions, receive oral and/or written authorization to proceed with immediate remedial action to control the situation, as well as additional work necessary to satisfactorily respond to the emergency. The Work Order estimate shall be provided within 24 hours of the field meeting at the location of the emergency. Upon County approval, the Contractor shall mobilize and begin work immediately. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 60 Emergency mobilization may be required for, but is not limited to, events such as blocked drainage, flooding or severe erosion. 7.12. WORK ORDERS The primary goal of issuing Work Order assignments is the prompt completion of work. Therefore, Contractor’s responsiveness under the terms of this contract is paramount. The County reserves the right to make adjustments to timeframes to accommodate unforeseen schedule changes on a case-by- case basis. All work assignments of this contract will be released as an individual Work Order / Notice-to-Proceed, accompanied with a purchase order, as represented in attachments. Each Work Order will be issued in the amount derived from the Contractor’s proposal and based on contract unit prices. Contractor is responsible to ensure all work identified at the work site is factored into the original cost proposal. Additional unforeseen work not included in the original Work Order will require review and prior County authorization and if approved will become an adjustment to the existing Purchase Order and Work Order. Compensation to the Contractor for each work assignment will be based on the actual amount of work authorized under the Purchase Order, amount of work completed, and accepted by the County. Response Times: In all cases, except situations deemed by the County as an emergency, the Contractor’s response time shall be within three (3) working days from County’s request and authorization unless otherwise indicated by County. This includes items 1, 2, 4 and 5 below. Item number 3 will be completed by the County as soon as practicable. Work Order’s shall follow the below criteria: 1) Initial Site Visit: The Contractor shall be available to meet with the County on-site to walk the job limits and develop the scope of work and cost proposal for the work order. Contractor is responsible for preparing all necessary calculations and documenting (photographs, video) existing site conditions. 2) Proposal, Cost Estimate and Schedule: Contractor shall provide a detailed pricing proposal. A cost estimate shall be provided in an Excel spreadsheet showing all pay items and unit prices, and identify all quantity requirements of each line item with extended totals. All unspecified work costs shall be thoroughly described. The schedule shall show the sequence of work and estimated time frame to complete each activity. A description of the erosion control plan shall be included in the proposal. Any applicable MOT plan and dewatering plan shall be provided with the cost proposal. 3) Authorization & Notice-to-Proceed: Upon County’s acceptance of Contractor’s proposal, the work will be authorized per Purchase Order. The Work Order shall be considered authorization to schedule utility locates and mobilize at the job site and begin work. 4) Notice of Percent Complete / Request for Final Walk Through: Contractor shall notify County via email when work is 50% complete to discuss progress issues and potential field adjustments and again at 100% completion to request a final walk through inspection for County acceptance of work. All permanent stabilization must be in place prior to the final inspection. 5) Punch List: Punch list items derived from the final walk through inspection shall be completed within three (3) working days of final walk through inspection, unless otherwise approved by the County. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 61 6) Work Order Completion: Time shall not exceed the time specified in the Work Order Estimate. Failure to respond or mobilize within the time(s) specified or agreed may result in the work being reassigned to another Contractor; or no further Work Orders issued to the Contractor; or termination of the Project. 7) Invoicing: For all parties benefit, invoices shall be prepared using the Excel spreadsheet or other software capable of displaying contract line items, quantities, unit pricing and extended totals. Unspecified work shall include a thorough description of purpose and be clearly addressed as a separate item. 8) Completion and Acceptance: The County’s final acceptance date of each individual work order will establish the starting date of guarantee of work. 7.13. CLEARING AND GRUBBING Provide all labor and equipment necessary to perform clearing and grubbing of uplands (areas landward of the top of bank) necessary for the excavation of detention ponds or other site clearing activities, including any need for the establishment of haul route/path as directed by the County, and to establish the drainage flow clear zone. The County is not intending to use Clearing and Grubbing for vegetation and tree removal in areas along the top of bank unless the scope of work calls for removing roots and stumps, and where there is adequate County right-of-way or easements to allow for stock piling staging, accommodating a haul route and loading of dump trucks. Clearing and grubbing may be used on certain job sites. Work includes clearing of brush, shrubs, fallen timber, rubbish, exotic trees and nuisance species, dead trees and other trees less than 6” in diameter measured at breast height (4.5 feet) (Diameter at Breast Height, DBH). Non-native plants shall be cut down to ground level. Roots and stumps shall remain in place at ground level for soil stabilization unless otherwise directed. If authorized by the County, native vegetative debris may be mulched and dispersed on site in upland locations where mulch will not migrate into surface waters. All non-native mulch that has been approved by the County for dispersal on site in upland locations shall be top dressed with 4 inches of clean, suitable fill or organic top soil, as directed by the County, and permanently stabilized with the agreed material (sod, matting, hydroseed, etc.) All loose vegetation and debris shall be cleared from all surface waters prior to leaving the work site each day. The majority of vegetation and exotic tree removal does not include removing roots or stumps, and work may need to be performed from within the limits of the surface water rather than from the top of bank. Means and methods will depend on site-specific conditions that will be addressed during the initial site visit. This pay item shall not be used for vegetation and tree removal in wet areas within the tops of the banks of the surface water, or where the roots and stumps will remain. Tree Protection: Trees identified to remain, including adjacent trees with potential for harm from work activities, shall be protected utilizing County standard tree protection measures. Marking of Trees & Stumps: Trees and stumps identified for removal shall be marked and approved by the County. Tree removal work is payable as a separate pay item. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 62 Method of Measurement: The total quantity of area cleared inclusive of tree protection barricades, and marking of trees and stumps for removal. Debris disposal is payable as a separate pay item. 7.14. EXCAVATION OF DETENTION POND, MITIGATION AREA, CHANNEL OR DITCH (EXCAVATE SEDIMENT & VEGETATION) Provide all labor and equipment to excavate sediment, debris and vegetation from wet areas, including but not limited to, Stormwater ponds, canals and ditches, by mechanical methods within the work limits as directed by the County. Extraction of materials shall be accomplished using a commercial grade walking excavator, or other equivalent equipment capable of performing within limited access areas and in wet conditions. Removal of vegetation shall not include roots and rhizomes. This work includes removal of all trees that are less than 6” DBH and located within the limits of the surface water feature. Remaining tree stumps shall be flush with the existing ground surface elevation. The majority of vegetation and exotic tree removal may have to be performed from within the limits of the surface water rather than from the top of bank. Means and methods per project will depend on site- specific conditions that will be addressed during the site visit with the successful contractor to develop the cost proposal. Contractor shall exercise care during removal of vegetation to minimize soil disturbance as much as practical. If authorized by the County, native vegetative debris may be mulched and dispersed on site in upland locations where mulch will not migrate into surface waters. All non-native mulch that has been approved by the County for dispersal on site in upland locations shall be top dressed with 4 inches of clean, suitable fill or organic top soil, as directed by the County, and permanently stabilized with County and State recognized permanent stabilization practices (sod, matting, hydroseed, etc.). All loose vegetation and debris shall be cleared from all surface waters prior to leaving the work site each day. Excavated materials may be stockpiled in an upland location to allow drainage on site for no longer than seven (7) calendar days unless otherwise approved by the County. Contractor shall implement effective Best Management Practices (BMPs) around all spoil piles. Vegetation (excluding minor amounts mixed with sediment) should be disposed of at a local yard waste recycling facility and is payable under Debris Disposal. Method of Measurement: The total quantity of materials extracted in cubic yards measured by observation of the area and depth of work requirements. Debris disposal is payable under as a separate pay item. 7.15. GRADING Provide all labor and equipment necessary to accomplish handling dirt and grading of ditches, channels, ponds or mitigation areas, reshaping of slopes, re-channelization of ditches and swales, stabilization of the banks, embankment and bottom of the ditches, channels, ponds, mitigation areas or other surfaces as may be needed in preparation for permanent stabilization. The majority of the grading will be performed within the limits of the surface water feature in wet conditions and may require handling dirt more than once. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 63 This section covers other grading requirements not already included in other bid and pay items as directed by the County. Method of Measurement: The total area of square yards graded prior to final stabilization of the ditch, channel, pond or mitigation area. 7.16. DREDGING Provide all labor, materials and equipment for dredging submerged ditches, creeks and channels by the use of hydraulic dredging. All dredging operations must conform to the applicable requirements of Section 120 of the Florida Department Of Transportation Specifications, as amended herein. Work includes all labor, equipment and materials necessary for hydraulic dredging, pumping (and/or otherwise transporting) of the dredged material to the spoil site or other designated location (one example is top of bank), management of spoils and stockpile, side casting of sediment onto top of bank areas to repair erosion and washouts, and loading into trucks for disposal. Method of Measurement: The total quantity of materials extracted in cubic yards measured by observation of the area and depth of work requirements. Debris disposal will be payable under as a separate pay item. 7.17. BORROW MATERIAL Contractor Borrow/Fill: Provide all labor and equipment necessary to furnish, transport, place and compact borrow/fill material in accordance with “select” materials of Florida Department Of Transportation Index 505 - Embankment Utilization and Standard Specification Section 120 – Excavation and Embankment. Materials furnished by the Contractor shall be compactible, screened and free of sod, stumps, logs and other organic matter. Contractor borrow/fill includes loading, transport and offloading at the site, which may have private property constraints and not easily accessible. County Borrow/Fill: Provide all labor and equipment to transport, place and compact borrow/fill material from County stockpile yard located at 12624 40th Street North, St. Petersburg. Contractor shall provide request for County borrow/fill material in writing at least three (3) working days prior to needing material on site, and shall coordinate with County representative to have material loaded into trucks by the County. County borrow/fill includes transport and offloading at the site, which may have private property constraints and not easily accessible. Mixing of Borrow/Fill: Contractor shall provide all labor and equipment necessary to perform mixing of borrow fill material with native soil to achieve proper compaction or grade. Mixing shall be performed on site and may occur within the limits of the surface water. Method of Measurement: Contractor borrow/fill material shall be measured in cubic yards furnished in a loose condition while in truck verified by truck cubic yard capacity and visual observation inclusive of all labor and equipment needs. Contractor shall provide receipts for all purchased borrow/fill material. County borrow/fill material shall be measured in cubic yards furnished in a loose condition while in truck verified by truck cubic yard capacity, visual observation, and documentation provided by County stockpile operator. Mixing shall be measured in cubic yards. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 64 7.18. STABILIZATION, TYPE B Provide all labor and equipment necessary to furnish and place Type B stabilizing materials, which may include the lime rock or shell mix materials, excavating to grade, mixing, placing and compacting the subgrade material as directed by the County. The minimum Limerock Bearing Ratio (LBR) shall be 40. Stabilized subgrade materials may take advantage of existing or imported materials, in addition to the select stabilized material. Areas to be stabilized include portions of roadbed, ditch banks, slopes and other surfaces to restore washout areas and resolve runoff issues. Areas to be stabilized next to wetlands and other surface waters shall NOT use shell or lime rock materials. Materials used in these areas will have to be approved by the County prior to stabilization. Method of Measurement: The total number of stabilizing materials in square yards at the thickness specified including all materials. 7.19. AQUATIC VEGETATION HARVESTING Aquatic Vegetation Harvesting: Provide all labor, supervision, equipment, materials and supplies to mechanically remove aquatic vegetation from ponds, canals, lakes and similar wet areas, including adjacent shorelines, utilizing amphibious aquatic harvesting vessels. Vegetation removal includes, but is not limited to, herbaceous and woody plants, invasive and nuisance vegetation such as Water Hyacinth, Hydrilla, Brazilian Pepper, Primrose Willow, Cattails, etc. Eligible crew labor operating time is the actual time spent during the workday performing removal operations. Crew labor operating time shall not include: travel time from Contractor’s office or place of lodging to the designated work site; crew time for lunch and break periods; down time for equipment repair; or for other crew time delays that halt operations. Shore Conveyor: Provide shoreline conveyor, as needed, for offloading of harvested materials from mechanical harvester. Conveyor is commonly used concurrently with harvester and is based on unit price per hour for equipment only. On a case-by-case basis, the County may authorize harvested materials to be stockpiled to allow drainage on site with effective runoff and erosion and sediment control. Disposal of harvested materials will be payable under the Debris Disposal pay item. Method of Measurement: The total number of aquatic harvester operating hours rendered, inclusive of crew labor and supervisor labor hours, harvesting equipment, removal of harvested materials, fuels and other incidental costs. Shoreline Conveyor based on the total number of operating hours (time only) for shoreline conveyor equipment. 7.20. TREE TRIMMING Provide all labor and equipment necessary to provide tree trimming. The Contractor’s staff shall be skilled in the field of arboriculture in performing tree pruning and trimming of native species, and shall have an International Society of Arboriculture (ISA) or American National Standards Institute (ANSI) Certified Arborist on site to oversee tree trimming work. An arborist will not be required for general vegetation removal, stump grinding or Brazilian Pepper removal. All work shall be performed in accordance with the ISA or ANSI Publication A300 “Tree Care Operations – Tree, shrub and other woody plant maintenance – Standard Practices”, latest edition. Prior to making any cuts; suitable ropes, slings, Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 65 guide lines and block and tackle shall be securely fastened to the section to be removed in a manner that will prevent free, rapid, uncontrolled descent of that section. Contractor shall coordinate tree work with the County’s Ecological Services Section prior to implementing Urban Forestry practices such as tree trimming, tree removal, or other activities that may affect trees or other activities which could require additional evaluation by the Ecological Services staff. Trimming shall provide the following clearances: • 12’ vertical clearance measured from the top of bank or top of maintenance berm • 6’ vertical clearance from the toe of slope • 2’ horizontal clearance from back of sidewalks • 10’ vertical clearance above sidewalks (applies to limbs originating from private property also) • 16’ vertical clearance from ground in County right-of-way Work includes removal of vegetative growth on fences, removing dead and/or broken branches, and chipping. Tree chipping material may be dispersed on site upon authorization from the County. All debris that is not dispersed on site shall be disposed of properly (recycled or taken to a permitted landfill). Contractor is responsible for maintaining a safe, tidy work zone at all times. Tree Trimming with Bucket Truck: Provide all labor and equipment (referred to as crew) to perform trimming, pruning and cutting of trees of various heights utilizing a bucket truck for hard to reach areas. Roadside Tree Trimming: Provide all labor and equipment (referred to as crew) to perform trimming of low hanging and encroaching tree branches to restore vertical and horizontal clearance for maintenance equipment, traffic and pedestrians. Tree Trimming, Spot (Non-Bucket Truck): Provide all labor and equipment (referred to as crew) to perform non-bucket truck light trimming of native trees This work effort is intended to be much lighter in nature with the majority of work accomplished from the ground. Note: Any resulting need for debris disposal shall be payable under the separate pay item for Debris Disposal. Method of Measurement: The total quantity of hours per crew person to accomplish all work as described above in an hourly rate, inclusive of all equipment needs and incidental costs. 7.21. TREE REMOVAL, STUMP GRINDING & TREATMENT Provide all labor and equipment necessary to perform tree removal, stump grinding and treatment of stumps/vegetation. Contractor’s staff shall be skilled in the field of arboriculture in performing tree removal and shall have an International Society of Arboriculture (ISA) or American National Standards Institute (ANSI) Certified Arborist on site to oversee work. All work shall be performed in accordance with the ISA or ANSI Publication A300 “Tree Care Operations – Tree, shrub and other woody plant maintenance – Standard Practices”, latest edition. Prior to making any cuts; suitable ropes, slings, guide lines and block and tackle shall be securely fastened to the section to be removed in a manner that will prevent free, rapid, uncontrolled descent of that section. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 66 When necessary to safely fell a tree and before making any cuts; suitable ropes, slings, guide lines and block and tackle shall be securely fastened to the section to be removed in a manner that will prevent free, rapid, uncontrolled descent of the section. No limb or section of a tree shall be left in place after the first cut has been made for its removal. Tree Removal: Remove all non-native trees (and select native trees with County approval) of 6” or greater Diameter at Breast Height (DBH). Grind stumps as directed and treat stump vegetation with herbicide and fill surface voids, grade and compact. Work shall be accomplished by removing suitable sized sections of limbs or trunk starting at the top and working progressively downward to the ground surface. Stumps that shall remain shall be cut to ground level and treated to eliminate future growth. The County may elect to maintain individual native trees of ecological, cultural or aesthetic importance. Hazardous trees will be identified for removal by County staff during the initial field assessment to the best extent practicable. Contractor shall notify County after all trees identified for removal has been felled, and County will assess remaining trees for potential hazards or obstructions that may require further tree removals. Stump Grinding: Tree stumps and major roots projecting through or appearing on the ground surface shall be removed to a depth of 6” below the soil surface. Removal shall be accomplished by means of grinding/chipping equipment or by hand. Blasting, pushing or digging the stumps out with equipment is not permitted. Fill all resulting holes or voids with suitable, clean fill free from organic debris and grade and compact. Fill material and grade and compact work for these voids shall be furnished by the Contractor and included in the contract unit price for stump grinding. Materials may be chipped and dispersed on site (but not as fill) as a stabilization Best Management Practices (BMP) and only after receiving authorization from the County. Provide four inches (4”) of organic top soil over the filled void area. Contractor shall maintain good workplace housekeeping practices at all times. Contractor shall load and dispose of all remaining tree debris to a recycling site or a permitted landfill. Debris disposal is payable under a separate pay item. Do not factor into work price. Treatment of Vegetation (Stumps): All stumps shall be treated with Garlon 4 Specialty Herbicide (triclopyr) or equivalent immediately upon cut/removal. Application of product shall be by a certified herbicide applicator licensed from the Florida Department of Agriculture and Consumer Services for Aquatic and Natural Area Weed Management categories. Prior to installing coconut mat and sod, stumps shall be cut a second time and treated with herbicide. If stumps continue to produce sprouts within 30 days of County’s acceptance of project, the stumps shall be re-cut and treated a third time. Any affected coconut mat and sod shall be replaced immediately after the third treatment. The area shall be clear and unobstructed for the safe movement of pedestrians and maintenance vehicles and enhance the view of signage and habitats. Contractor is responsible for obtaining all necessary certifications related to herbicide application. Contractor shall consult Pinellas County Commercial Horticultural Extension Agent for guidance on additional certifications that may be required depending on where herbicide application will occur. Note: All trees less than 6” Diameter at Breast Height (DBH) shall be paid under the pay item for EXCAVATION OF DETENTION POND, MITIGATION AREA, CHANNEL OR DITCH if located in wet areas, or CLEARING AND GRUBBING if located in upland areas. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 67 Method of Measurement: The total quantity of tree removals and stump grinding rendered inclusive of all labor and equipment. Stump grinding shall include associated filling of voids and compacting of soil, per stump. Pricing for this item shall exclude the Certified Arborist, Organic Top Soil and Debris Disposal, which are payable as separate pay items. 7.22. DEBRIS AND SEDIMENT DISPOSAL Provide all labor and equipment necessary to load, transport and dispose of all debris materials, which may include unusable materials and sediment, excavated vegetative material, cleared and grubbed materials, miscellaneous tree trimming debris and other materials or structures removed from the work site. Non-vegetative debris and sediment shall be disposed at a recycling facilities or permitted landfills that accepts the materials, in accordance with Section E General Conditions Paragraph 3.J of these specifications. Vegetative debris, such as tree trimmings, ditch or surface water vegetation, shall be disposed of at a local yard waste recycling facility. The goal of this item is to offer a cost-effective solution for disposing/recycling of vegetative debris. All debris disposals shall be payable under this pay item and not factored into the work of other individual pay items. Method of Measurement: The total quantity of materials transported and disposed in tons inclusive of all labor and equipment. Disposal manifests or actual tipping fee receipts shall be provided with the invoiced amount. 7.23. PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION Contractor shall comply with all standards and specifications regarding the inspection, installation and maintenance of all erosion and sediment control practices in accordance with the Florida Stormwater Erosion and Sedimentation Control Inspector’s Manual (latest edition) and State of Florida Erosion and Sediment Control Design and Reviewer Manual (latest edition), and all applicable permits and site specific Stormwater Pollution Prevention Plans (SWPPP). The Contractor shall furnish all labor and equipment necessary for the inspection, installation, maintenance, and removal of all temporary Best Management Practices (BMPs) needed for sediment control and prevention of soil from eroding in or onto adjacent property, streets, drainage systems, and waterways. Contractor shall comply with the Article VI Chapter 58 Stormwater and Surface Water Pollution Ordinance when conducting any activities within Stormwater and surface water drainage easements and Right Of Ways (ROWs). All loose sediment, vegetation, and debris shall be cleared from all surface waters prior to leaving the work site each day. All exposed and disturbed soil shall be stabilized with temporary stabilization practices within 72 hours of the disturbance and before rain is forecasted. Contractor shall provide a certified Qualified Stormwater Management Inspector(s) who shall be on site at all times to oversee all work. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 68 Furnish all labor and equipment necessary for the installation, maintenance and removal of all temporary Best Management Practices (BMPs) needed for sediment control and prevention of soil from eroding in or onto adjacent property, streets, drainage systems, and waterways. Contractor may be required to modify the erosion control plan or Best Management Practices to adapt to seasonal weather or changing site condition. Contractor is responsible for maintaining site stabilization and avoiding illicit discharges until the project is accepted as complete by the County. Contractor shall furnish and install materials to stabilize all exposed soils and unvegetated earth prior to departure from the site each work day. Work includes the preparation of an erosion control plan. Contractor shall obtain turbidity measurements prior to and during construction to ensure illicit discharges do not occur. This will be required on a majority of projects released under this Contract. Contractor shall immediately notify NPDES (National Pollutant Discharge Elimination System) personnel in the event of an illicit discharge occurring. Any discharges 300 feet downstream of the project limit that are 29 Nephelometric Turbidity Units (NTU) above background upstream NTU is a violation and may be subject to enforcement action. This work shall be considered part of the role of the on-site certified Stormwater Inspector and shall be included in the cost of the respective pay item. Time is essential for placement of temporary and permanent soil stabilization methods and materials. Contractor shall temporarily stabilize with straw matting, coconut matting or seed. Permanent stabilization shall occur by planting, sodding or hydro-seeding within three (3) working days of achieving final grade. Contractor shall phase work to minimize the areas that will be disturbed and to ensure that permanent stabilization will be achieved within the required timeframe. Contractor shall remove any sediment that migrates off-site due to insufficient controls at no additional cost to the County. Contractor may be required to file an Florida Department of Environmental Protection (FDEP) National Pollutant Discharge Elimination System (NPDES) Notice of Intent (only if applicable to the project site as directed by the County and if greater than one or more acres). This work effort, if required, will be payable under the pay item for Labor, Skilled. Erosion control deficiencies identified during inspections by the Contractor and County staff shall be immediately corrected and action taken to install, adjust or maintain current Best Management Practices or additional ones as necessary. Rainfall: Contractor shall stabilize all exposed soils on a daily basis prior to leaving the job site when rain is forecast. If sediment migrates, the Contractor shall be responsible for cleaning and repairing all areas regardless of where the sediment migrated to, and including areas outside the work limits, and shall stabilize and repair the area at no additional cost to the County. Clean up activities shall begin within 24 hours of the end of the rain event. Failure to correct deficiencies in a timely manner may subject the Contractor to a notice of violation and applicable fines in accordance with County and State regulations. Method of Measurement: The number of Best Management Practices devices put in place, maintained and removed including an acceptable basic erosion control plan, inclusive of all labor including a certified Stormwater inspector, in linear feet or per each as described below. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 69 7.24. DEWATERING/BYPASSING Provide all labor, equipment and materials necessary for temporary dewatering. Contractor shall remove water as necessary to facilitate cleaning of ditches, creeks, canals, Stormwater ponds and related areas. Work includes the preparation of a basic dewatering plan for approval by the County, and may include damming, creating a stream bypass, pumping and draining. The majority of work under this contract will require bypassing of the waterway. Work will not include well point type dewatering. Method of Measurement: The dewatering activities to install, operate, maintain and remove the system/methods including bypassing, inclusive of all labor, equipment and materials, per each, per day. 7.25. ORGANIC TOPSOIL (PREPARED SOIL LAYER) Furnish all labor and equipment necessary to place organic top soil to amend in situ soils. Organic top soil shall be mixed with imported materials as necessary to achieve the proper pH and organic matter levels to support turf and ground cover growth, and soil mixture shall be four (4) inches in depth. The finished topsoil surface shall be stabilized (temporarily if necessary, and permanently) within three (3) working days of achieving final grade. Method of Measurement: The total number of topsoil furnished and placed including all mixing, compacting, shaping of the project area and other work described above, inclusive of all labor and equipment, in cubic yards 7.26. LANDSCAPE MATERIALS & WATERING Provide all labor, equipment and materials necessary to furnish and install sod, grass seed, wildflower and grass seed mix, Polyacrylamide (PAM) tackifier, hydroseed, and necessary watering of landscape materials within the limits of the site or as directed by the County. Sod and/or seed shall be used in all work zone areas that were disturbed and/or have damaged vegetation, including ingress/egress routes. Sodding: Sod shall be harvested in commercial size rectangles and be in a healthy condition and be well matted with roots sufficiently thick to secure dense live grass. Sod shall be provided from pallets. Rolled sod will not be accepted for this contract. Sod installed on slopes that are 3:1 and steeper shall be staked to prevent sod movement. Products such as coconut coir logs or equivalent may be required at the toe of slope to hold sod in place until sod is permanently rooted. Sod shall be free of Tropical Soda Apple (Solanum Viarum) and be reasonably free of other weeds and other grasses and free of pests. All sod and seed shall match existing type unless directed otherwise by the County. Coconut coir logs, if required, will be a billable under Materials, Additional. Wildflower/Grass Seed mix with Polyacrylamide (PAM) Tackifier – A Florida native wildflower seed mix with fast germinating grass, such as CGIG from Pennington Seeds or approved equivalent, shall be used to permanently stabilization creek/ditch banks. In addition to the seed mix, a polyacrylamide tackifier shall be applied to the banks to reduce the risk of erosion and adhere the seed to the banks. Supplemental Charge – Hauling Sod in Hard to Access/Steep Sites: A supplemental cost is available for extra work effort required to haul sod into hard to access and remote locations and for slopes 2:1 and Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 70 greater. This cost is above and beyond the existing unit prices of Sod pay items 39 and 40. Contractor shall identify and discuss these locations with the County prior to installation. Hydroseeding: Work includes installation of hydroseeding materials via machine. Provide Argentine Bahia grassing services in accordance with Florida Department Of Transportation Specifications. Provide tackifier in all mixes for all surfaces and slopes. Roll seeding is an acceptable alternate to hydroseeding on slopes less than 4:1. Installation of landscape materials shall be completed within three (3) working days of placement of coconut fiber matting or achieving final grade where coconut fiber matting is not used. Watering: Provide all labor and equipment necessary to furnish, haul and apply water to sodded, seeded or hydro-seeded areas, as required. The landscape material shall be thoroughly moistened by sprinkling with water. All areas shall be kept thoroughly moist when rainfall is not sufficient to achieve adequate sod rooting to the earth bed. Watering shall continue for thirty (30) days after material placement or as directed by County. Water shall be applied in a manner to prevent runoff or erosion from occurring. Water may be obtained from any stream, ditch, creek, fire hydrant (with applicable meter obtained by contractor) municipal water or reclaimed water source. Reclaimed water is available at no charge from the two Pinellas County Utilities Department facilities located at: W.E. Dunn Water Reclamation Plant 4100 Dunn Drive Palm Harbor, FL 34683 (727) 453-6744 South Cross Water Reclamation Facility 7401 54th Avenue North St. Petersburg, FL 33709 (727) 582-7000 These facilities are normally open seven days a week from 7:00 AM to 4:00 PM. In cases where watering is required outside of normal work areas and considered to be in hard to access locations such as hard to reach remote areas requiring extra effort by Contractor. In these cases the Contractor shall identify and discuss these locations with the County prior to commencing watering. Cost for these areas will be separate from costs for normal or easy to access areas. Method of Measurement: A. Sod, Seed & Hydro-seeding: The total number of materials in square yards put in place and including all labor, staples and any applicable supplemental charge for hard to access/steep areas. B. Watering: The total number of gallons of water applied at each site in a minimum of 1,000 gallon increments at normal and hard to access areas, and documented with truck water meter Includes all labor, equipment, vehicles, water and incidentals. Minimum watering event is established at 1,000 gallons per each site visit. 7.27. EROSION CONTROL PRODUCTS Coconut Fiber, Straw Matting, Turf Reinforcement Mat and Concrete Cloth: Furnish all materials and labor to install, per manufacturer’s specifications, erosion control matting and concrete cloth to protect Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 71 disturbed slopes or embankment surfaces against erosion due to rainfall or flowing water. Ground shall be in a stable and firm soil surface condition free of rocks and other obstructions with any seed, fertilizer or mulches already in place ready to accept matting. Matting shall be secured to slope per manufacturer instructions and toed-in at least six (6) inches, and up to one (1) foot in some cases, at top of bank. Finished work shall be free of air pockets, voids, tears or damage to matting with no water flow occurring underneath. These installed surfaces shall be sodded or planted within three (3) working days of installation. Any requirement for coconut coir logs will be payable under Line 19. Materials, Additional. Contractor will be required to re-install any matting with observed air pockets or voids or when permanent stabilization is not completed within three (3) days that result in undesirable vegetation growth surfacing through matting. Coconut Fiber Mat: shall be 100% coconut fiber between natural fiber nets with top leno-woven layers. Product shall be North American Green BioNet Double-Net Coconut Blanket C125BN® or equivalent biodegradable product. Straw Mat: a temporary stabilization product of 100% agricultural straw with longevity up to 12 months. Mat shall be of consistent thickness with lightweight photodegradable straw netting on top side sewn with degradable thread. Product shall be North American Green S-150BN® Double-Net Straw Blanket or equivalent biodegradable product that meets or exceeds that specification. Turf Reinforcement Mat: a high strength turf reinforcement mat of 100% UV stabilized, three- dimensional fiber matrix matting. Product shall be North American Green Tensar VMAX C350® or equivalent. Concrete Block Mat: shall be a pre-manufactured interconnected pyramidal concrete blocks packaged in rolls. Installation shall be per manufacturer’s instructions. Product shall be Motz Enterprises, Inc., Flexamat® or equivalent product. Method of Measurement: The total square yards of product secured and put in place including staples and installation labor. 7.28. RIPRAP RUBBLE Furnish all labor, equipment and riprap materials necessary to install erosion control rubble riprap consisting of broken stone per FDOT Section 530. Materials shall be installed in the banks and below the toe of slope, as directed by the Engineer, and arranged to form compact layers to meet the requested thickness (plus or minus 3”). Riprap shall be placed in a manner that smaller pieces are evenly distributed to fill voids and avoid sharp exposed edges. The minimum size allowed is 12 inches diameter. All riprap shall be free of soil, debris and rebar. A non-woven geotextile filter fabric shall be properly installed underneath all riprap per manufacturer’s specifications to promote sustainability. Transporting of riprap to inaccessible and difficult sites will be payable under a separate pay item for Labor, Additional, Other Work. Method of Measurement: The number of materials (including geotextile filter fabric) put in place in tons based on truck scale weight. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 72 7.29. LABOR, ADDITIONAL, OTHER WORK Provide other laborers, general and skilled, for unidentified work not already included in the various pay items of this contract, which could include but is not limited to cleaning pipes and drainage structures, extending pipes, furnishing and construction of cement bag rip rap, repairing irrigation damage, and watering by methods other than with a water truck. This section only covers other unidentified work not included in the various bid and pay items of this contract. General labor is defined as manual labor which generally does not require a special skill set to perform work. Skilled labor is defined as laborers with specific skills sets, including supervisors, and work could include the repair or patching of leaking pipes and joints, outlets/inlets, concrete repairs and finishing, and repairs to other related Stormwater structures, along with the administrative handling of private property access, and filing and submitting Florida Department of Environmental Protection NPDES (National Pollutant Discharge Elimination System) Notice of Intent. Private Property Access: The Contractor shall secure access to any and all private property lands that may be required for the sole purpose to gain access to inaccessible work sites. The County will provide the Contractor with a Temporary Right-of-Entry template document. Specific work includes preparing basic location maps, customizing the template to fit the project scope, contacting property owner(s) to inform them of the proposed work and benefits, and coordinating and communicating work and schedules until job completion. Contractor shall provide the County with an electronic version of the signed document. Upon completion of work, any private property disturbed as a result of Contractor’s use shall be restored to a condition that is equal to or better than the original condition prior to accessing such property. All restoration costs shall be included in the cost estimate under applicable line items. Note: This requirement will not be necessary for the majority of Work Orders and only covers other additional work efforts above and beyond the pay items included in this contract. Work will be payable at an hourly labor rate under Labor, Skilled or General. Method of Measurement: The total number of skilled or general labor hours rendered. 7.30. MATERIALS, ADDITIONAL Provide materials as may be required to accomplish other unidentified Stormwater infrastructure related work that is not covered in these Specifications and Bid Items. The Contractor shall include a percentage markup in their bid submittal for this item. Materials could include but are not limited to cement, grout, sealant, pipe, etc. Contractor shall provide proof of material purchases in 100% support of amount claimed for reimbursement that will accompany each invoice. This section only covers other unidentified materials not included in the various bid and pay items of this contract. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 73 Method of Measurement: The amount of unspecified materials to be reimbursed to the Contractor, based on the total of actual receipts and invoices documenting cost plus the markup identified in the bid submittal. Documentation of costs in the form of invoices and receipts shall accompany all invoices that show the mark-up calculations. Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 74 8. Vendor Questionnaire 8.1. Please Upload your COMPLETE Bid here. * 1. W-9 2. Florida Trench Safety 3. Addendum (acknowledge if applicable in OpenGov) 4. E-Verify Affidavit and document from E-Verity.gov. 5. Bid Bond 6. OpenGov Fillable- Final 7. Affidavit of Release and Guarantee 8. Entity information from SAM.GOV *Response required 8.2. Did you read through and confirm that you met all the Bid requirements and attached all required documents?* ܆ Yes ܆ No *Response required dž From: Pinellas County Economic Development, Small Business Enterprise Program November 14, 2022 Subject: Pinellas County Small Business Enterprise Program Application Approved Dear herman Anderson: Congratulations! Your application for designation as a Small Business Enterprise in the SBE Program is approved. The approval is contingent upon your firm successfully completing the eligibility listed below. We have designated All Around Maintenance & Rehab II DBA All Around Maintenance & Rehab II as eligible to participate in the SBE program, and sheltered market program with an effective date of 11/9/2022. This certificate is specific to Pinellas County and covers only the company that is listed in this letter, not any other company with which you may be associated. Your firm will appear on the list of approved registered vendors. As part of our SBE program, we do require you to register your business in our SBDC system as well. This registration will make it easier to sign up for classes and any time you need one-on-one free counseling for questions with procuring contracts with Government (County or Federal). Please visit our website, at https://www.pced.org/page/Consulting.html, to register and learn more or call 727-453-7200 for your consultation. During the registration process it will ask for nature of "counseling requested", select from any of the boxes you wish and then scroll down to the bottom and in the additional area please indicate "Pinellas County SBE" in the text box. Please visit our website, at https://pinellas.obsres.com/economic/Info.aspx?EventID=3005, to register and learn more or call 727-453-7200 for your consultation. Failure to complete the workshop and/or consulting session could result in removal from the program. Form Name: Pinellas County Small Business Enterprise Program Application Business: All Around Maintenance & Rehab II DBA All Around Maintenance & Rehab II Contact: herman Anderson Submission Date: 11/3/2022 Review Date: 11/10/2022 Expiration Date: 11/9/2025 Your approved Pinellas County Small Business Enterprise Program Application will expire 11/9/2025. If there are changes to your business, please contact staff to ensure the most accurate representation of your business. This includes changes to your company contacts, products, or services. Thank you for your continued interest in participating with Pinellas County and the SBE Program. If you have any additional questions please email us at Businesshelp@pinellascounty.org or call 727-453-7200. PINELLAS COUNTY SMALL BUSINESS ENTERPRISE PROGRAM THIS CERTIFICATE IS AWARDED TO All Around Maintenance & Rehab II DBA All Around Maintenance & Rehab II HAS SUCCESSFULLY COMPLETED THE SBE CerƟficaƟon Requirements for: ExcavaƟng and Tree Removal CerƟficaƟon Expires: 11/9/2025 Approved: 11/10/2022 SIGNED, Corey McCaster *(+)4 0( -ǽ   Ȑ                # +-/$ ./*/#$."- ( )/- /#  +-/( )/*! *( ') 0-$/4ș Ț) ș(+'*4 -Țǻ# +0-+*. *!/#$."- ( )/$./*. /!*-/#/ -(.)*)$/$*).2#$#/# (+'*4 -2$''!*''*2 2#$' +-/$$+/$)"$)Ȑ -$!4ǻ Ȑ -$!4$.  +-*"-(/#/ ' /-*)$''4*)!$-(.) (+'*4 ȇ. '$"$$'$/4 /* 2*-& $)/# )$/ // .!/ - *(+' /$*)*!*-( ȐǜǼ(+'*4( )/ '$"$$'$/4 -$!$/$*) ș*-( ȐǜȚǻ#$.  (*-)0( *!) -./)$)" șȚ 3+'$).  -/$)! /0- .*! /# Ȑ -$!4+-*"-( )  .-$ ..+ $!$- .+*).$$'$/$ . *! /# (+'*4 -Ǽ /# *$' 0-$/4($)$./-/$*)șȚǼ) ǻ 0/#*-$/4!*- /# Ȑ -$!4+-*"-($.!*0)$)$/' Ǽ0/$/' Ǽ*! /# '' "' (($"-/$*) !*-() (($"-)/ .+*).$$'$/4 /*! ǔǜǜǙș  ȚǼ 0ǻ ǻ ǔǓǗȐǕǓǛǼǔǔǓ //ǻǖǓǓǜǼ .( ) șǛ ǻǻǻ ȦǔǖǕǗ )*/ Țǻ#   -',0$.$/$*)  "0'/$*)șȚ 0+-/ ǕǕǻǔǛǼȈ(+'*4( )/ '$"$$'$/4 -$!$/$*)ȉ ) 3 0/$1 - -ǔǕǜǛǜǼ .( ) Ǽ +-*1$ 0/#*-$/4!*-   -'*)/-/*-.) .0*)/-/*-.ș  -' *)/-/*-Ț /* 0. Ȑ -$!4/*1 -$!4 /#  (+'*4( )/ '$"$$'$/4*!  -/$) (+'*4 . 2*-&$)" *)  -' *)/-/.ǻ        ǻǻ      ǔǻ # (+'*4 - "- ./*$.+'4/# !*''*2$)" )*/$ . .0++'$ 4  $)+-*($) )/+' /#/$.' -'4 1$.$' /*+-*.+ /$1  (+'*4 . )'' (+'*4 . 2#*- /* 1 -$!$ /#-*0"#/# .4./ (ǽ ǻ */$ *! Ȑ -$!4-/$$+/$*) ǻ */$ *! $"#/ /**-& Ǖǻ # (+'*4 - "- ./*+-*1$ /*/#  )  /# )( .Ǽ/$/' .Ǽ - .. .Ǽ )/ ' +#*) )0( -. *! /# (+'*4 - - +- . )//$1 . /* *)// *0/ Ȑ -$!4ǻ# (+'*4 - '.*"- . /*& +.0# $)!*-(/$*)0-- )/ 4+-*1$$)" 0+/ $)!*-(/$*)/* )  2# ) 1 - /# - +- . )//$1 .ȇ *)// $)!*-(/$*)#)" .ǻ ǖǻ # (+'*4 - "- ./*"-)/ Ȑ -$!4 ..*)'4/*0-- )/ (+'*4 . 2#*) Ȑ -$!4  ..ǻ (+'*4 -. (0./ +-*(+/'4/ -($)/ ) (+'*4 ȇ. Ȑ -$!4 .. $! /# (+'*4 - $. . +-/ !-*(/# *(+)4*-)*'*)" - ) . ../*Ȑ -$!4ǻ " ǔ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ ALL AROUND MAINTENANCE & REHABS II, L.L.C. 2458368 *(+)4 0( -ǽ Ǘǻ # (+'*4 - "- ./* *( !($'$- 2$/#)*(+'42$/#/# (*./ -  )/ 1 -.$*)*! /# Ȑ -$!4 . -)0'ǻ ǘǻ # (+'*4 - "- ./#/ )4(+'*4 -  +- . )//$1 2#* 2$'' - / Ȑ -$!4. .2$''*(+' / /#  Ȑ -$!40/*-$'  !*- /#/ $)$1$0' - / . )4. .ǻ ǻ # (+'*4 - "- ./#/ '' (+'*4 - - +- . )//$1 . 2$'' /& /# - !- .# - /0/*-$'. 2# ) +-*(+/  4Ȑ -$!4$)*- - /**)/$)0 0.$)" Ȑ -$!4ǻ$'0- /* *(+' / - !- .# - /0/*-$'2$'' +- 1 )/ /# (+'*4 -  +- . )//$1 !-*( *)/$)0  0. *! Ȑ -$!4ǻ Ǚǻ # (+'*4 -"- ./**(+'42$/#0-- )/*-( Ȑǜ+-* 0- .Ǽ2$/#/2* 3 +/$*).ǽ ǻ ! ) (+'*4 +- . )/. ȅ $./ ȅ $ )/$/4*0( )/Ǽ /# (+'*4 - "- . /**)'4 +/ ȅ $./ȅ *0( )/./#/ *)/$)  +#*/*ǻ ș $./  *0( )/. $ )/$!$ $) Ǜǻǻǻ ȦǕǚǗǻǕșȚșǔȚșȚȚ)  +- . )/  0-$)" /# *-( Ȑǜ+-* ../* ./'$.# $ )/$/4ǻȚ ! ) (+'*4 *% /./*/# +#*/* - ,0$- ( )/ !*-- '$"$*0.- .*).Ǽ /# (+'*4 - .#*0' *)// Ȑ -$!4/ǛǛǛȐǗǙǗȐǗǕǔǛǻ ǻ ! ) (+'*4 +- . )/.   *-( Ȑǘǘǔș -() )/  .$ )/ -ȚǼ*-( ȐǚǙǙ ș(+'*4( )/ 0/#*-$5/$*) *0( )/ȚǼ*- ǻǻ ..+*-/ *- ..+*-/ -/**(+' / *-( ȐǜǼ/# (+'*4 - "- ./*(& +#*/**+4*! /# *0( )/ )/*- /$)/# +#*/**+42$/# /# (+'*4 ȇ. *-( Ȑǜǻ# (+'*4 - 2$'' 0. /# +#*/**+4/*1 -$!4/# +#*/* )/*..$./   2$/# $/. - 1$ 2*! +#*/*($.(/# ./#/ (+'*4 . *)/ ./ǻ   (4$) /# !0/0-  .$")/ */# -*0( )/. /#/ /$1/ /# +#*/* .- )$)" /**'ǻ */ ǽ 0% / *)'4/*/# 3 +/$*). )*/ +- 1$*0.'4$) /#$. +-"-+#Ǽ (+'*4 . ./$'' - /$)/# -$"#/ /*+- . )/ )4 $./ Ǽ *- $./  ) $./ Ǽ *0( )/ș.Ț /* *(+' / /# *-( Ȑǜǻ ǚǻ # (+'*4 - "- ./* - *-/# . 1 -$!$/$*) )0( - *)/# (+'*4 Ȅ. *-( Ȑǜ*- /* +-$)/ /# .- )*)/$)$)" /# . 1 -$!$/$*) )0( - )//# $/ /*/# (+'*4 Ȅ. *-( Ȑǜǻ Ǜǻ # (+'*4 -"- ./#/Ǽ '/#*0"# $/ +-/$$+/ . $) Ȑ -$!4Ǽ /# (+'*4 - #. - .+*).$$'$/4/* *(+' / Ǽ- /$)Ǽ)(& 1$'' !*-$).+ /$*) *-(. Ȑǜ/#/ - '/ /*$/. (+'*4 .Ǽ *- !-*( */# - - ,0$- ( )/.*! ++'$' - "0'/$*). *- '2.Ǽ $)'0$)" /# *'$"/$*)/**(+'42$/# /# )/$Ȑ $.-$($)/$*)- ,0$- ( )/.*! . /$*) ǕǚǗ *! /#  2$/# - .+ / /**-( Ȑǜ+-* 0- .ǻ ǻ # !*''*2$)" (*$!$ - ,0$- ( )/. - /# *)'4 3 +/$*). /* )(+'*4 -ȇ. *'$"/$*) /*)*/ (+'*40)0/#*-$5  2*-& -.)*(+'42$/# /# )/$Ȑ$.-$($)/$*) +-*1$.$*) *! /# ǽ șǔȚ $./ $ )/$/4*0( )/.(0./ #1 +#*/*.Ǽ .  .-$  $) +-"-+# Ǚ*1 Ǿ șǕȚ# )) (+'*4 - *)!$-(./# $ )/$/4) (+'*4( )/ '$"$$'$/4*! ) 2'4#$-  (+'*4 0.$)" Ȑ -$!4+-* 0- .Ǽ /# (+'*4 - ./'$.# . - 0//' +- .0(+/$*) /#/ $/ #.)*/ 1$*'/  . /$*)ǕǚǗșȚșǔȚșȚ*! /# (($"-/$*) )/$*)'$/4/ ș Ț 2$/# - .+ //*/# #$-$)"*!/#/ (+'*4 Ǿ șǖȚ !/# (+'*4 - -  $1 . !$)')*)*)!$-(/$*)!*-) (+'*4 Ǽ 0/ *)/$)0 ./* (+'*4/#/ + -.*)Ǽ /# (+'*4 - (0./ )*/$!4   ) /# (+'*4 - $. .0% / /*$1$' (*) 4 + )'/4 /2 )ʍǘǘǓ ) ʍǔǼǔǓǓ!*- # !$'0- /* )*/$!4  *!*)/$)0  (+'*4( )/!*''*2$)" !$)')*)*)!$-(/$*)Ǿ șǗȚ ! /# (+'*4 - *)/$)0 ./* (+'*4) (+'*4 !/ - -  $1$)" !$)' )*)*)!$-(/$*)Ǽ /# )/# (+'*4 - $. .0% / /* - 0//' +- .0(+/$*)/#/ $/#.&)*2$)"'4 " Ǖ*!ǔǚȐ -$!4!*-(+'*4 -.Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4 0( -ǽ (+'*4 )0)0/#*-$5 '$ )$)1$*'/$*)*!. /$*)ǕǚǗșȚșǔȚșȚǾ )șǘȚ )*Ȑ -$!4+-/$$+)/ $. $1$''4*--$($)''4'$' 0) -)4'2!*-)4/$*)/& )$)"**!$/#. *)$)!*-(/$*)+-*1$  /#-*0"#/# Ȑ -$!4ǻ ǻ  - . -1 ./# -$"#/ /**)0/*-( Ȑǜ*(+'$) $).+ /$*).Ǽ.2 ''.)4*/# - )!*- ( )/ *-*(+'$) /$1$/40/#*-$5 4'2Ǽ$)'0$)".$/ 1$.$/.Ǽ /* ).0- +-*+ -0. *!Ȑ -$!4ǻ ǜǻ # (+'*4 - $. ./-$/'4+-*#$$/ !-*(- /$)")Ȑ -$!4.  !*- /#  (+'*4 #.  )#$- Ǽ ( )$)" /#/ !$-( *!! - *! (+'*4( )/ 2. 3/ ) ) +/ )*-( Ȑǜ2.*(+' / ǻ # (+'*4 - "- ./*- / )Ȑ -$!4. !*-) 2 (+'*4 . 2$/#$)/#- (+'*4 -0.$) .. 4. !/ - # (+'*4 #.  )#$- ș!/ - */# /$*). ǔ)Ǖ*! *-( Ȑǜ#1  )*(+' / ȚǼ )/**(+' / . ()4./ +. *! /# Ȑ -$!4+-* ... - )  ..-4*-$)"/*/# Ȑ -$!4. - )0'ǻ ! Ȑ -$!4$. / (+*--$'40)1$'' Ǽ /# /#- Ȑ4/$( + -$*2$''   3/ ) 0)/$' $/ $. "$)*+ -/$*)' $)*- -/* *((*/ /# (+'*4 -Ȅ. // (+/$)"Ǽ $)"**!$/#Ǽ /*(& $),0$-$ . 0-$)"/# + -$**! 0)1$'$'$/4ǻ ǔǓǻ # (+'*4 - "- . )*/ /*0. Ȑ -$!4!*- +- Ȑ (+'*4( )/ .- )$)"*! %*++'$)/.Ǽ $).0++*-/ *! )40)'2!0' (+'*4( )/ +-/$ Ǽ *- !*-)4*/# - 0. /#//#$.*-/# Ȑ -$!4. -)0' * . )*/ 0/#*-$5 ǻ ǔǔǻ # (+'*4 - (0./ 0. Ȑ -$!4!*-'' ) 2 (+'*4 .ǻ # (+'*4 - 2$'' )*/ 1 -$!4. ' /$1 '4)2$'' )*/ 1 -$!4 (+'*4 . #$-  !*- /#  !! /$1 / *! /#$. ǻ (+'*4 -. 2#*-   -'*)/-/*-.(4 ,0'$!4!*- 3 +/$*)./*/#$.- ,0$- ( )/ . .-$ $)-/$'  ǻ *! /#$.ǻ ǔǕǻ # (+'*4 - "- ./*!*''*2++-*+-$/ +-* 0- .ș. -/$'   '*2Ț - "-$)"/ )//$1 )*)*)!$-(/$*).ǻ # (+'*4 - (0./ +-*(+/'4)*/$!4 (+'*4 . $)+-$1/ *! /# !$)$)" )+-*1$ /# ( 2$/#/# )*/$ )' // -*)/$)$)" $)!*-(/$*).+ $!$/*/#  (+'*4 ȇ. Ȑ -$!4. ǻ # (+'*4 - "- ./*+-*1$ */#/# )"'$.#)/# /-).'/ )*/$ )' // -!*- (+'*4 . 2$/#'$($/  )"'$.# +-*!$$ )4 /* (+'*4 .ǻ # (+'*4 - "- ./*+-*1$ 2-$// )- ! --' $)./-0/$*)./* (+'*4 . ) $)./-0/ !! /  (+'*4 . /*-$)"/# )"'$.#*+4*! /# ' // - /*/# ǻ # (+'*4 - (0./ ''*2 (+'*4 . /**)/ ./ /# !$)$)"Ǽ))*/ /& 1 -. /$*)"$)./ (+'*4 .$! /# 4#**. /**)/ .//# !$)$)"Ǽ 2#$' /# $- . $. ./$'' + )$)"ǻ 0-/# -Ǽ 2# ) (+'*4 . *)/ .// )//$1 )*)*)!$-(/$*).  0+*)+#*/*($.(/#Ǽ /# (+'*4 -(0.//& $/$*)'./ +. ș. -/$'  ǻǻ  '*2Ț /**)//   2$/#$)!*-(/$*))  ..-4/*- .*'1 /# #'' )" ǻ ǔǖǻ # (+'*4 - "- . )*/ /*/& )41 -. /$*)"$)./ ) (+'*4 . 0+*)/#  (+'*4 Ȅ. + - $1  (+'*4( )/ '$"$$'$/4.//0. 2#$'  *-   $.+-* ..$)"/# 1 -$!$/$*)- ,0 ./ 0)' ../# (+'*4 - */$).&)*2' " ș.  !$) $)Ǜǻǻǻ ȦǕǚǗǻǔș'ȚȚ /#/ /# (+'*4 $. )*/ 2*-& 0/#*-$5 ǻ # (+'*4 - 0) -./). /#/ )$)$/$' $)$'$/4*! /#  *-   0/*(/ 1 -$!$/$*).4./ (/*1 -$!42*-& 0/#*-$5/$*)Ǽ / )//$1 )*)*)!$-(/$*)Ǽ . $)*)/$)0) ș$)$/$)"/# ) !*-$/$*)' /$( !*-/# "*1 -)( )/ /*- .*'1 . ȚǼ *-/# !$)$)" *! +#*/* ($.(/#Ǽ* .)*/ ./'$.#Ǽ ).#*0')*/  $)/ -+- / .Ǽ 1$ ) /#/ /#  (+'*4 $. )*/2*-& 0/#*-$5 ǻ ))4*! .0# . .Ǽ /#  (+'*4 (0./  +-*1$ !0'' )!$- *++*-/0)$/4/**)/ .//# !$)$)"Ǽ )$! # *-.# * . .*Ǽ /# (+'*4 (4)*/  / -($)/ *- .0!! - )41 -.  (+'*4( )/ *). ,0 ) . . 0+*)/#  (+'*4 ȇ. + - $1  (+'*4( )/ '$"$$'$/4.//0. " ǖ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ ș$)'0$)" )4$)"Ǽ- 0$)"Ǽ *- 3/ )$)"2*-& #*0-.Ǽ  '4$)"*-+- 1 )/$)"/-$)$)"Ǽ - ,0$-$)" ) (+'*4 /*2*-& $)+**- - *)$/$*).Ǽ 2$/##*'$)"+4Ǽ - !0.$)" /*..$")/# (+'*4 /*  -' *)/-/ *- */# -..$")( )/Ǽ *- */# -2$. ..0($)" /#/ # *-.# $.0)0/#*-$5 /*2*-&Ț0)/$')0)' .. . *)-41 -$!$/$*)4 *-  #.  )*(+' / ) !$)')*)*)!$-(/$*)#. )$..0 ǻ !/#  (+'*4 * . )*/ #**. /**)/ ./ / )//$1 )*)*)!$-(/$*)*- +#*/*($.(/#*- $! . *)-4 1 -$!$/$*)$. *(+' /  )!$)')*)*)!$-(/$*)$.$..0 Ǽ /# )/# (+'*4 - )!$)/#  (+'*4 $. )*/ 2*-& 0/#*-$5 )/ -($)/ /# (+'*4 ȇ. (+'*4( )/ǻ(+'*4 -. *- (+'*4 . 2$/#,0 ./$*). *0/ !$)')*)*)!$-(/$*)(4''Ȑ -$!4 /ǔȐǛǛǛȐǗǙǗȐǗǕǔǛ ș0./*( - . -1$ Ț*- ǔȐǛǛǛȐǛǜǚȐǚǚǛǔ ș2*-& - #*/'$) Țǻ ǔǗǻ # (+'*4 - "- ./**(+'42$/#$/'  *! /# $1$' $"#/. / *! ǔǜǙǗ). /$*)ǕǚǗ*!/#   .++'$' 4)*/ $.-$($)/$)" 0)'2!0''4"$)./ )4$)$1$0' $)#$-$)"Ǽ !$-$)"Ǽ (+'*4( )/ '$"$$'$/4 1 -$!$/$*)Ǽ *-- -0$/( )/*- - ! --' +-/$ . 0. *! #$. *- # - )/$*)'*-$"$)*- $/$5 ).#$+.//0.Ǽ *- 4*(($//$)" $.-$($)/*-4*0( )/-4+-/$ .ǻ# (+'*4 -0) -./)./#/ .0#$'' "' +-/$ . )$)'0 . ' /$1 1 -$!$/$*)*-0. *! Ȑ -$!4 3 +/ .+-*1$ $)+-/   '*2Ǽ *- $.#-"$)" *- - !0.$)"/*#$-  (+'*4 .  0. /# 4++ - *- .*0)Ȉ!*- $")ȉ *- #1 -  $1 / )//$1 )*)*)!$-(/$*).ǻ # (+'*4 - !0-/# - 0) -./)./#/ )41$*'/$*)*! /# $(($"-/$*)Ȑ- '/ 0)!$- (+'*4( )/ +-/$ . +-*1$.$*). $). /$*)ǕǚǗ *! /# *0'.0% / /# (+'*4 - /*$1$' + )'/$ .Ǽ & +42-.Ǽ )*/# -.)/$*).Ǽ )1$*'/$*).*!$/'  *0'.0% / /# (+'*4 - /*& +4 2-.Ǽ *(+ )./*-4)+0)$/$1 (" .ǻ$*'/$*). *! $/# - . /$*)ǕǚǗ *!/#   *-$/'  (4 '.*' /*/# / -($)/$*)*! $/.+-/$$+/$*)$)Ȑ -$!4ǻ ! /# (+'*4 - #. )4,0 ./$*).- '/$)"/*/# )/$Ȑ$.-$($)/$*)+-*1$.$*)Ǽ $/ .#*0'*)//  /ǔȐǛǓǓȐǕǘǘȐǛǔǘǘ*- ǔȐǛǓǓȐǕǖǚȐǕǘǔǘșȚǻ ǔǘǻ # (+'*4 - "- ./#/ $/ 2$'' 0. /# $)!*-(/$*)$/-  $1 .!-*( Ȑ -$!4*)'4/**)!$-(/# (+'*4( )/ '$"$$'$/4*! (+'*4 . . 0/#*-$5 4/#$. ǻ# (+'*4 - "- ./#/ $/ 2$''.! "0- /#$. $)!*-(/$*)Ǽ )( ).*!  ../*$/ ș.0#.   )+..2*-.ȚǼ/* ).0- /#/ $/$. )*/ 0. !*- )4*/# -+0-+*. ).)  ..-4/*+-*/ / $/.*)!$ )/$'$/4Ǽ $)'0$)" ).0-$)"/#/$/ $. )*/ $.. ($)/ /* )4+ -.*)*/# -/#) (+'*4 . *! /# (+'*4 - 2#*- 0/#*-$5 /*+ -!*-( /# (+'*4 -Ȅ.- .+*).$$'$/$ . 0) - /#$.Ǽ 3 +/ !*- .0#$.. ($)/$*).(4 0/#*-$5 $)1) 4 *- !*- ' "$/$(/ +0-+*. .ǻ ǔǙǻ # (+'*4 - "- ./*)*/$!4  $(( $/ '4$)/#  1 )/ *! - # *! + -.*)' $)!*-(/$*)ǻ - # . -  !$) .'*.. *! *)/-*' *-0)0/#*-$5  ../*Ȑ -$!4+ -.*)' /ǻ ''.0.+ / *- *)!$-( - # ..#*0' - +*-/ 4''$)" ǔȐǛǛǛȐǗǙǗȐǗǕǔǛ*- 1$ ($' /Ȑ -$!4ȭ0.$.ǻ#.ǻ"*1ǻ ' . 0. Ȉ-$14 )$ )/Ȓ..2*-ȉ$)/# .0% /'$) *!4*0- ($'2# ). )$)"- #- +*-//* Ȑ -$!4ǻ ǔǚǻ # (+'*4 - &)*2' " ./#/ /# $)!*-(/$*)$/ -  $1 .!-*( $."*1 -) 4/# -$14/ șǘ ǻǻǻ ȦǘǘǕș$ȚșǔȚ )șǖȚȚ)/# *$' 0-$/4/ șǗǕǻǻǻ ǔǖǓǙșȚȚǻ)4+ -.*)2#**/$). /#$. $)!*-(/$*)0) - !'. +- / ). .*- 0. . $/!*- )4+0-+*. */# - /#).+-*1$ !*- $)/#$.  (4 .0% / /*-$($)' + )'/$ .ǻ ǔǛǻ # (+'*4 - "- ./***+ -/ 2$/#  ) $)/# $- *(+'$) (*)$/*-$)" ) 1'0/$*)*! Ȑ -$!4Ǽ2#$#$)'0 .+ -($//$)" ǼǼ/# $-*)/-/*-.)*/# -" )/.Ǽ0+*) " Ǘ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4 0( -ǽ - .*)' )*/$ Ǽ/*- 1$ 2*-(. Ȑǜ)*/# - (+'*4( )/- *-.)/*$)/ -1$ 2$/)$/. (+'*4 . - "-$)"/# (+'*4 -ȇ.0. *!Ȑ -$!4Ǽ)/*- .+*)$)+-*(+/)0-/ ()) -/* - ,0 ./. !*-$)!*-(/$*)- '/$)"/*/# $-+-/$$+/$*)$)Ȑ -$!4ǻ ǔǜǻ # (+'*4 - .#'' )*/ (& )4!'. *- 0)0/#*-$5 '$(. *- - ! - ) . *0/ $/.+-/$$+/$*)$) Ȑ -$!4*)$/. 2 .$/ Ǽ $)1 -/$.$)"(/ -$'.Ǽ *- */# - ( $ǻ # (+'*4 - .#'' )*/  .-$ $/. . -1$ . .!  -''4Ȑ++-*1 Ǽ !  -''4Ȑ -/$!$ Ǽ *-!  -''4Ȑ- *")$5 Ǽ *- 0. ')"0" 2$/#.$($'-$)/ )/ *) $/. 2 .$/ *- */# -(/ -$'. +-*1$ /*/# +0'$ǻ )/ -$)"$)/*/#$.  * .)*/( )/#/ Ȑ -$!4 )*-. . *-0/#*-$5 . 4*0- Ȑ -$!4. -1$ . ))4'$( /*/#/ !! / $.!'. ǻ ǕǓǻ # (+'*4 - .#'' )*/ .// $) $/.2 .$/ *- */# - +0'$ *0( )/./#/ )4')"0" 0. /# - $) #. )+-*1$ *-++-*1 4 Ǽ  *- /#  -$!$/$*)$1$.$*)Ǽ 2$/#*0/ !$-./*/$)$)"/# +-$*- 2-$// )*). )/ *!  ǻ Ǖǔǻ # (+'*4 - "- ./#/Ȑ -$!4/- (-&.)'*"*.(4 0. *)'40) - '$ ). 4 ȟ  ș. Ȑǚǜǘș ȚȚ )Ǽ */# - /#)+0-.0)/ /*/# .+ $!$/ -(.*! .0#'$ ). Ǽ(4)*/ 0. $))4 ()) -/#/ ($"#/ $(+'4/#/ /# (+'*4 -ȇ. . -1$ .Ǽ +-*0/.Ǽ 2 .$/ .Ǽ *-+0'$/$*). - .+*).*-  4Ǽ )*-. 4Ǽ '$ ). 4Ǽ *- !!$'$/ 2$/# Ǽ  Ǽ *- Ȑ -$!4ǻ ǕǕǻ # (+'*4 - 0) -./)./#/$!$/0. .Ȑ -$!4+-* 0- .!*- )4+0-+*. */# - /#).0/#*-$5  4/#$. Ǽ /# (+'*4 - (4 .0% / /*++-*+-$/ ' "'/$*))/ -($)/$*)*! $/.+-/$$+/$*)$) Ȑ -$!4*-$)"/*/#$. ǻ ǻ       ǔǻ ! /# (+'*4 - $.   -' *)/-/*-2$/#/#  Ȑ -$!4'0. .0% / /*/#  (+'*4( )/ 1 -$!$/$*) / -(.$)0+-/ ǕǕǻǔǛ*! /# Ǽ $/ 2$''  *( !($'$- 2$/#)*(+'42$/#/# (*./0-- )/ 1 -.$*)*!/# Ȑ -$!4. - )0'!*-  -' *)/-/*-. . 2 '' . /# Ȑ -$!40++' ( )/'0$ !*-   -'*)/-/*-.ǻ Ǖǻ )$/$*)/*/# - .+*).$$'$/$ . *! 1 -4 (+'*4 - *0/'$) $)/#$.Ǽ /# (+'*4 - 0) -./)./#/ $! $/ $.   -'*)/-/*- .0% / /*/#  (+'*4( )/ 1 -$!$/$*)/ -(. $)0+-/ ǕǕǻǔǛ*! /#  $/ (0./ 1 -$!4/#  (+'*4( )/ '$"$$'$/4*! )4Ȉ (+'*4 ..$") /*/# *)/-/ȉ ș. !$) $) ǕǕǻǔǛǓǔȚǻ ) ) (+'*4 #.  )1 -$!$ /#-*0"#Ȑ -$!44/# (+'*4 -Ǽ /# (+'*4 -(4)*/ - /  . *). !*- /#  (+'*4 /#-*0"#Ȑ -$!4ǻ ǻ )(+'*4 - /#/ $.)*/ )-*'' $)Ȑ -$!4.  -' *)/-/*-/ /# /$( *! *)/-/2- (0./ )-*'' .  -' *)/-/*-$)/# Ȑ -$!4+-*"-( 2$/#$)ǖǓ' )- 4. *!*)/-/ 2- )Ǽ 2$/#$)ǜǓ4. *! )-*''( )/Ǽ  "$)/*1 -$!4 (+'*4( )/ '$"$$'$/4*! ) 2#$- .0.$)" Ȑ -$!4ǻ # (+'*4 - (0./ 1 -$!4/#*.  (+'*4 . 2#*- 2*-&$)"$)/# )$/ // .Ǽ2# /# -*-)*/ /# 4- ..$") /*/# *)/-/ǻ) /# (+'*4 -  "$). 1 -$!4$)" ) 2#$- .Ǽ.0#1 -$!$/$*)*! ) 2#$- . (0./  $)$/$/ 2$/#$)/#- 0.$) ..4.!/ -/# #$- / ǻ)  )-*'' $)Ȑ -$!4.  -' *)/-/*-Ǽ /# (+'*4 - (0./ "$)1 -$!$/$*)*! (+'*4 ...$") /*/# *)/-/ 2$/#$)ǜǓ ' )-4. !/ - /# / *! )-*''( )/ *- 2$/#$)ǖǓ4. *! ) (+'*4 ȇ. ..$")( )/ /*/# *)/-/Ǽ2#$# 1 - / $. '/ -ǻ " ǘ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ ǻ (+'*4 -. )-*'' $)Ȑ -$!4.   -' *)/-/*-!*- ǜǓ4. *-(*- / /# /$( *! *)/-/ 2-(0./ 0. Ȑ -$!4/* "$)1 -$!$/$*)*! (+'*4( )/ '$"$$'$/4!*-) 2#$- . *! /# (+'*4 - 2#* - 2*-&$)"$)/# )$/ // .Ǽ2# /# -*-)*/..$") /*/# *)/-/Ǽ 2$/#$)/#- 0.$) .. 4.!/ -/# / *! #$- ǻ !/# (+'*4 - $. )-*'' $)Ȑ -$!4 .   -'*)/-/*-!*- ǜǓ' )- 4.*-' ..//# /$( *! *)/-/ 2-Ǽ/# (+'*4 - (0./Ǽ 2$/#$)ǜǓ4. *! )-*''( )/Ǽ  "$)/* 0. Ȑ -$!4/*$)$/$/ 1 -$!$/$*)*! ) 2#$- . *! /# *)/-/*-2#*- 2*-&$)"$)/# )$/ // .Ǽ 2# /# -*- )*/..$") /*/# *)/-/ǻ0#1 -$!$/$*)*! ) 2#$- .(0./  $)$/$/ 2$/#$)/#-  0.$) .. 4.!/ - /# / *! #$- ǻ )(+'*4 - )-*'' .  -' *)/-/*-$)Ȑ -$!4(0./  "$) 1 -$!$/$*)*! # (+'*4 ..$") /*/# *)/-/2$/#$)ǜǓ' )-4. !/ - / *! *)/-/ 2-*- 2$/#$)ǖǓ4.!/ - ..$")( )/ /*/# *)/-/Ǽ 2#$# 1 - $.'/ -ǻ ǻ   -' *)/-/*-./#/- $)./$/0/$*). *!#$"# - 0/$*)ș.  !$) /ǕǓǻǻǻ ǔǓǓǔșȚȚǼ.// *-'*'"*1 -)( )/.Ǽ"*1 -)( )/. *!   -''4- *")$5  )$)/-$ .Ǽ *- .0- /$ .+ -!*-($)" 0) -  /& *1 - "- ( )/ )/ - $)/*2$/#  -' " )40) - + -!*-() *)(4#**. /* *)'4 1 -$!4) 2) 3$./$)" (+'*4 . ..$") /*/#   -' *)/-/ǻ 0#  -' *)/-/*-.(4Ǽ #*2 1 -Ǽ ' / /*1 -$!4'' ) 2#$- .Ǽ )ȟ*- '' 3$./$)" (+'*4 . #$- !/ - *1 ( -ǙǼ ǔǜǛǙǻ (+'*4 -. $)/#$. / "*-4(0./  "$) 1 -$!$/$*)*! (+'*4 . ..$") /*/# *)/-/ 2$/#$)ǜǓ ' )- 4. !/ -/# / *! )-*''( )/ *-2$/#$)ǖǓ4. *! ) (+'*4 ȇ. ..$")( )/ /*/# *)/-/Ǽ2#$# 1 - / $. '/ -ǻ ǻ +*) )-*''( )/Ǽ (+'*4 -. 2#*-   -'*)/-/*-.(4 ' //*1 -$!4 (+'*4( )/ '$"$$'$/4 *! '' 3$./$)" (+'*4 . 2*-&$)"$)/# )$/ // . 2#*2 - #$- !/ -*1 ( - ǙǼǔǜǛǙǼ $)./  *!1 -$!4$)"*)'4/#*.  (+'*4 . ..$") /**1 -   -' *)/-/ǻ !/ - )-*''( )/Ǽ (+'*4 -. (0./ ' //*1 -$!4 3$./$)"./!!!*''*2$)"   +-* 0- . ) "$) Ȑ -$!41 -$!$/$*)*!'' 3$./$)" (+'*4 .2$/#$)ǔǛǓ4.!/ - /#  ' /$*)ǻ ǻ # (+'*4 - (40. +- 1$*0.'4*(+' / *-( Ȑǜ./# .$.!*- - /$)" )Ȑ -$!4. !*- ) (+'*4 ..$") /**)/-/.'*)".ǽ $ǻ #/ *-( Ȑǜ$.*(+' / ș$)'0$)"/# Ț)*(+'$ .2$/#-/$' ǻǻǙǼ $$ǻ #  (+'*4 ȇ.2*-&0/#*-$5/$*)#.)*/ 3+$- Ǽ) $$$ǻ # (+'*4 -#.- 1$ 2 /# *-( Ȑǜ$)!*-(/$*) $/# -$)+ -.*)*-$)*((0)$/$*). 2$/#/#  (+'*4 /* ).0- /#//#  (+'*4 ȇ.  /$*)ǔǼ*-( Ȑǜ// .//$*)#.)*/ #)"  ș$)'0$)"Ǽ0/)*/'$($/ /*Ǽ'2!0'+ -() )/ - .$ )/ '$ )#1$)" *( )/0-'$5  ǻǻ$/$5 )Țǻ !ǻ # (+'*4 -.#''*(+' / ) 2*-( Ȑǜ*).$./ )/2$/#-/$'  ǻǻǙ*- 0+/ /# +- 1$*0. *-( Ȑǜ /*+-*1$ /# )  ..-4 $)!*-(/$*) $!ǽ $ǻ # (+'*4 - ))*/  / -($) /#/*-( Ȑǜ*(+'$ .2$/#-/$'  ǻǻǙǼ $$ǻ #  (+'*4 ȇ..$.!*-2*-&0/#*-$5/$*).// ./ $) /$*)ǔ#. 3+$- *-#)" Ǽ *- $$$ǻ # *-( Ȑǜ*)/$).)**-$.*/# -2$. $)*(+' / ǻ */ ǽ ! /$*)ǔ*!*-( Ȑǜ$.*/# -2$. 1'$)0+Ȑ/*Ȑ/ )/# !*-(*/# -2$. *(+'$ .2$/# " Ǚ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4 0( -ǽ -/$'  ǻǻǘǼ 0/- !' /.*0( )//$*)ș.0#.ǻǻ +..+*-/ *- *-( ȐǘǘǔȚ /#/ 3+$- !/ - *(+' /$)"*-( ȐǜǼ /# (+'*4 - .#'' )*/ - ,0$- /# +-*0/$*)*! $/$*)' *0( )//$*)Ǽ *- 0. /#  +#*/*.- )$)"/**' .-$ $)-/$'  ǻǻǘǼ .0% / /*)4$/$*)' *- .0+ -. $)" $)./-0/$*). /#/ (4 +-*1$ *)/#$. .0% / $)/# Ȑ -$!4. - )0'ǻ "ǻ # (+'*4 -"- .)*/ /*- ,0$- . *)1 -$!$/$*)0.$)"Ȑ -$!4*! )4..$")  (+'*4 2#*#.+- 1$*0.'4 )1 -$!$ .) 2'4#$-  (+'*4 0) - /#$. *-/*0/#*-$5 1 -$!$/$*)*!)4 3$./$)" (+'*4 4)4(+'*4 -/#/$.)*/   -'*)/-/*-. *)/#$. -/$' ǻ ǖǻ # (+'*4 - 0) -./). /#/ $! $/ $.   -'*)/-/*-Ǽ $/. *(+'$) 2$/#/#$.  $.  + -!*-() - ,0$- ( )/ 0) - /# / -(.*! /#   -' *)/-/ *- .0*)/-/Ǽ )/# (+'*4 - *). )/./*/# - ' . *! $)!*-(/$*)- '/$)"/**(+'$) 2$/#$/. 1 -$!$/$*)- .+*).$$'$/$ . 0) -/#$.  /**)/-/$)"*!!$ -. *- */# - *!!$$'. 0/#*-$5 /*- 1$ 2/# (+'*4 -ȇ. *(+'$) 2$/#  -' *)/-/$)"- ,0$- ( )/.ǻ ǻ      ǔǻ "- ./*''*2 /**(+- / +-*1$ 4/# (+'*4 -"$)./ȇ./. ǻ . ).   *)!$-(/$*)/#//# /. )/ $/# - (/# . *-* .)*/(/#/# $)!*-(/$*)$)ȇ./. ǻ Ǖǻ  "- ./*.! "0-/# $)!*-(/$*)/# (+'*4 - +-*1$ ./#-*0"#Ȑ -$!4+-* 0- .ǻ '.* "- ./*'$($/ ../*.0#$)!*-(/$*)Ǽ.$.++-*+-$/ 4'2Ǽ/*$)$1$0'.- .+*).$' !*-/# 1 -$!$/$*)*!*$' 0-$/4)0( -. *-- .+*).$' !*- 1'0/$*)*!Ȑ -$!4*-.0#*/# -+ -.*).*- )/$/$ .2#*(4 0/#*-$5 4."*1 -) 4/# -$14/șǘǻǻǻ ȦǘǘǕȚǼ/# *$' 0-$/4/ șǗǕǻǻǻǔǖǓǙșȚȚǼ )- "0'/$*).șǕǓ -/ǗǓǔȚǻ ǖǻ "- ./*+-*1$ . - .0'/.!-*($/./. 2$/#$)/#-   -'*1 -)( )/2*-&4.*!/# $)$/$'$),0$-4ǻ Ȑ -$!4 +-*1$ ./# $)!*-(/$*)/*/# (+'*4 -ǻ Ǘǻ "- ./*0+/ - *-..)  ..-4$!/#  (+'*4 2#**)/ ././# / )//$1 )*)*)!$-(/$*)1$.$/.)!$ '*!!$ )+-*1$ ./# - ,0$-  1$ ) ǻ  ! /#  (+'*4 1$.$/.) !$ '*!!$ 2$/#$)/#  $"#/  -'*1 -)( )/2*-&4.!-*( /# / *! - ! --'/*Ǽ"- ./* 0+/ - *-.Ǽ$!++-*+-$/ Ǽ2$/#$)/#  $"#/Ȑ4+ -$*0)' ..  / -($) ./#/(*- /#) $"#/ 4.(4 )  ..-4ǻ ).0#. .Ǽ2$''+-*1$ $/$*)'$)./-0/$*)./*/#  (+'*4 ǻ !/# (+'*4 * .)*/1$.$/ $)/# /$( ''*2 ǼȐ -$!4(4+-*1$ !$)')*)*)!$-(/$*)/*/# (+'*4 -ǻ */ ǽ !)(+'*4 - 3+ -$ ) ./ #)$' +-*' (.Ǽ *-#.+*'$4,0 ./$*)Ǽ /# (+'*4 - .#*0'*)// Ȑ -$!4 /ǔȐǛǛǛȐǗǙǗȐǗǕǔǛǻ ǻ       ǔǻ  "- ./*+-*1$ /# (+'*4 -2$/#. ' / /!-*( /. ./* )' /# (+'*4 -/* *)0/Ǽ /*/#  3/ )/0/#*-$5 4/#$.ǽ ǻ 0/*(/ 1 -$!$/$*)# &.*)'$ ) (+'*4 .4 ' /-*)$( ).Ǽ ) " ǚ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ 2458368 *(+)4 0( -ǽ ǻ #*/*1 -$!$/$*)# &.ș2# )1$'' Ț*) (+'*4 .ǻ Ǖǻ   "- ./*..$.//# (+'*4 -2$/#*+ -/$*)'+-*' (...*$/ 2$/#/# (+'*4 -Ȅ. +-/$$+/$*)$)Ȑ -$!4ǻ  "- ./*+-*1$ /# (+'*4 -)( .Ǽ/$/' .Ǽ- .. .Ǽ)/ ' +#*) )0( -.*! - +- . )//$1 ./* *)// 0-$)"/# Ȑ -$!4+-* ..ǻ ǖǻ  "- ./*+-*1$ /*/# (+'*4 -2$/# ../*Ȑ -$!4/-$)$)"(/ -$'..2 ''.) Ȑ -$!4. -)0' /#/ *)/$)$)./-0/$*).*)Ȑ -$!4+*'$$ .Ǽ+-* 0- .Ǽ)- ,0$- ( )/.!*-*/# ) Ǽ$)'0$)" - ./-$/$*).*)/# 0. *!Ȑ -$!4ǻ Ǘǻ  "- ./*/-$)(+'*4 -.*)''$(+*-/)/#)" .( /*Ȑ -$!4/#-*0"#/# 0. *!()/*-4 - !- .# -/0/*-$'.)0+/ ./*/# Ȑ -$!4. -)0'ǻ1 )2$/#*0/#)" ./* Ȑ -$!4Ǽ - . -1 ./# -$"#//*- ,0$-  (+'*4 -./*/& ()/*-4- !- .# -/0/*-$'.ǻ ǘǻ  "- ./*+-*1$ /*/# (+'*4 - )*/$ Ǽ2#$#$)$/ ./# (+'*4 -Ȅ.+-/$$+/$*)$) Ȑ -$!4ǻ '.*"- ./*+-*1$ /*/# (+'*4 -)/$Ȑ$.-$($)/$*))*/$ .$..0 4/# !!$ *!+ $' *0). '!*- (($"-/$*)Ȑ '/ )!$-(+'*4( )/-/$ .șȚǼ$1$'$"#/.$1$.$*)Ǽǻǻ +-/( )/*! 0./$ ǻ Ǚǻ   "- ./*$..0 # *! /# (+'*4 -ȇ. Ȑ -$!40. -.0)$,0 0. - $ )/$!$/$*))0( - ) +..2*-/#/ + -($/./# ( /* '*" $)/*Ȑ -$!4ǻ ǚǻ   "- ./*.! "0-/# $)!*-(/$*)/# (+'*4 - +-*1$ .Ǽ )/*'$($/  ../*.0#$)!*-(/$*)/* $)$1$0'. - .+*).$' !*-/# 1 -$!$/$*)+-* ..Ǽ!*- 1'0/$*)*! Ȑ -$!4Ǽ *-/*.0#*/# -+ -.*).*- )/$/$ .. (4 0/#*-$5 4 ++'$' '2ǻ )!*-(/$*)2$''  0. *)'4/*1 -$!4/# 0-4*! *$'  0-$/4)0( -. ) (+'*4( )/ '$"$$'$/4Ǽ /* )!*- /# )  -'-$($)' '2.Ǽ )/*($)$./ -   -' *)/-/$)" - ,0$- ( )/.ǻ Ǜǻ   "- ./*+-*1$ ( ).*! 0/*(/ 1 -$!$/$*)/#/ +-*1$ . ș$)*)%0)/$*)2$/# 1 -$!$/$*)+-* 0- .Ț*)!$-(/$*)*- / )//$1 )*)*)!$-(/$*)*! (+'*4 .Ȅ (+'*4( )/ '$"$$'$/4 2$/#$)/#-   -'*1 -)( )/ 2*-&4. *! /# $)$/$' $),0$-4ǻ ǜǻ   "- ./*+-*1$ ( ).*! . *)-41 -$!$/$*)ș$)'0$)"0+/$)"  - *-.Ț !*- (+'*4 . 2#**)/ ./  / )//$1 )*)*)!$-(/$*).)+#*/*($.(/#/ )//$1 )*)*)!$-(/$*).ǻ#$. +-*1$ . !$)' *)!$-(/$*)*-)*)*)!$-(/$*) *! /#  (+'*4 .Ȅ (+'*4( )/ '$"$$'$/4 2$/#$)ǔǓ  -'*1 -)( )/ 2*-& 4. *! /# / *! - ! --'/* Ǽ 0)' ..  / -($) ./#/ (*- /#)ǔǓ4.(4 )  ..-4ǻ ) .0#. .Ǽ   2$'' +-*1$ $/$*)'1 -$!$/$*)$)./-0/$*).ǻ           ǻ    ǔǻ ! /# (+'*4 - -  $1 . / )//$1 )*)*)!$-(/$*)$..0 4Ǽ /# (+'*4 - (0./ +-$)/ /# )*/$ . $- / 4Ȑ -$!4ǻ # (+'*4 - (0./ +-*(+/'4)*/$!4 (+'*4 . $)+-$1/ *! /# !$)$)") +-*1$ /# ( 2$/#/# )*/$ )' // -*)/$)$)" $)!*-(/$*).+ $!$/*/#  (+'*4 ȇ. Ȑ -$!4. ǻ " Ǜ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ # (+'*4 - '.*"- ./*+-*1$ */#/# )"'$.#)/# /-).'/ )*/$ )' // -!*- (+'*4 . 2$/#'$($/ )"'$.#+-*!$$ )4 /* (+'*4 .ǻ # (+'*4 - "- ./*+-*1$ 2-$// )- ! --'$)./-0/$*). /* (+'*4 . )$)./-0/ !! /  (+'*4 . /*-$)"/# )"'$.#*+4*! /# ' // - /*/# ǻ#  (+'*4 - (0./ ''*2 (+'*4 . /**)/ ./ /# !$)$)"Ǽ))*/ /& 1 -. /$*)"$)./ (+'*4 . $! /# 4#**. /**)/ ./ /# !$)$)"Ǽ 2#$' /# $- . $../$'' + )$)"ǻ Ǖǻ # (+'*4 - "- ./**/$)/#  (+'*4 ȇ. - .+*). *0/ 2# /# - # *-.# 2$'' *)/ .//# / )//$1 )*)*)!$-(/$*). .**).+*..$' !/ - /# (+'*4 - -  $1 . /# / )//$1 )*)*)!$-(/$*)ǻ)'4/# (+'*4 (4 / -($) 2# /# - # *- .# 2$'' *)/ ./ /# / )//$1 )*)*)!$-(/$*)ǻ ǖǻ !/ -/ )//$1 )*)*)!$-(/$*)Ǽ /# (+'*4 - 2$'' - ! - (+'*4 . /*!$ '*!!$ . *)'4.$- /  4Ȑ -$!4ǻ # (+'*4 - (0./- *-/# . 1 -$!$/$*))0( -Ǽ - 1$ 2/#  (+'*4 $)!*-(/$*) .0($// /*Ȑ -$!4/*$ )/$!4)4 --*-.Ǽ )!$)*0/2# /# - /#  (+'*4 *)/ ./. /# / )//$1 )*)*)!$-(/$*)ǻ# (+'*4 - 2$'' /-).($/ /# *$'  0-$/4)0( -Ǽ *- )4*/# -*-- /  (+'*4 $)!*-(/$*)/#/ - ,0 ./.Ǽ /*!*-1 -$!$/$*)"$)$! /#$.- 1$ 2$)$/ .) /**.*ǻ Ǘǻ # (+'*4 - 2$''$)./-0//#  (+'*4 /*1$.$/)  *!!$ 2$/#$) $"#/  -' *1 -)( )/ 2*-&4.ǻ  2$'' ' /-*)$''4/-).($/ /# - .0'/ *! /# - ! --'/*/# (+'*4 - 2$/#$)ǔǓ  -'*1 -)( )/ 2*-& 4. *!/# - ! --' 0)' ..$/  / -($) ./#/(*- /#)ǔǓ4. $. )  ..-4ǻ ǘǻ #$' 2$/$)"!*- . - .0'/.Ǽ /# (+'*4 - "- . /*# & /# Ȑ -$!4 .4./ ( - "0'-'4!*- . 0+/ .ǻ Ǚǻ # (+'*4 - "- . )*/ /*.&/#  (+'*4 /**/$)+-$)/*0/!-*( /# *$'  0-$/4($)$./-/$*) )0( - /. ș/# 0($ )/Ț*- */# - 2-$// )1 -$!$/$*)*! /# !-*(/# ǻ ǻ     ǔǻ !/# (+'*4 - -  $1 . / )//$1 )*)*)!$-(/$*)$..0 4 Ǽ /# (+'*4 -(0./+-*(+/'4)*/$!4 (+'*4 .$)+-$1/ *!/# !$)$)" )+-*1$ /# (2$/#/# )*/$ )' // - *)/$)$)"$)!*-(/$*) .+ $!$/*/#  (+'*4 ȇ.Ȑ -$!4. ǻ # (+'*4 -'.*"- ./*+-*1$ */#/# )"'$.#)/# /-).'/ )*/$ )' // -!*- (+'*4 . 2$/#'$($/ )"'$.#+-*!$$ )4 /* (+'*4 .ǻ # (+'*4 - (0./ ''*2 (+'*4 ./**)/ .//# !$)$)"Ǽ))*//& 1 -. /$*)"$)./ (+'*4 .$!/# 4#**. /* *)/ .//# !$)$)"Ǽ2#$' /# $-. $../$''+ )$)"ǻ Ǖǻ # (+'*4 -"- ./**/$)/#  (+'*4 ȇ.- .+*). *0/2# /# - # *-.# 2$''*)/ .//# / )//$1 )*)*)!$-(/$*)..**).+*..$' !/ - /# (+'*4 --  $1 ./# / )//$1 )*)*)!$-(/$*)ǻ)'4/# (+'*4 (4 / -($) 2# /# -# *-.# 2$''*)/ .//# / )//$1 )*)*)!$-(/$*)ǻ ǖǻ # (+'*4 -"- ./*- ! -$)$1$0'./* *)'42# )/#  (+'*4 #**. ./**)/ .// )//$1 )*)*)!$-(/$*)ǻ Ǘǻ !/#  (+'*4 *)/ ./. / )//$1 )*)*)!$-(/$*)$..0 4 Ǽ /# (+'*4 -2$''$)./-0/ /# " ǜ*! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ (+'*4 /**)// /#-*0"#$/./*''Ȑ!- #*/'$) ș.!*0)*)/# - ! --' ' // -Ț 2$/#$) $"#/  -' *1 -)( )/2*-&4.ǻ ǘǻ ! /# (+'*4 - !$).+#*/*($.(/#Ǽ/# (+'*4 - (0./ +-*1$ /# +#*/*($.(/#/ )//$1 )*)*)!$-(/$*))*/$ )!*''*2/# $)./-0/$*).*0/'$) $)+-"-+#ǔ*! /#$. . /$*)!*- / )//$1 )*)*)!$-(/$*).Ǽ" ) -''4ǻ Ǚǻ # (+'*4 - "- ./#/ $! ) (+'*4 *)/ ./. / )//$1 )*)*)!$-(/$*). 0+*)+#*/* ($.(/#Ǽ/# (+'*4 - 2$'' . )*+4*! /# (+'*4 ȇ. *-( ȐǘǘǔǼ*-( ȐǚǙǙǼǻǻ..+*-/Ǽ *-+..+*-/ -/* !*-- 1$ 24ǽ ǻ ))$)" )0+'*$)"/# *0( )/Ǽ *- ǻ  )$)" +#*/**+4*! /# *0( )/4 3+- .. ($' ș!0-)$.# ) +$!*- 4/# (+'*4 -Țǻ ǚǻ # (+'*4 - 0) -./). /#/ $! $/ ))*/  / -($) 2# /# - /# - $. +#*/*(/#ȟ($.(/#Ǽ /# (+'*4 -(0./!*-2-/#  (+'*4 ȇ. *0( )//$*)/*  . .-$ $)/# +-  $)"+-"-+#ǻ # (+'*4 - "- ./*- .*'1 /# . ..+ $!$ 4/#   - +- . )//$1 2#* 2$'' / -($) /# +#*/* (/# *-($.(/#ǻ Ǜǻ   2$'' ' /-*)$''4/-).($//# - .0'/ *! /# - ! --' /*/# (+'*4 - 2$/#$)ǔǓ  -'*1 -)( )/ 2*-& 4. *!/# - ! --' 0)' ..$/  / -($) ./#/(*- /#)ǔǓ4. $.)  ..-4ǻ ǜǻ #$' 2$/$)"!*- . - .0'/.Ǽ /# (+'*4 - "- . /*# & /# Ȑ -$!4 .4./ ( - "0'-'4!*- . 0+/ .ǻ         ǻǻ  ǔǻ  )  2$'' )*/ #-" /# (+'*4 -!*- 1 -$!$/$*). -1$ . + -!*-( 0) - /#$. ǻ# (+'*4 - $. - .+*).$' !*-+-*1$$)" ,0$+( )/ )  /*(& $),0$-$ .ǻ * ..Ȑ -$!4Ǽ )(+'*4 - 2$'' ) + -.*)' *(+0/ - 2$/# )/ -) /  ..ǻ          ǻǻ    ǔǻ #$.$. !! /$1 0+*)/# .$")/0- *!'' +-/$ .).#''*)/$)0 $) !! / !*-.'*)"./#  ) *+ -/ ./# Ȑ -$!4+-*"-(0)' .. (*$!$ $)2-$/$)"4/# (0/0'*). )/*!''+-/$ .ǻ Ǖǻ )4)'' Ȑ -$!4 .4./ ( )#) ( )/.4 *-Ǽ$)'0$)" 0/)*/'$($/ /*Ȑ -$!4# &$)" "$)./$/$*)'/.*0- .)$)./$/0/$)") 21 -$!$/$*)+*'$$ .*- +-* 0- .Ǽ2$'' *1 - 0) - /#$. )2$'')*/0. /# ) !*-.0++' ( )/'/#/*0/'$) ./# . #)" .ǻ " ǔǓ *!ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ ǻǻ   ǔǻ # (+'*4 - (4/ -($)/ /#$. )$/.+-/$$+/$*)$)Ȑ -$!4/)4/$( 0+*)ǖǓ4.+-$*- 2-$// ))*/$ /*/# */# - +-/$ .ǻ Ǖǻ */2$/#./)$)"-/$' Ǽ+-/*!/#$.Ǽ (4/ -($)/ /#$.Ǽ )/# - 4/# (+'*4 -ȇ. +-/$$+/$*)$)Ȑ -$!4Ǽ 2$/#*-2$/#*0/)*/$ /)4/$( $! ( )  ..-4 0. *!/# - ,0$- ( )/. *!'2*-+*'$4Ǽ*-0+*) / -($)/$*)4*- /#/ /# - #. )- #*!.4./ ($)/ "-$/4*- . 0-$/44/# (+'*4 -Ǽ*-!$'0- *)/# +-/*!/# (+'*4 -/**(+'42$/# ./'$.# Ȑ -$!4 +-* 0- .)ȟ*-' "'- ,0$- ( )/.ǻ# (+'*4 -0) -./). /#/$!$/$.  -' *)/-/*-Ǽ/ -($)/$*) *!/#$.4)4+-/4!*-)4- .*)(4) "/$1 '4!! //# + -!*-() *!$/.*)/-/0' - .+*).$$'$/$ .ǻ $($'-'4Ǽ/# (+'*4 -0) -./)./#/$!$/$.$).// 2# - Ȑ -$!4$.()/*-4Ǽ / -($)/$*)*! /#$.4)4+-/4(4) "/$1 '4!! //# (+'*4 -ȇ. 0.$) ..ǻ ǖǻ ) (+'*4 -/#/$.  -'*)/-/*-(4/ -($)/ /#$.2# )/#   -'*)/-//#/- ,0$- . $/.+-/$$+/$*)$)Ȑ -$!4$./ -($)/ *- *(+' / ǻ ).0#. .Ǽ /#   -'*)/-/*-(0./+-*1$ 2-$// ))*/$ /* ǻ ! )(+'*4 - /#/$.  -'*)/-/*-!$'./*+-*1$ .0#)*/$ Ǽ /# )/#/ (+'*4 -2$''- ($))Ȑ -$!4 +-/$$+)/Ǽ2$''- ($)*0)4/# / -(.*!/#$./#/++'4/*)*)Ȑ   -'*)/-/*-+-/$$+)/.Ǽ )2$''  - ,0$- /*0. /# Ȑ -$!4+-* 0- ./*1 -$!4/# (+'*4( )/ '$"$$'$/4*! '') 2'4#$-  (+'*4 .ǻ Ǘǻ # (+'*4 -"- ./#/Ȑ -$!4$.)*/'$' !*-)4'*.. .Ǽ!$))$'*- */# -2$. Ǽ$! /# (+'*4 -$. / -($)/ !-*(Ȑ -$!4ǻ      ǻ *( *-'') - .+*).$$'$/$ .0) -/#$.(4 + -!*-( 4*)/-/*-ș.ȚǼ) )  (4%0./1 -$!$/$*)- .+*).$$'$/$ . /2 ) #*/# -.)  ..-4ǻ4. +-/ "- ( )/2$/#  Ǽ#."- /*+ -!*-($/.- .+*).$$'$/$ .. .-$ $)/#$. ǻ ǻ */#$)"$)/#$.$.$)/ ) Ǽ*-.#*0' *)./-0 Ǽ /*- / )4-$"#/*- ) !$/Ǽ.0./)/$1 *- +-* 0-'Ǽ )!*- ' /'24)4/#$-+-/4"$).//# )$/ // .Ǽ$/." )$ .Ǽ*!!$ -.Ǽ*- (+'*4 .Ǽ*-"$).//# (+'*4 -Ǽ$/." )/.Ǽ*!!$ -.Ǽ*- (+'*4 .ǻ ǻ # (+'*4 - (4)*/..$")Ǽ$- /'4*-$)$- /'4Ǽ2# /# -4*+ -/$*)*!'2Ǽ#)" *! *)/-*'*- ( -" -Ǽ''*-)4+-/*!$/.-$"#/.*-*'$"/$*).0) - /#$.2$/#*0//# +-$*-2-$// )*). )/*! Ǽ 2#$#*). )/.#'')*/ 0)- .*)'42$/## '*- '4 ǻ )4// (+/ /*.0'$ ). Ǽ..$")Ǽ*- /-).! - )4*!/# -$"#/.Ǽ0/$ .Ǽ*-*'$"/$*).# - $)$.1*$ǻ ǻ #+-/4.#''  .*' '4- .+*).$' !*- ! )$)")4'$(*-/$*)"$)./$/-$.$)"*0/*!*-- '/ /* Ȑ -$!4*-/#$.Ǽ 2# /# - $1$' *- -$($)'Ǽ )!*- )4'$$'$/4 2# - !-*(Ǽ $)'0$)"ș0/)*/ '$($/ /*Ț )4$.+0/  /2 )/# (+'*4 - ) )4*/# -+ -.*)*- )/$/4- "-$)"/# ++'$$'$/4*!  /$*)ǗǓǖșȚ *!  /*)4/$*)/& )*-'' " '4/& )4/# (+'*4 -ǻ " ǔǔ *!ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ 2458368 *(+)4  0( -ǽ ǻ # (+'*4 -0) -./)./#/$/.+-/$$+/$*)$)Ȑ -$!4$.)*/*)!$ )/$'$)!*-(/$*))(4 $.'*. .0/#*-$5 *-- ,0$- 4'2) *-+*'$4Ǽ$)'0$)"0/)*/'$($/ /*Ǽ *)"- ..$*)' *1 -.$"#/ǼȐ -$!4+0'$$/4)( $$),0$-$ .Ǽ / -($)/$*).*!*(+'$) 2$/#  -'*)/-/0' - ,0$- ( )/.Ǽ )- .+*). ./*$),0$-$ .0) - /# - *(*! )!*-(/$*)/ș Țǻ ǻ # $)$1$0'. 2#*. .$")/0- .++ - '*2- +- . )//#/ /# 4- 0/#*-$5 /* )/ -$)/*/#$. *) #'!*! /# (+'*4 - ) - .+ /$1 '4ǻ# (+'*4 -0) -./)./#/)4$)0-/ .// ( )/Ǽ - +- . )//$*)Ǽ/*-*/# -$)!*-(/$*)+-*1$ /* (4.0% //# (+'*4 -Ǽ$/..0*)/-/*-.Ǽ$/. (+'*4 .Ǽ*-$/.- +- . )//$1 ./*ǽ șǔȚ+-*. 0/$*)!*-!'. .// ( )/.+0-.0)/ /*ǔǛǻǻǻǔǓǓǔ)ȟ*-ǾșǕȚ $(( $/ / -($)/$*)*! $/.)ȟ*-Ǿ șǖȚ+*..$'  -( )/*-.0.+ ).$*)ǻ ǻ # !*- "*$)"*)./$/0/ ./# !0''"- ( )/*)/#$..0% / /2 )  )/# (+'*4 -ǻ *  +/ .)Ȑ -$!4+-/$$+)/Ǽ4*0.#*0'*)'4.$")/# (+'*4 -ȇ. /$*)*!/# .$")/0-  +" ǻ !4*0#1 )4,0 ./$*).Ǽ*)//Ȑ -$!4/ǔȐǛǛǛȐǗǙǗȐǗǕǔǛǻ " ǔǕ *!ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 *(+)4 0( -ǽ ++-*1 4ǽ (+'*4 -- ( ș' . 4+ *--$)/Ț $/'  $")/0- /   +-/( )//*!! *( ') 0-$/44ȒȒ -$!$/$*))$1$.$*)) ( ș' . 4+ *--$)/Ț $/'  $")/0- /  " ǔǖ *! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ USCIS Verification Division 05/30/2024 Herman Anderson Electronically Signed ALL AROUND MAINTENANCE & REHABS II, L.L.C. 05/30/2024 Electronically Signed 2458368 *(+)4  0( -ǽ )!*-(/$*) ,0$- !*- /# Ȑ -$!4-*"-( )!*-(/$*)- '/$)"/*4*0- *(+)4ǽ *(+)4( *(+)4$'$/4- .. *(+)4'/ -)/ - .. *0)/4*--$.# (+'*4 -  )/$!$/$*)0( - *-/#( -$) )0./-4 '..$!$/$*)4./ (.*  - )/*(+)4 0( -*!(+'*4 . 0( -*!$/ . -$!$ !*- " ǔǗ *!ǔǚȐ -$!4  !*-(+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ ALL AROUND MAINTENANCE & REHABS II, L.L.C. PINELLAS 238 5 to 9 2458368 12950 Starkey Rd unit I Largo, FL 33773 815458026 1 site(s) *(+)4  0( -ǽ - 4*01 -$!4$)"!*- (*- /#)ǔ.$/ Ȃ ! 4 .Ǽ +' . +-*1$ /# )0( - *! .$/ .1 -$!$ !*- $) #// ǽ " ǔǘ *! ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ FL 1 2458368 *(+)4  0( -ǽ )!*-(/$*)- '/$)"/*/# -*"-( ($)$./-/*-ș.Ț!*-4*0- *(+)4*)+*'$4,0 ./$*).*- *+ -/$*)' +-*' (.ǽ " ǔǙ *!ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ Email 7274552284 Herman Anderson 2458368 Name Phone Number Fax Allaroundmaint.rehab2@gmail.com *(+)4  0( -ǽ #$.'$./- +- . )/./# !$-./ǕǓ-*"-(($)$./-/*-.'$./ !*-/#$.*(+)4ǻ " ǔǚ *!ǔǚ Ȑ -$!4  !*- (+'*4 -. Ƞ 1$.$*) / ǓǙȟǓǔȟǔǖ 2458368 ŽŵƉĂŶLJEĂŵĞ͗ ƵƐŝŶĞƐƐĚĚƌĞƐƐ͗ >ĞŶŐƚŚŽĨƚŝŵĞƚŚĞĐŽŵƉĂŶLJŚĂƐďĞĞŶŝŶďƵƐŝŶĞƐƐ͗ ,ŽǁůŽŶŐŝŶƉƌĞƐĞŶƚůŽĐĂƚŝŽŶ͗ dŽƚĂůŶƵŵďĞƌŽĨĐƵƌƌĞŶƚĞŵƉůŽLJĞĞƐ͗&ƵůůͲdŝŵĞ͗ WĂƌƚͲdŝŵĞ͗ EƵŵďĞƌŽĨĞŵƉůŽLJĞĞƐLJŽƵƉůĂŶƚŽƵƐĞƚŽƐĞƌǀŝĐĞƚŚŝƐĐŽŶƚƌĂĐƚ͗ ůůƌĞĨĞƌĞŶĐĞƐǁŝůůďĞĐŽŶƚĂĐƚĞĚďLJĂŽƵŶƚLJĞƐŝŐŶĞĞǀŝĂĞŵĂŝů͕ĨĂdž͕ŽƌƉŚŽŶĞĐĂůůƚŽŽďƚĂŝŶĂŶƐǁĞƌƐƚŽƋƵĞƐƚŝŽŶƐ͕ĂƐ ĂƉƉůŝĐĂďůĞďĞĨŽƌĞĂŶĞǀĂůƵĂƚŝŽŶĚĞĐŝƐŝŽŶŝƐŵĂĚĞ͘sĞŶĚŽƌŵƵƐƚŚĂǀĞĞdžƉĞƌŝĞŶĐĞŝŶǁŽƌŬŽĨƚŚĞƐĂŵĞŽƌƐŝŵŝůĂƌŶĂƚƵƌĞ͕ ĂŶĚŵƵƐƚƉƌŽǀŝĚĞƌĞĨĞƌĞŶĐĞƐƚŚĂƚǁŝůůƐĂƚŝƐĨLJƚŚĞŽƵŶƚLJ͘WƌŽƉŽƐĞƌŵƵƐƚĨƵƌŶŝƐŚĂƌĞĨĞƌĞŶĐĞůŝƐƚŽĨĂƚůĞĂƐƚĨŽƵƌ;ϰͿ ĐƵƐƚŽŵĞƌƐĨŽƌǁŚŽŵƚŚĞLJŚĂǀĞƉĞƌĨŽƌŵĞĚƐŝŵŝůĂƌƐĞƌǀŝĐĞƐ͘ Z&ZEϭ͗Z&ZEϮ͗ ŽŵƉĂŶLJ͗ ĚĚƌĞƐƐ͗ dĞůĞƉŚŽŶĞ͗ ŽŶƚĂĐƚEĂŵĞ͗ ŽŶƚĂĐƚŵĂŝů͗ ŽŵƉĂŶLJŵĂŝů͗ Z&ZEϯ͗ Z&ZEϰ͗ ŽŵƉĂŶLJ͗ ĚĚƌĞƐƐ͗ dĞůĞƉŚŽŶĞ͗ ŽŶƚĂĐƚEĂŵĞ͗ ŽŶƚĂĐƚŵĂŝů͗ ŽŵƉĂŶLJŵĂŝů͗ ŽŵƉĂŶLJ͗ ĚĚƌĞƐƐ͗ dĞůĞƉŚŽŶĞ͗ ŽŶƚĂĐƚEĂŵĞ͗ ŽŶƚĂĐƚŵĂŝů͗ ŽŵƉĂŶLJŵĂŝů͗ ĚĚƌĞƐƐ͗ dĞůĞƉŚŽŶĞ͗ ŽŶƚĂĐƚEĂŵĞ͗ ŽŶƚĂĐƚŵĂŝů͗ ŽŵƉĂŶLJŵĂŝů͗ ŽŵƉĂŶLJ͗ KEdZdKZZ&ZE^ d,/^&KZDDh^dZdhZEt/d,zKhZZ^WKE^ All around maintenance and rehabs II LLC 12950 Starkey Road ,Largo,FL Unit I 33773 7 years 6 months 3 1 3 Countryside North HOA 2936 Pinewood run Palm Harbor ,FL 727-692-5839 Todd Allen toddandjaeqnc711@gmail.com toddandjaeqnc711@gmail.com City of Largo 1000 2nd street SE Largo,FL 727-599-1901 Andy Henjes Ahenjes@largo.com Ahenjes@largo.com Pinellas County School Board 1111 Belcher Road , Largo,FL 727-608-6456 Michael Hooper HOOPERMIC@pcsb.org HOOPERMIC@pcsb.org Crawford Maintenance Services 14028 Palm way ,Largo,FL 727-216-6469 Marina Crawford Marina@crawfordmain.com Marina@crawfordmain.com >dZKE/WzDEd;Wz>^Ϳ WŝŶĞůůĂƐŽƵŶƚLJ͕ŽĂƌĚŽĨŽƵŶƚLJŽŵŵŝƐƐŝŽŶĞƌƐ͕ŝƐŽĨĨĞƌŝŶŐĨĂƐƚĞƌƉĂLJŵĞŶƚƐ͘dŚĞŽƵŶƚLJǁŽƵůĚƉƌĞĨĞƌƚŽŵĂŬĞ ƉĂLJŵĞŶƚƵƐŝŶŐĐƌĞĚŝƚĐĂƌĚƚŚƌŽƵŐŚƚŚĞĞWĂLJĂďůĞƐƐLJƐƚĞŵ͘ tŽƵůĚLJŽƵƌĐŽŵƉĂŶLJĂĐĐĞƉƚƚŽƉĂƌƚŝĐŝƉĂƚĞŝŶƚŚĞĞWĂLJĂďůĞƐĐƌĞĚŝƚĐĂƌĚƉƌŽŐƌĂŵ͍ zĞƐ EŽ &ŽƌŵŽƌĞŝŶĨŽƌŵĂƚŝŽŶĂďŽƵƚĞWĂLJĂďůĞƐĐƌĞĚŝƚĐĂƌĚƉƌŽŐƌĂŵƉůĞĂƐĞǀŝƐŝƚƚŚĞWƵƌĐŚĂƐŝŶŐĞƉĂƌƚŵĞŶƚǁĞďƐŝƚĞ͗ ŚƚƚƉƐ͗ͬͬƉŝŶĞůůĂƐ͘ŐŽǀͬĞƉĂLJĂďůĞƐͲϮͬ ŽŵƉĂŶLJEĂŵĞ͗ WŚŽŶĞEƵŵďĞƌ͗ ŵĂŝů͗ ^ŝŐŶĂƚƵƌĞ͗ WƌŝŶƚEĂŵĞ͗ d,/^&KZDDh^dZdhZEt/d,zKhZZ^WKE^ All around maintenance and rehabs II LLC 727-455-2284 Allaroundmaint.rehab2@gmail.com Herman Anderson йĂLJƐWĂLJŵĞŶƚdĞƌŵƐ͗EĞƚϰϱ;ƉĞƌ&ůŽƌŝĚĂ^ƚĂƚƵƚĞ&͘^͘Ϯϭϴ͘ϳϯͿ ĞƉŽƐŝƚ;ŝĨƌĞƋƵŝƌĞĚͿŚĂƐďĞĞŶƉĂŝĚŝŶƚŚĞĂŵŽƵŶƚŽĨΨ WƌŽƉĞƌŽƌƉŽƌĂƚĞ/ĚĞŶƚŝƚLJŝƐŶĞĞĚĞĚĨŽƌĂĨŝƌŵƌĞŐŝƐƚĞƌĞĚǁŝƚŚƚŚĞ&ůŽƌŝĚĂŝǀŝƐŝŽŶŽĨŽƌƉŽƌĂƚŝŽŶƐ͘WůĞĂƐĞǀŝƐŝƚ ĚŽƐ͘ŵLJĨůŽƌŝĚĂ͘ĐŽŵͬƐƵŶďŝnjͬĨŽƌƚŚŝƐŝŶĨŽƌŵĂƚŝŽŶ͘/ƚŝƐĞƐƐĞŶƚŝĂůƚŽƌĞƚƵƌŶĂĐŽƉLJŽĨLJŽƵƌtͲϵǁŝƚŚLJŽƵƌƐƵďŵŝƚƚĂů͘ /ŚĞƌĞďLJĂŐƌĞĞƚŽĂďŝĚĞďLJĂůůĐŽŶĚŝƚŝŽŶƐŽĨƚŚŝƐƐŽůŝĐŝƚĂƚŝŽŶ͕ŝŶĐůƵĚŝŶŐĂůůŝŶƐƵƌĂŶĐĞƌĞƋƵŝƌĞŵĞŶƚƐ͕ĂŶĚĐĞƌƚŝĨLJƚŚĂƚ/Ăŵ ĂƵƚŚŽƌŝnjĞĚƚŽƐŝŐŶƚŚŝƐƐŽůŝĐŝƚĂƚŝŽŶĨŽƌƚŚĞǀĞŶĚŽƌ͘ ƵƚŚŽƌŝnjĞĚ^ŝŐŶĂƚƵƌĞ͗ WƌŝŶƚEĂŵĞ͗ dŝƚůĞ͗ /ƚŝƐƚŚĞƉŽůŝĐLJŽĨWŝŶĞůůĂƐŽƵŶƚLJ͕ŽĂƌĚŽĨŽƵŶƚLJŽŵŵŝƐƐŝŽŶĞƌƐ͕ƚŽĂĐĐĞƉƚƚŚĞůŽǁĞƐƚƌĞƐƉŽŶƐŝǀĞĂŶĚƌĞƐƉŽŶƐŝďůĞŽƌ ŚŝŐŚĞƐƚƌĂŶŬĞĚƐƵďŵŝƚƚĂůƌĞĐĞŝǀĞĚŵĞĞƚŝŶŐƐƉĞĐŝĨŝĐĂƚŝŽŶƐ͘EŽĐŚĂŶŐĞƐƌĞƋƵĞƐƚĞĚďLJĂǀĞŶĚŽƌĚƵĞƚŽĂŶĞƌƌŽƌŝŶ ƉƌŝĐŝŶŐǁŝůůďĞĐŽŶƐŝĚĞƌĞĚĂĨƚĞƌƚŚĞĂĚǀĞƌƚŝƐĞĚƐŽůŝĐŝƚĂƚŝŽŶŽƉĞŶŝŶŐĚĂƚĞ͘LJƐŝŐŶŝŶŐƚŚŝƐsĞŶĚŽƌ^ƵďŵŝƚƚĂů ĐŬŶŽǁůĞĚŐŵĞŶƚ&Žƌŵ͕ǀĞŶĚŽƌƐĂƌĞĂƚƚĞƐƚŝŶŐƚŽƚŚĞŝƌĂǁĂƌĞŶĞƐƐĂŶĚĂĐĐĞƉƚĂŶĐĞŽĨƚŚŝƐƉŽůŝĐLJĂŶĚĂŐƌĞĞŝŶŐƚŽĂůů ƐŽůŝĐŝƚĂƚŝŽŶŽĨƚĞƌŵƐĂŶĚĐŽŶĚŝƚŝŽŶƐ͕ŝŶĐůƵĚŝŶŐĂŶLJŝŶƐƵƌĂŶĐĞƌĞƋƵŝƌĞŵĞŶƚƐ͘ sĞŶĚŽƌEĂŵĞ;ĂƐƐŚŽǁŶŽŶtͲϵͿ͗ ŽŝŶŐƵƐŝŶĞƐƐƐ;Ϳ;ŝĨĂƉƉůŝĐĂďůĞͿ͗ DĂŝůŝŶŐĚĚƌĞƐƐ;ĂƐƐŚŽǁŶŽŶtͲϵͿ͗ ŝƚLJ͕^ƚĂƚĞ͕ŝƉ;ĂƐƐŚŽǁŶŽŶtͲϵͿ͗ sĞŶĚŽƌŵĂŝů;ƉƌŝŵĂƌLJĐŽŵƉĂŶLJĞŵĂŝůͿ͗ ZĞŵŝƚƚŽĂĚĚƌĞƐƐ;ĂƐƐŚŽǁŶŽŶǀĞŶĚŽƌŝŶǀŽŝĐĞͿ͗ &ĞĚĞƌĂůdĂdž/;&/EͿη͗ sĞŶĚŽƌŽŶƚĂĐƚ/ŶĨŽƌŵĂƚŝŽŶ ŽŶƚĂĐƚEĂŵĞ͗ WŚŽŶĞEƵŵďĞƌ͗ ŵĂŝůĚĚƌĞƐƐ͗ sEKZ^hD/dd><EKt>'DEd&KZD d,/^&KZDDh^dZdhZEt/d,zKhZZ^WKE^ All Around Maintenance and rehabs II LLC 12950 Starkey Road Unit I Largo, Florida, 33773 allaroundmaint.rehab2@gmail.com 81-5458026 Herman Anderson 727-455-2284 allaroundmaint.rehab2@gmail.com N/A N/A N/A Herman Anderson Owner Pinellas County PUBLIC WORKS Kelli Hammer Levy, Director Pinellas County Courthouse Annex Bldg., Sixth Floor, Clearwater, FL 33765 (727) 464-3311 EVALUATION TABULATION Invitation to Bid - Construction (ITB-C) - Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 1 EVALUATION TABULATION ITB-C No. 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract RESPONSE DEADLINE: June 6, 2024 at 3:00 pm Monday, June 10, 2024 SELECTED VENDOR TOTALS Vendor Total Southeast Dredging LLC $1,872,400.00 All Around Maintenance and Rebab II LLC. $3,500,710.00 BID SUBMITTAL Bid Submittal All Around Maintenance and Rebab II LLC. Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 1 Mobilization 15 EA $2,300.00 $34,500.00 X 2 Mobilization, Emergencies (24-hours) 2 EA $3,450.00 $6,900.00 X 3 MOT, Advanced Arrow Warning Panel (per each per day) 10 DAY $80.50 $805.00 X 4 MOT - Sign, Variable Message (3 lines) Temporary (per each per day) 10 DAY $104.00 $1,040.00 X 5 MOT - Sign, Work Zone (Temporary) (per each per day) 500 EA $7.00 $3,500.00 X 6 MOT - Barricade Type I, II, III / OR in place of Type 1 & 2, a Drum w/Flashing Lights, High Intensity Type B (Temporary), (per each per day) 50 EA $9.00 $450.00 9. Pricing Proposal EVALUATION TABULATION ITB-C No. 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 2 Bid Submittal All Around Maintenance and Rebab II LLC. Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 7 MOT - Off Duty Law Enforcement Officer 8 HR $75.00 $600.00 X 8 MOT - Flagman (per each flagman) 900 HR $29.00 $26,100.00 X 9 Clearing and Grubbing (less than 1 acre) 10 AC $1,725.00 $17,250.00 X 10 Clearing and Grubbing (1 to 5 Acres) 10 AC $1,725.00 $17,250.00 X 11 Clearing and Grubbing (more than 5 Acres) 5 AC $1,725.00 $8,625.00 X 12 Excavate Sediment & Debris 5000 CY $14.00 $70,000.00 X 13 Excavate Vegetation 10000 CY $5.00 $50,000.00 X 14 Grading (1 acre or less) 25000 SY $5.00 $125,000.00 X 15 Grading (more than 1 acre) 8000 SY $5.00 $40,000.00 X 16 Dredging, Hydraulic 3000 CY $69.00 $207,000.00 X 17 Borrow Materials, up to 500 feet from unloading location to placement location (provided by Contractor) 2000 CY $37.00 $74,000.00 X 18 Borrow Materials, up to 500 feet from unloading location to placement location (provided by County) 1000 CY $23.00 $23,000.00 X 19 Borrow Materials, greater than 500 feet from unloading location to placement location (provided by Contractor) 2000 CY $44.00 $88,000.00 X 20 Borrow Materials, greater than 500 feet from unloading location to placement location (provided by County) 1000 CY $29.00 $29,000.00 X 21 Mixing Borrow Materials 1000 CY $8.00 $8,000.00 X 22 Stabilization Type B LBR 40, 9” 100 SY $35.00 $3,500.00 X 23 Aquatic Harvesting of Vegetation 120 HR $173.00 $20,760.00 EVALUATION TABULATION ITB-C No. 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 3 Bid Submittal All Around Maintenance and Rebab II LLC. Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 24 Shoreline Conveyor (equipment time only) 20 HR $201.00 $4,020.00 X 25 Tree Trimming w/Bucket Truck 25 HR $115.00 $2,875.00 X 26 Tree Trimming, Roadside 25 HR $92.00 $2,300.00 X 27 Tree Trimming, Spot (Non- Bucket Truck) 50 HR $92.00 $4,600.00 X 28 Certified Arborist 60 HR $81.00 $4,860.00 X 29 Tree Removal (6” – 12” DBH) 550 EA $316.00 $173,800.00 X 30 Tree Removal (>12” – 24” DBH) 150 EA $920.00 $138,000.00 X 31 Tree Removal (> 24” DBH) 25 EA $3,450.00 $86,250.00 X 32 Stump Grinding (6” -12”) 100 EA $87.00 $8,700.00 X 33 Stump Grinding (>12” – 24”) 40 EA $138.00 $5,520.00 X 34 Stump Grinding (> 24”) 10 EA $288.00 $2,880.00 X 35 Treatment of Vegetation, (Garlon 4 or equal) 50 GAL $80.50 $4,025.00 X 36 Debris Disposal, Non- Vegetative 1000 TN $76.00 $76,000.00 X 37 Debris Disposal, Vegetation 3000 TN $126.50 $379,500.00 X 38 Sediment Disposal 12000 TN $67.00 $804,000.00 X 39 Floating Turbidity Barrier 1500 LF $8.00 $12,000.00 X 40 Staked Turbidity Barrier 500 LF $14.00 $7,000.00 X 41 Fence, Staked Silt FDOT Type III 900 LF $2.30 $2,070.00 X 42 Inlet Protection System 25 EA $46.00 $1,150.00 X 43 Synthetic Bales 50 LF $17.00 $850.00 X 44 Dewatering/Bypassing of Ditches and Ponds 250 DAY $920.00 $230,000.00 X 45 Topsoil, Organic (Prepared Soil Layer) 4” 100 CY $45.00 $4,500.00 EVALUATION TABULATION ITB-C No. 24-0336-ITB-C Open Conveyance Maintenance: Operation and Maintenance Work Order Contract Page 4 Bid Submittal All Around Maintenance and Rebab II LLC. Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 46 Sod, Argentine Bahia (Sand Grown) 25000 SY $7.00 $175,000.00 X 47 Sod, St. Augustine 7000 SY $8.00 $56,000.00 X 48 Seeding, Argentine Bahia 10000 SY $1.50 $15,000.00 X 49 Hydroseed, Argentine Bahia with Tackifier 6000 SY $2.00 $12,000.00 X 50 Wildflower/Grass Seed mix with PAM Tackifier 10000 SY $2.00 $20,000.00 X 51 Supplemental Charge: Hauling Sod to Hard to Access and Steep Sites 3000 SY $3.00 $9,000.00 X 52 Watering of Landscape Materials (1000 Gals per Unit) 40 1,000 Gals $115.00 $4,600.00 X 53 Watering, Hard to Access Areas (1000 Gals per Unit) 10 1,000 Gals $173.00 $1,730.00 X 54 Coconut Fiber Matting 22000 SY $4.00 $88,000.00 X 55 Straw Matting 15000 SY $4.00 $60,000.00 X 56 Turf Reinforcement Mat 5000 SY $7.50 $37,500.00 X 57 Concrete Cloth 1000 SY $104.00 $104,000.00 X 58 Riprap Rubble, Concrete 200 TN $138.00 $27,600.00 X 59 Riprap Rubble, Limerock 200 TN $138.00 $27,600.00 X 60 Labor, General 1000 HR $35.00 $35,000.00 X 61 Labor, Skilled 350 HR $50.00 $17,500.00 Total $3,500,710.00 MATERIALS ADDITIONAL Invitation to Bid - Construction (ITB-C) #24-0336-ITB-C Title: Open Conveyance Maintenance: Operation and Maintenance Work Order Contract 79 10. Appendices 10.1. Appendix 1 - Permits Contractor is responsible for all Permits. 10.2. APPENDIX 2 – SAMPLE CHANGE ORDER Please see #Attachments for an example. APPENDIX 2 – SAMPLE CHANGE ORDER APPENDIX 2 – SAMPLE CHANGE ORDER SAMPLE CHANGE ORDER PINELLAS COUNTY PURCHASING DEPARTMENT CLEARWATER, FLORIDA FISCAL NO. CHANGE ORDER NO. ACCOUNT NO. TO Total Agreement $ FOR Addition $ IN CONNECTION WITH New Total $ Deletion $ New Total Agreement $ Execution by the contractor of this Change Order shall be considered a waiver of all claims or request for additional time or compensation for any activities prior to time of execution related to items included in the Change Order. The contractor also acknowledges that payment authorized by this Change Order represents full and complete compensation for labor, materials, incidental expenses, overhead profit, impact cost, and time associated with this Work. Claim procedures are outlined in the Contract documents. Investigator Director of Purchasing APPROVED AS TO FORM: Accepted this day of OFFICE OF COUNTY ATTORNEY 20 By PINELLAS COUNTY Attorney BOARD OF COUNTY COMMISSIONERS By Chairman Attest: KEN BURKE, CLERK By Deputy Clerk Use Authorized Signatures Only Company By Title Witness APPENDIX 3 - SAMPLE APPLICATION FOR PAYMENT APPENDIX 3 – SAMPLE APPLICATION FOR PAYMENT APPLICATION AND CERTIFICATE FOR PAYMENT From (Contractor Name)Pinellas County Department Payment Application Number Purchase Order Number Payment Period From: to CHANGE ORDER SUMMARY PAYMENT SUMMARY Change Order # Date Approved Additions Deductions Original Agreement Amount $ Retainage __________ % Total Earned Less Retainage $ Less Previous Payments $ TOTAL NET CHANGE Current Payment Due $ I certify that the payment requested is in APPLICATION FOR PAYMENT APPROVED BY: accordance with the terms of the agreement dated _____________ and that previous Consultant or Design Professional/Engineer of Record payments have been used to pay obligations for materials supplied and work performed in conjunction with this project. In accordance Pinellas County ________ (Dept) Engineering Project Manager with the contract documents and in consideration of _____________ ____ paid. ___________________ (“Contractor”) releases Pinellas County Public Works and waives for itself and its subcontractors, materialmen, successors, and assigns, all claims demands, damages, costs and Director of ___________________ (Dept) expenses, whether in contract or in tort, against the Board of County Commissioners of Pinellas County, Florida, Ex Officio the governing Board of the Pinellas County (“County”) relating in any way to the performance of the agreement between contractors and owner, dated _______________ for the period from _________________ to _________________ Contractor Date EQUIPMENT LIST Surface Water Maintenance Services Proposal Name.: SUBMIT THIS DOCUMENT AS PART OF QUALIFICATION: Proposers shall demonstrate that they possess (or have access to [or leased]) a readily available and sufficient fleet of equipment to perform the services of this contract. Some of the necessary equipment requirements to complete the work includes, but is not limited to: 1. Excavators (mini and long arm) 2. Chainsaws, Chippers 3. Walking Excavator (Kaiser, Menzi, or equivalent) 4. Aquatic Vegetation Harvester (or equivalent) 5. Dump Trucks, Flatbed Trailers 6. Water Truck with a 2,000 gallon capacity and water hose able to reach extended ranges of 500 feet for hard to access sites and be equipped with a water meter and FDOT safety features 7. Traffic control equipment, cones, signage, barricades EQUIPMENT (include additional pages as needed) QUANTITY Mini Excavator / Attachments:mulcher,bucket 1 Chainsaws 6 Kaiser/ Attachments: 48in saw blade, mowing deck, bucket 1 Dump truck (1) and Flatbed Trailers (3) 4 Water tank with 500ft hose and 3in pump 1 Cones (50) and signage (20) 70 Service Trucks 2 Pickup truck 1 Skid Steer 1 Tractors with Busch hog 2 DISCLOSURE OF SUBCONTRACTORS   Surface Water Maintenance Services Proposal Name:     SUBMIT THIS DOCUMENT AS PART OF QUALIFICATION:   Proposers must list ALL proposed subcontractors to be utilized to perform any work of this contract. Provide name of firm, work role/responsibility and scope of work they will perform. If no subcontractors are proposed then indicate as such below.   † NO SUBCONTRACTORS    SUBCONTRACTOR NAME ADDRESS ROLE/TRADE PERFORMED  Always There Tree Service ϲϳϭϮKƐƚĞĞŶZŽĂĚ͕EĞǁWŽƌƚ ZŝĐŚĞLJ͕&ůϯϰϲϱϯ Tree Service Lake Brothers  Greater Tampa Bay Area Lakes/ Pond Treatments                          Point of Contact (POC) Organization/Company Name: Pinellas County POC at Site: Yes No N/A A. 1:Are there any significant Best Management Practice (BMPs) failures 2:Did pollutants leave the site 3:Is the site impacting any County owned easements without proper notifications 4:Has contaminated run-off from this site impacted Surface Waters or Storm System features on or off site 5: 6:Does the site have an active site plan, E & S plan, SPCC, and/or SWPPP 7: 8:Is the site or operator currently under some form of County or State regulatory action B. 1:Are all permanent storm water control and drainage features properly maintained and clean 2: 3:Is there any fuel storage and dispensory on site 4:Do all fuel storage areas have proper secondary containment and spill response BMPs 5:Are all spills (if any) properly documented, cleaned, and properly disposed of C.BMP Maintenance List Date Corrected Yes No N/A D. 1:Are stockpile areas and associated BMPs are properly maintained and managed 2:Is trash and debris properly contained and trash storage facilities properly covered 3:Were any illicit discharges or connections observed at the time of the inspection Photographs:Yes No Inspected by:Reviewed by:Review Date: Total Number: Other Maintenance Items: Follow-Up Date: CERTIFICATION: Documents shall be signed by the party that completes the document and that party shall make "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those were directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fines and imprisonment for knowing violations." the following certification: ***if more space is needed continue list on back of the inspection form Sample Result Summary: Sample Type: Does the site or operator have past recorded violations BMP Description Are all temporary BMPs properly installed and maintained BMP General Location Maintenance Need **use this portion for inspecting best management practices and recommendations to inspect in a follow up Date Evaluated: Address: City (if applicable): Current weather conditions: Office: Cell: Drainage Basin: Did turbidity sampling occur as a result of the site visit Pinellas County Public Works NPDES MS4 Stormwater Inspection Report Construction and Maintenance Projects Compliance Summary E-Mail Address: E-Mail Address: Date of last rain event: Office: Cell: Other: Site Name: ATTACHMENT 5 ***TO BE COMPLETED WEEKLY OR AFTER A 0.5 INCH RAIN EVENT*** Surface Water Maintenance Services Proposal Name: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0731 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors as listed below for citywide heavy equipment rental for operational needs in a cumulative annual not-to-exceed amount of $640,000.00 for an initial one-year term with two optional one-year renewals, pursuant to ITB 27-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: In response to the need for heavy equipment rentals to support both routine operations and emergency response following the impacts of multiple hurricanes during the 2024 season, a task force of departmental leaders was assembled to assess the City’s overall readiness. The task force evaluated key areas including staffing, facilities, preparedness, operations, and recovery capabilities. Their discussions focused on contingency planning and the challenges of continuing essential services should critical equipment become damaged or destroyed. The group concluded that it is neither practical nor financially sustainable for the City to own and maintain a fleet large enough to meet the demands of every potential emergency. Given the high cost and maintenance burden of such a fleet, the City identified the need for a pre-established rental contract to ensure timely and cost-effective access to heavy equipment during both day-to-day operations and post-disaster recovery. To address this, the Procurement Division issued Invitation to Bid (ITB) 27-25 for Heavy Equipment Rental on April 15, 2025. The solicitation sought rental pricing for a wide variety of equipment and received nine responsive bids from both nationally recognized and local vendors. Each bid was thoroughly evaluated to ensure the vendors could meet delivery and performance expectations in accordance with contract requirements. The resulting contracts cover more than 2,200 individual rental items and provide the City with pre-negotiated daily, weekly, and monthly rates. Establishing pricing and terms in advance enables the City to avoid costly delays and inflated rates, especially during emergencies when demand surges. Many of the awarded vendors maintain multiple locations throughout Florida, including regions less vulnerable to storm impacts, enhancing reliability and access during widespread events. Staff recommend awarding contracts to multiple vendors by category, based on the lowest responsive and responsible bids received per line item and rental term. This approach allows flexibility in sourcing the most cost-effective option available and ensures continued access to equipment should a primary vendor be unable to meet demand. Recommended Vendors: •A Coastal Equipment & Party Rental •Alta Construction Equipment Florida •Environmental Products Group •H&E Equipment Services Inc. •Herc Rentals Inc. •Linder Machinery Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0731 •Ring Power Corporation •Sunbelt Rentals Inc. •Synergy Equipment Response These agreements will streamline the equipment rental process by removing the need for time-consuming competitive bidding during critical times. Departments will be able to submit requests directly to awarded vendors and arrange delivery quickly, allowing staff to focus on operational needs rather than procurement processes. This will significantly reduce the administrative burden and improve response capabilities during emergencies. APPROPRIATION CODE AND AMOUNT: For operating use, funding is budgeted annually in multiple departments/cost centers in cost code 544100, rental equipment, funded by the using department’s operating fund. Funding includes $100,000 operational funding and $100,000 emergency funding from Parks & Recreation; $100,000 ($75,000 stormwater enterprise and $25,000 general fund) operational funding and $50,000 ($25,000 stormwater enterprise and $25,000 general fund) Public Works Department; $175,000 (utilities enterprise) operational funding and $25,000 (utilities enterprise) emergency funding; and $30,000 (solid waste enterprise) operational funding and $60,000 (solid waste enterprise) emergency funding. Operational funds may be utilized during emergencies as needed or additional emergency funds authorized. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Generate organizational success through collaborative engagement and inclusive decision-making to create shared value outcomes. Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 9/11/2025 Category Sub-category Line Item Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 10 Compaction & Paving Compaction and Paving - Double Drum 12 Compaction & Paving Compaction and Paving - Trench Rollers 3 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Bulk & Misc Bulk & Miscellaneous 6 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Compaction & Paving Compaction and Paving - Single Drum 10 Compaction & Paving Compaction and Paving - Single Drum 11 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Wheel Loader Attachments Compaction & Paving Compaction and Paving - Double Drum 15 Bulk & Misc Bulk & Miscellaneous 109 Bulk & Misc Bulk & Miscellaneous 110 Bulk & Misc Bulk & Miscellaneous 11 Bulk & Misc Bulk & Miscellaneous 111 Bulk & Misc Bulk & Miscellaneous 26 Bulk & Misc Bulk & Miscellaneous 6 Bulk & Misc Bulk & Miscellaneous 134 Bulk & Misc Bulk & Miscellaneous 109 Bulk & Misc Bulk & Miscellaneous 11 Bulk & Misc Bulk & Miscellaneous 52 Bulk & Misc Bulk & Miscellaneous 38 Bulk & Misc Bulk & Miscellaneous 110 Bulk & Misc Bulk & Miscellaneous 21 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 9 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 8 Bulk & Misc Bulk & Miscellaneous 27 Earthmoving Earthmoving - Skidsteer Attachments Bulk & Misc Bulk & Miscellaneous 28 Bulk & Misc Bulk & Miscellaneous 111 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 78 Bulk & Misc Bulk & Miscellaneous 53 Bulk & Misc Bulk & Miscellaneous 26 Bulk & Misc Bulk & Miscellaneous 12 Bulk & Misc Bulk & Miscellaneous 134 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 28 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 77 Bulk & Misc Bulk & Miscellaneous 136 Bulk & Misc Bulk & Miscellaneous 109 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Portable 2 Bulk & Misc Bulk & Miscellaneous 52 Bulk & Misc Bulk & Miscellaneous 79 Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Portable 5 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 7 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Backhoe Attachments Bulk & Misc Bulk & Miscellaneous 38 Earthmoving Earthmoving - Tractor Attachments Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 2 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 27 Bulk & Misc Bulk & Miscellaneous 78 Earthmoving Earthmoving - Wheel Loader Attachments Bulk & Misc Bulk & Miscellaneous 28 Bulk & Misc Bulk & Miscellaneous 8 Bulk & Misc Bulk & Miscellaneous 110 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 21 Power Generation Power Generation - Fuel Tanks 38 Earthmoving Earthmoving - Skidsteer Attachments Concrete & Masonry Concrete and Masonry - Chain Saws 3 Earthmoving Earthmoving - Skidsteer Attachments Contractor & Industrial Contractor and Industrial - Light Towers 15 Earthmoving Earthmoving - Skidsteer Attachments Bulk & Misc Bulk & Miscellaneous 9 Contractor & Industrial Contractor and Industrial - Light Towers 12 Contractor & Industrial Contractor and Industrial - Light Towers 13 Earthmoving Earthmoving - Tractor Attachments Bulk & Misc Bulk & Miscellaneous 134 Bulk & Misc Bulk & Miscellaneous 77 Contractor & Industrial Contractor and Industrial - Light Towers 14 Contractor & Industrial Contractor and Industrial - Light Towers 11 Contractor & Industrial Contractor and Industrial - Light Towers 23 Bulk & Misc Bulk & Miscellaneous 10 Earthmoving Earthmoving - Excavators Attachments Bulk & Misc Bulk & Miscellaneous 6 Bulk & Misc Bulk & Miscellaneous 136 Bulk & Misc Bulk & Miscellaneous 111 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Aerial Aerial - Electric Scissor Lifts 3 Earthmoving Earthmoving - Wheel Loader Attachments Climate Control Climate Control - Portable Air Conditioners 2 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Skidsteer Attachments Trucks & Trailers Trucks and Trailers - Dump Trailers 71 Concrete & Masonry Concrete and Masonry - Buggies 4 Bulk & Misc Bulk & Miscellaneous 53 Concrete & Masonry Concrete and Masonry - Buggies 5 Earthmoving Earthmoving - Skidsteer Attachments Concrete & Masonry Concrete and Masonry - Buggies 6 Concrete & Masonry Concrete and Masonry - Buggies 7 Bulk & Misc Bulk & Miscellaneous 26 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Bulk & Misc Bulk & Miscellaneous 78 Bulk & Misc Bulk & Miscellaneous 12 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Bulk & Misc Bulk & Miscellaneous 79 Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Power Generation Power Generation - Generators 13 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 2 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 10 Earthmoving Earthmoving - Walk-Behind Trenchers Bulk & Misc Bulk & Miscellaneous 52 Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Tractor Attachments Aerial Aerial - Rough Terrain Scissor Lifts 6 Bulk & Misc Bulk & Miscellaneous 136 Earthmoving Earthmoving - Mini Excavators Power Generation Power Generation - Portable 2 Power Generation Power Generation - Portable 5 Aerial Aerial - Electric Scissor Lifts 3 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Bulk & Misc Bulk & Miscellaneous 38 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Skidsteer Loaders Material Handling Material Handling - Warehouse Forklifts 4 Bulk & Misc Bulk & Miscellaneous 8 Bulk & Misc Bulk & Miscellaneous 9 Aerial Aerial - Electric Scissor Lifts 5 Aerial Aerial - Electric Scissor Lifts 4 Bulk & Misc Bulk & Miscellaneous 27 Bulk & Misc Bulk & Miscellaneous 7 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Skidsteer Attachments Bulk & Misc Bulk & Miscellaneous 10 Contractor & Industrial Contractor and Industrial - Brush Chippers 30 Earthmoving Earthmoving - Mini Excavators Contractor & Industrial Contractor and Industrial - Light Towers 14 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Fuel Tanks 38 Bulk & Misc Bulk & Miscellaneous 28 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Track Loaders Aerial Aerial - Boom Lifts Articulated 8 Compaction & Paving Compaction and Paving - Single Drum 9 Contractor & Industrial Contractor and Industrial - Light Towers 15 Earthmoving Earthmoving - Wheel Loader Attachments Compaction & Paving Compaction and Paving - Double Drum 13 Contractor & Industrial Contractor and Industrial - Light Towers 12 Contractor & Industrial Contractor and Industrial - Light Towers 13 Contractor & Industrial Contractor and Industrial - Light Towers 11 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Portable 14 Earthmoving Earthmoving - Mini Excavators Power Generation Power Generation - Generators 15 Power Generation Power Generation - Portable 16 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Track Loaders Power Generation Power Generation - Fuel Tanks 41 Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Agricultural Tractors Material Handling Material Handling - Telehandler Forklifts 6 Earthmoving Earthmoving - Tractor Attachments Compaction & Paving Compaction and Paving - Single Drum 8 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Track Loaders Aerial Aerial - Boom Lifts Articulated 7 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Contractor & Industrial Contractor and Industrial - Street Sweepers 4 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Material Handling Material Handling - Warehouse Forklifts 5 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Aerial Aerial - Boom Lifts Articulated 9 Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Ride-On Trenchers Aerial Aerial - Electric Scissor Lifts 3 Trucks & Trailers Trucks and Trailers - Dump Trucks 25 Concrete & Masonry Concrete and Masonry - Chain Saws 3 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Fuel Tanks 42 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Pumps Pump - Trash Pumps w/ suction and discharge hoses 22 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Skidsteer Attachments Aerial Aerial - Boom Lifts Articulated 10 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Wheel Loader Attachments Power Generation Power Generation - Generators 13 Earthmoving Earthmoving - Mini Excavators Concrete & Masonry Concrete and Masonry - Buggies 7 Contractor & Industrial Contractor and Industrial - Brush Chippers 32 Earthmoving Earthmoving - Backhoe Attachments Material Handling Material Handling - Telehandler Forklifts 7 Bulk & Misc Bulk & Miscellaneous 79 Bulk & Misc Bulk & Miscellaneous 53 Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Loaders Concrete & Masonry Concrete and Masonry - Buggies 5 Contractor & Industrial Contractor and Industrial - Stump Grinders 35 Concrete & Masonry Concrete and Masonry - Buggies 6 Concrete & Masonry Concrete and Masonry - Buggies 4 Earthmoving Earthmoving - Skidsteer Attachments Trucks & Trailers Trucks and Trailers - Water Trucks 14 Trucks & Trailers Trucks and Trailers - Water Trucks 77 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Power Generation Power Generation - Generators 18 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 10 Power Generation Power Generation - Portable 2 Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Wheel Loaders Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 2 Compaction & Paving Compaction and Paving - Single Drum 4 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Contractor & Industrial Contractor and Industrial - Light Towers 14 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Backhoe Attachments Power Generation Power Generation - Portable 5 Aerial Aerial - Rough Terrain Scissor Lifts 6 Material Handling Material Handling - Warehouse Forklifts 4 Aerial Aerial - Electric Scissor Lifts 5 Aerial Aerial - Electric Scissor Lifts 4 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Walk-Behind Trenchers Power Generation Power Generation - Generators 20 Compaction & Paving Compaction and Paving - Double Drum 12 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Wheel Loaders Trucks & Trailers Trucks and Trailers - Water Trucks 15 Trucks & Trailers Trucks and Trailers - Water Trucks 78 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Compaction & Paving Compaction and Paving - Single Drum 5 Power Generation Power Generation - Generators 21 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Attachments Power Generation Power Generation - Portable 14 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Tractor Attachments Power Generation Power Generation - Generators 15 Aerial Aerial - Boom Lifts Articulated 7 Aerial Aerial - Boom Lifts Articulated 8 Power Generation Power Generation - Fuel Tanks 38 Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Aerial Aerial - Boom Lifts Articulated 11 Earthmoving Earthmoving - Dozers Compaction & Paving Compaction and Paving - Single Drum 6 Compaction & Paving Compaction and Paving - Double Drum 15 Earthmoving Earthmoving - Tractor Attachments Compaction & Paving Compaction and Paving - Double Drum 13 Aerial Aerial - Boom Lifts Articulated 9 Compaction & Paving Compaction and Paving - Trench Rollers 2 Compaction & Paving Compaction and Paving - Trench Rollers 3 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Wheel Loaders Trucks & Trailers Trucks and Trailers - Dump Trailers 71 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Compaction & Paving Compaction and Paving - Single Drum 9 Contractor & Industrial Contractor and Industrial - Light Towers 15 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Contractor & Industrial Contractor and Industrial - Light Towers 12 Contractor & Industrial Contractor and Industrial - Light Towers 13 Contractor & Industrial Contractor and Industrial - Light Towers 11 Earthmoving Earthmoving - Mini Excavators Material Handling Material Handling - Telehandler Forklifts 6 Contractor & Industrial Contractor and Industrial - Brush Chippers 30 Earthmoving Earthmoving - Mini Excavators Power Generation Power Generation - Portable 16 Earthmoving Earthmoving - Excavators Concrete & Masonry Concrete and Masonry - Chain Saws 3 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Compaction & Paving Compaction and Paving - Single Drum 8 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Loaders Contractor & Industrial Contractor and Industrial - Street Sweepers 4 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Generators 23 Power Generation Power Generation - Generators 24 Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Track Loaders Material Handling Material Handling - Warehouse Forklifts 5 Concrete & Masonry Concrete and Masonry - Buggies 5 Power Generation Power Generation - Generators 27 Power Generation Power Generation - Fuel Tanks 41 Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Aerial Aerial - Boom Lifts Articulated 10 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Ride-On Trenchers Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Excavators Attachments Concrete & Masonry Concrete and Masonry - Buggies 7 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Dozers Trucks & Trailers Trucks and Trailers - Dump Trucks 25 Pumps Pump - Trash Pumps w/ suction and discharge hoses 22 Power Generation Power Generation - Generators 13 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Material Handling Material Handling - Telehandler Forklifts 7 Concrete & Masonry Concrete and Masonry - Buggies 6 Concrete & Masonry Concrete and Masonry - Buggies 4 Compaction & Paving Compaction and Paving - Single Drum 10 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Aerial Aerial - Rough Terrain Scissor Lifts 6 Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Fuel Tanks 42 Power Generation Power Generation - Generators 18 Aerial Aerial - Electric Scissor Lifts 5 Aerial Aerial - Electric Scissor Lifts 4 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Wheel Loaders Trucks & Trailers Trucks and Trailers - Water Trucks 14 Trucks & Trailers Trucks and Trailers - Water Trucks 77 Earthmoving Earthmoving - Track Loaders Compaction & Paving Compaction and Paving - Single Drum 11 Power Generation Power Generation - Portable 14 Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Walk-Behind Trenchers Compaction & Paving Compaction and Paving - Double Drum 12 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Skidsteer Loaders Aerial Aerial - Boom Lifts Articulated 12 Power Generation Power Generation - Fuel Tanks 41 Earthmoving Earthmoving - Skidsteer Attachments Compaction & Paving Compaction and Paving - Single Drum 4 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Loaders Power Generation Power Generation - Generators 15 Aerial Aerial - Boom Lifts Articulated 7 Material Handling Material Handling - Warehouse Forklifts 4 Compaction & Paving Compaction and Paving - Trench Rollers 2 Compaction & Paving Compaction and Paving - Trench Rollers 3 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Aerial Aerial - Boom Lifts Articulated 13 Earthmoving Earthmoving - Wheel Loaders Material Handling Material Handling - Telehandler Forklifts 6 Compaction & Paving Compaction and Paving - Single Drum 5 Earthmoving Earthmoving - Mini Excavators Aerial Aerial - Boom Lifts Articulated 9 Earthmoving Earthmoving - Excavators Power Generation Power Generation - Generators 20 Contractor & Industrial Contractor and Industrial - Brush Chippers 30 Earthmoving Earthmoving - Excavators Attachments Power Generation Power Generation - Generators 21 Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Aerial Aerial - Boom Lifts Articulated 11 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Compaction & Paving Compaction and Paving - Single Drum 6 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Power Generation Power Generation - Generators 24 Compaction & Paving Compaction and Paving - Double Drum 13 Power Generation Power Generation - Portable 16 Earthmoving Earthmoving - Mini Excavators Trucks & Trailers Trucks and Trailers - Water Trucks 15 Trucks & Trailers Trucks and Trailers - Water Trucks 78 Earthmoving Earthmoving - Tractor Attachments Compaction & Paving Compaction and Paving - Double Drum 15 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Aerial Aerial - Boom Lifts Articulated 8 Power Generation Power Generation - Generators 29 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Agricultural Tractors Power Generation Power Generation - Generators 23 Earthmoving Earthmoving - Excavators Material Handling Material Handling - Telehandler Forklifts 7 Earthmoving Earthmoving - Excavators Material Handling Material Handling - Warehouse Forklifts 5 Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Ride-On Trenchers Contractor & Industrial Contractor and Industrial - Street Sweepers 4 Power Generation Power Generation - Generators 32 Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Track Loaders Aerial Aerial - Boom Lifts Articulated 10 Compaction & Paving Compaction and Paving - Single Drum 8 Compaction & Paving Compaction and Paving - Single Drum 9 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Track Loaders Power Generation Power Generation - Generators 27 Trucks & Trailers Trucks and Trailers - Dump Trucks 25 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Fuel Tanks 42 Earthmoving Earthmoving - Track Loaders Pumps Pump - Trash Pumps w/ suction and discharge hoses 22 Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Track Loaders Trucks & Trailers Trucks and Trailers - Water Trucks 14 Trucks & Trailers Trucks and Trailers - Water Trucks 77 Compaction & Paving Compaction and Paving - Single Drum 10 Compaction & Paving Compaction and Paving - Single Drum 4 Earthmoving Earthmoving - Excavators Power Generation Power Generation - Generators 18 Earthmoving Earthmoving - Dozers Aerial Aerial - Boom Lifts Articulated 11 Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Aerial Aerial - Boom Lifts Articulated 12 Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Wheel Loaders Compaction & Paving Compaction and Paving - Single Drum 11 Compaction & Paving Compaction and Paving - Single Drum 5 Earthmoving Earthmoving - Excavators Attachments Power Generation Power Generation - Generators 20 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Power Generation Power Generation - Generators 21 Aerial Aerial - Boom Lifts Articulated 13 Power Generation Power Generation - Generators 33 Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Excavators Attachments Trucks & Trailers Trucks and Trailers - Water Trucks 15 Trucks & Trailers Trucks and Trailers - Water Trucks 78 Compaction & Paving Compaction and Paving - Single Drum 6 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Wheel Loaders Compaction & Paving Compaction and Paving - Single Drum 7 Compaction & Paving Compaction and Paving - Single Drum 7 Compaction & Paving Compaction and Paving - Single Drum 7 Earthmoving Earthmoving - Dozers Power Generation Power Generation - Generators 23 Power Generation Power Generation - Generators 24 Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Excavators Power Generation Power Generation - Generators 27 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Dozers Power Generation Power Generation - Generators 32 Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Aerial Aerial - Boom Lifts Articulated 12 Aerial Aerial - Boom Lifts Articulated 13 Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Power Generation Power Generation - Generators 33 Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Trucks & Trailers Trucks and Trailers - Off- Road Dump Trucks 32 Trucks & Trailers Trucks and Trailers - Off- Road Dump Trucks 32 Power Generation Power Generation - Generators 29 Trucks & Trailers Trucks and Trailers - Off- Road Dump Trucks 32 Power Generation Power Generation - Generators 32 Earthmoving Earthmoving - Skidsteer Loaders Power Generation Power Generation - Generators 33 Trucks & Trailers Trucks and Trailers - Arrow Boards 50 Bulk & Misc Bulk & Miscellaneous 7 Bulk & Misc Bulk & Miscellaneous 21 Bulk & Misc Bulk & Miscellaneous 11 Bulk & Misc Bulk & Miscellaneous 12 Compaction & Paving Compaction and Paving - Trench Rollers 2 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Wheel Loader Attachments Bulk & Misc Bulk & Miscellaneous 77 Bulk & Misc Bulk & Miscellaneous 115 Bulk & Misc Bulk & Miscellaneous 115 Bulk & Misc Bulk & Miscellaneous 115 Bulk & Misc Bulk & Miscellaneous 121 Bulk & Misc Bulk & Miscellaneous 121 Bulk & Misc Bulk & Miscellaneous 121 Bulk & Misc Bulk & Miscellaneous 120 Bulk & Misc Bulk & Miscellaneous 120 Bulk & Misc Bulk & Miscellaneous 120 Bulk & Misc Bulk & Miscellaneous 126 Bulk & Misc Bulk & Miscellaneous 126 Bulk & Misc Bulk & Miscellaneous 126 Bulk & Misc Bulk & Miscellaneous 124 Bulk & Misc Bulk & Miscellaneous 124 Bulk & Misc Bulk & Miscellaneous 124 Bulk & Misc Bulk & Miscellaneous 125 Bulk & Misc Bulk & Miscellaneous 125 Bulk & Misc Bulk & Miscellaneous 125 Bulk & Misc Bulk & Miscellaneous 114 Bulk & Misc Bulk & Miscellaneous 114 Bulk & Misc Bulk & Miscellaneous 114 Bulk & Misc Bulk & Miscellaneous 146 Bulk & Misc Bulk & Miscellaneous 146 Bulk & Misc Bulk & Miscellaneous 66 Bulk & Misc Bulk & Miscellaneous 66 Bulk & Misc Bulk & Miscellaneous 66 Bulk & Misc Bulk & Miscellaneous 67 Bulk & Misc Bulk & Miscellaneous 67 Bulk & Misc Bulk & Miscellaneous 67 Bulk & Misc Bulk & Miscellaneous 70 Bulk & Misc Bulk & Miscellaneous 70 Bulk & Misc Bulk & Miscellaneous 70 Bulk & Misc Bulk & Miscellaneous 71 Bulk & Misc Bulk & Miscellaneous 71 Bulk & Misc Bulk & Miscellaneous 71 Bulk & Misc Bulk & Miscellaneous 57 Bulk & Misc Bulk & Miscellaneous 57 Bulk & Misc Bulk & Miscellaneous 57 Bulk & Misc Bulk & Miscellaneous 58 Bulk & Misc Bulk & Miscellaneous 58 Bulk & Misc Bulk & Miscellaneous 58 Bulk & Misc Bulk & Miscellaneous 59 Bulk & Misc Bulk & Miscellaneous 59 Bulk & Misc Bulk & Miscellaneous 59 Bulk & Misc Bulk & Miscellaneous 51 Bulk & Misc Bulk & Miscellaneous 51 Bulk & Misc Bulk & Miscellaneous 51 Bulk & Misc Bulk & Miscellaneous 54 Bulk & Misc Bulk & Miscellaneous 54 Bulk & Misc Bulk & Miscellaneous 54 Bulk & Misc Bulk & Miscellaneous 55 Bulk & Misc Bulk & Miscellaneous 55 Bulk & Misc Bulk & Miscellaneous 55 Bulk & Misc Bulk & Miscellaneous 56 Bulk & Misc Bulk & Miscellaneous 56 Bulk & Misc Bulk & Miscellaneous 56 Bulk & Misc Bulk & Miscellaneous 130 Bulk & Misc Bulk & Miscellaneous 130 Bulk & Misc Bulk & Miscellaneous 130 Bulk & Misc Bulk & Miscellaneous 129 Bulk & Misc Bulk & Miscellaneous 129 Bulk & Misc Bulk & Miscellaneous 129 Bulk & Misc Bulk & Miscellaneous 131 Bulk & Misc Bulk & Miscellaneous 131 Bulk & Misc Bulk & Miscellaneous 131 Bulk & Misc Bulk & Miscellaneous 133 Bulk & Misc Bulk & Miscellaneous 133 Bulk & Misc Bulk & Miscellaneous 133 Bulk & Misc Bulk & Miscellaneous 132 Bulk & Misc Bulk & Miscellaneous 132 Bulk & Misc Bulk & Miscellaneous 132 Bulk & Misc Bulk & Miscellaneous 112 Bulk & Misc Bulk & Miscellaneous 112 Bulk & Misc Bulk & Miscellaneous 112 Bulk & Misc Bulk & Miscellaneous 127 Bulk & Misc Bulk & Miscellaneous 127 Bulk & Misc Bulk & Miscellaneous 127 Bulk & Misc Bulk & Miscellaneous 29 Bulk & Misc Bulk & Miscellaneous 29 Bulk & Misc Bulk & Miscellaneous 29 Bulk & Misc Bulk & Miscellaneous 30 Bulk & Misc Bulk & Miscellaneous 30 Bulk & Misc Bulk & Miscellaneous 30 Bulk & Misc Bulk & Miscellaneous 18 Bulk & Misc Bulk & Miscellaneous 19 Bulk & Misc Bulk & Miscellaneous 18 Bulk & Misc Bulk & Miscellaneous 19 Bulk & Misc Bulk & Miscellaneous 18 Bulk & Misc Bulk & Miscellaneous 19 Bulk & Misc Bulk & Miscellaneous 20 Bulk & Misc Bulk & Miscellaneous 20 Bulk & Misc Bulk & Miscellaneous 22 Bulk & Misc Bulk & Miscellaneous 22 Bulk & Misc Bulk & Miscellaneous 22 Bulk & Misc Bulk & Miscellaneous 23 Bulk & Misc Bulk & Miscellaneous 23 Bulk & Misc Bulk & Miscellaneous 23 Bulk & Misc Bulk & Miscellaneous 24 Bulk & Misc Bulk & Miscellaneous 24 Bulk & Misc Bulk & Miscellaneous 24 Bulk & Misc Bulk & Miscellaneous 25 Bulk & Misc Bulk & Miscellaneous 25 Bulk & Misc Bulk & Miscellaneous 25 Bulk & Misc Bulk & Miscellaneous 102 Bulk & Misc Bulk & Miscellaneous 102 Bulk & Misc Bulk & Miscellaneous 102 Bulk & Misc Bulk & Miscellaneous 103 Bulk & Misc Bulk & Miscellaneous 103 Bulk & Misc Bulk & Miscellaneous 103 Bulk & Misc Bulk & Miscellaneous 98 Bulk & Misc Bulk & Miscellaneous 98 Bulk & Misc Bulk & Miscellaneous 98 Bulk & Misc Bulk & Miscellaneous 99 Bulk & Misc Bulk & Miscellaneous 99 Bulk & Misc Bulk & Miscellaneous 99 Bulk & Misc Bulk & Miscellaneous 100 Bulk & Misc Bulk & Miscellaneous 100 Bulk & Misc Bulk & Miscellaneous 100 Bulk & Misc Bulk & Miscellaneous 74 Bulk & Misc Bulk & Miscellaneous 74 Bulk & Misc Bulk & Miscellaneous 74 Bulk & Misc Bulk & Miscellaneous 75 Bulk & Misc Bulk & Miscellaneous 75 Bulk & Misc Bulk & Miscellaneous 75 Bulk & Misc Bulk & Miscellaneous 76 Bulk & Misc Bulk & Miscellaneous 76 Bulk & Misc Bulk & Miscellaneous 76 Bulk & Misc Bulk & Miscellaneous 80 Bulk & Misc Bulk & Miscellaneous 80 Bulk & Misc Bulk & Miscellaneous 80 Bulk & Misc Bulk & Miscellaneous 108 Bulk & Misc Bulk & Miscellaneous 108 Bulk & Misc Bulk & Miscellaneous 108 Bulk & Misc Bulk & Miscellaneous 105 Bulk & Misc Bulk & Miscellaneous 105 Bulk & Misc Bulk & Miscellaneous 105 Bulk & Misc Bulk & Miscellaneous 106 Bulk & Misc Bulk & Miscellaneous 106 Bulk & Misc Bulk & Miscellaneous 106 Bulk & Misc Bulk & Miscellaneous 107 Bulk & Misc Bulk & Miscellaneous 107 Bulk & Misc Bulk & Miscellaneous 107 Bulk & Misc Bulk & Miscellaneous 83 Bulk & Misc Bulk & Miscellaneous 83 Bulk & Misc Bulk & Miscellaneous 83 Bulk & Misc Bulk & Miscellaneous 84 Bulk & Misc Bulk & Miscellaneous 84 Bulk & Misc Bulk & Miscellaneous 84 Bulk & Misc Bulk & Miscellaneous 33 Bulk & Misc Bulk & Miscellaneous 33 Bulk & Misc Bulk & Miscellaneous 33 Bulk & Misc Bulk & Miscellaneous 34 Bulk & Misc Bulk & Miscellaneous 34 Bulk & Misc Bulk & Miscellaneous 34 Bulk & Misc Bulk & Miscellaneous 142 Bulk & Misc Bulk & Miscellaneous 142 Bulk & Misc Bulk & Miscellaneous 142 Bulk & Misc Bulk & Miscellaneous 141 Bulk & Misc Bulk & Miscellaneous 141 Bulk & Misc Bulk & Miscellaneous 141 Bulk & Misc Bulk & Miscellaneous 140 Bulk & Misc Bulk & Miscellaneous 140 Bulk & Misc Bulk & Miscellaneous 140 Bulk & Misc Bulk & Miscellaneous 139 Bulk & Misc Bulk & Miscellaneous 139 Bulk & Misc Bulk & Miscellaneous 139 Bulk & Misc Bulk & Miscellaneous 137 Bulk & Misc Bulk & Miscellaneous 137 Bulk & Misc Bulk & Miscellaneous 137 Bulk & Misc Bulk & Miscellaneous 138 Bulk & Misc Bulk & Miscellaneous 138 Bulk & Misc Bulk & Miscellaneous 138 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 14 Bulk & Misc Bulk & Miscellaneous 14 Bulk & Misc Bulk & Miscellaneous 14 Bulk & Misc Bulk & Miscellaneous 13 Bulk & Misc Bulk & Miscellaneous 13 Bulk & Misc Bulk & Miscellaneous 13 Bulk & Misc Bulk & Miscellaneous 15 Bulk & Misc Bulk & Miscellaneous 15 Bulk & Misc Bulk & Miscellaneous 15 Bulk & Misc Bulk & Miscellaneous 16 Bulk & Misc Bulk & Miscellaneous 16 Bulk & Misc Bulk & Miscellaneous 16 Bulk & Misc Bulk & Miscellaneous 88 Bulk & Misc Bulk & Miscellaneous 88 Bulk & Misc Bulk & Miscellaneous 89 Bulk & Misc Bulk & Miscellaneous 89 Bulk & Misc Bulk & Miscellaneous 89 Bulk & Misc Bulk & Miscellaneous 90 Bulk & Misc Bulk & Miscellaneous 90 Bulk & Misc Bulk & Miscellaneous 90 Bulk & Misc Bulk & Miscellaneous 93 Bulk & Misc Bulk & Miscellaneous 93 Bulk & Misc Bulk & Miscellaneous 93 Bulk & Misc Bulk & Miscellaneous 94 Bulk & Misc Bulk & Miscellaneous 94 Bulk & Misc Bulk & Miscellaneous 94 Bulk & Misc Bulk & Miscellaneous 92 Bulk & Misc Bulk & Miscellaneous 92 Bulk & Misc Bulk & Miscellaneous 92 Bulk & Misc Bulk & Miscellaneous 45 Bulk & Misc Bulk & Miscellaneous 45 Bulk & Misc Bulk & Miscellaneous 45 Bulk & Misc Bulk & Miscellaneous 46 Bulk & Misc Bulk & Miscellaneous 46 Bulk & Misc Bulk & Miscellaneous 46 Bulk & Misc Bulk & Miscellaneous 41 Bulk & Misc Bulk & Miscellaneous 41 Bulk & Misc Bulk & Miscellaneous 41 Bulk & Misc Bulk & Miscellaneous 42 Bulk & Misc Bulk & Miscellaneous 42 Bulk & Misc Bulk & Miscellaneous 42 Bulk & Misc Bulk & Miscellaneous 43 Bulk & Misc Bulk & Miscellaneous 43 Bulk & Misc Bulk & Miscellaneous 43 Bulk & Misc Bulk & Miscellaneous 44 Bulk & Misc Bulk & Miscellaneous 44 Bulk & Misc Bulk & Miscellaneous 44 Bulk & Misc Bulk & Miscellaneous 36 Bulk & Misc Bulk & Miscellaneous 36 Bulk & Misc Bulk & Miscellaneous 37 Bulk & Misc Bulk & Miscellaneous 37 Bulk & Misc Bulk & Miscellaneous 39 Bulk & Misc Bulk & Miscellaneous 39 Bulk & Misc Bulk & Miscellaneous 39 Bulk & Misc Bulk & Miscellaneous 40 Bulk & Misc Bulk & Miscellaneous 40 Bulk & Misc Bulk & Miscellaneous 40 Bulk & Misc Bulk & Miscellaneous 49 Bulk & Misc Bulk & Miscellaneous 49 Bulk & Misc Bulk & Miscellaneous 49 Bulk & Misc Bulk & Miscellaneous 50 Bulk & Misc Bulk & Miscellaneous 50 Bulk & Misc Bulk & Miscellaneous 50 Bulk & Misc Bulk & Miscellaneous 48 Bulk & Misc Bulk & Miscellaneous 48 Bulk & Misc Bulk & Miscellaneous 48 Bulk & Misc Bulk & Miscellaneous 47 Bulk & Misc Bulk & Miscellaneous 47 Bulk & Misc Bulk & Miscellaneous 47 Bulk & Misc Bulk & Miscellaneous 135 Bulk & Misc Bulk & Miscellaneous 135 Bulk & Misc Bulk & Miscellaneous 135 Climate Control Climate Control - Portable Air Conditioners 2 Climate Control Climate Control - Portable Air Conditioners 2 Climate Control Climate Control - Air Conditioners With Heat 6 Climate Control Climate Control - Air Conditioners With Heat 6 Climate Control Climate Control - Air Conditioners With Heat 6 Climate Control Climate Control - Air Conditioners 7 Climate Control Climate Control - Air Conditioners 7 Climate Control Climate Control - Air Conditioners 7 Climate Control Climate Control - Air Conditioners With Heat 5 Climate Control Climate Control - Air Conditioners With Heat 5 Climate Control Climate Control - Air Conditioners With Heat 5 Compaction & Paving Compaction and Paving - Tamper Attachments 20 Compaction & Paving Compaction and Paving - Tamper Attachments 20 Compaction & Paving Compaction and Paving - Tamper Attachments 20 Compaction & Paving Compaction and Paving - Double Drum 14 Compaction & Paving Compaction and Paving - Double Drum 14 Compaction & Paving Compaction and Paving - Double Drum 14 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 9 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 9 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 9 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 11 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 11 Concrete & Masonry Concrete and Masonry - Handheld Cutoff Saws 11 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 13 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 13 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 13 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 14 Contractor & Industrial Contractor and Industrial - Brush Chippers 31 Contractor & Industrial Contractor and Industrial - Brush Chippers 31 Contractor & Industrial Contractor and Industrial - Brush Chippers 31 Contractor & Industrial Contractor and Industrial - Brush Chippers 32 Contractor & Industrial Contractor and Industrial - Brush Chippers 32 Contractor & Industrial Contractor and Industrial - Chain Saws 27 Contractor & Industrial Contractor and Industrial - Light Towers 10 Contractor & Industrial Contractor and Industrial - Light Towers 22 Contractor & Industrial Contractor and Industrial - Light Towers 10 Contractor & Industrial Contractor and Industrial - Light Towers 22 Contractor & Industrial Contractor and Industrial - Light Towers 10 Contractor & Industrial Contractor and Industrial - Light Towers 22 Contractor & Industrial Contractor and Industrial - Light Towers 9 Contractor & Industrial Contractor and Industrial - Light Towers 21 Contractor & Industrial Contractor and Industrial - Light Towers 9 Contractor & Industrial Contractor and Industrial - Light Towers 21 Contractor & Industrial Contractor and Industrial - Light Towers 9 Contractor & Industrial Contractor and Industrial - Light Towers 21 Contractor & Industrial Contractor and Industrial - Light Towers 23 Contractor & Industrial Contractor and Industrial - Light Towers 23 Contractor & Industrial Contractor and Industrial - Pole Pruners 25 Contractor & Industrial Contractor and Industrial - Stump Grinders 34 Contractor & Industrial Contractor and Industrial - Stump Grinders 34 Contractor & Industrial Contractor and Industrial - Stump Grinders 34 Contractor & Industrial Contractor and Industrial - Stump Grinders 35 Contractor & Industrial Contractor and Industrial - Stump Grinders 35 Contractor & Industrial Contractor and Industrial - Portable 5 Contractor & Industrial Contractor and Industrial - Portable 5 Contractor & Industrial Contractor and Industrial - Portable 5 Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Track Loaders Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Tracked Mini Skidloaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Tractor Attachments Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Walk-Behind Trenchers Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Material Handling Material Handling - Warehouse Forklifts 2 Material Handling Material Handling - Warehouse Forklifts 2 Material Handling Material Handling - Warehouse Forklifts 2 Material Handling Material Handling - Warehouse Forklifts 3 Material Handling Material Handling - Warehouse Forklifts 3 Power Generation Power Generation - Generators 19 Power Generation Power Generation - Generators 19 Power Generation Power Generation - Generators 19 Power Generation Power Generation - Portable 7 Power Generation Power Generation - Portable 7 Power Generation Power Generation - Portable 7 Power Generation Power Generation - Generators 12 Power Generation Power Generation - Generators 12 Power Generation Power Generation - Generators 12 Power Generation Power Generation - Generators 34 Power Generation Power Generation - Generators 34 Power Generation Power Generation - Generators 34 Power Generation Power Generation - Portable 9 Power Generation Power Generation - Portable 9 Power Generation Power Generation - Portable 9 Power Generation Power Generation - Generators 22 Power Generation Power Generation - Generators 22 Power Generation Power Generation - Generators 22 Power Generation Power Generation - Portable 10 Power Generation Power Generation - Portable 10 Power Generation Power Generation - Portable 10 Power Generation Power Generation - Generators 25 Power Generation Power Generation - Generators 25 Power Generation Power Generation - Generators 25 Power Generation Power Generation - Portable 26 Power Generation Power Generation - Portable 26 Power Generation Power Generation - Portable 26 Power Generation Power Generation - Generators 28 Power Generation Power Generation - Generators 28 Power Generation Power Generation - Generators 28 Power Generation Power Generation - Generators 29 Power Generation Power Generation - Generators 30 Power Generation Power Generation - Generators 30 Power Generation Power Generation - Generators 30 Power Generation Power Generation - Generators 31 Power Generation Power Generation - Generators 31 Power Generation Power Generation - Generators 31 Power Generation Power Generation - Generators 17 Power Generation Power Generation - Generators 17 Power Generation Power Generation - Generators 17 Power Generation Power Generation - Generators 11 Power Generation Power Generation - Generators 11 Power Generation Power Generation - Generators 11 Power Generation Power Generation - Fuel Tanks 37 Power Generation Power Generation - Fuel Tanks 37 Power Generation Power Generation - Fuel Tanks 37 Power Generation Power Generation - Fuel Tanks 39 Power Generation Power Generation - Fuel Tanks 39 Power Generation Power Generation - Fuel Tanks 39 Power Generation Power Generation - Fuel Tanks 40 Power Generation Power Generation - Fuel Tanks 40 Power Generation Power Generation - Fuel Tanks 40 Power Generation Power Generation - Power Distribution 46 Power Generation Power Generation - Power Distribution 46 Power Generation Power Generation - Power Distribution 46 Power Generation Power Generation - Power Distribution 47 Power Generation Power Generation - Power Distribution 47 Power Generation Power Generation - Power Distribution 47 Power Generation Power Generation - Power Distribution 48 Power Generation Power Generation - Power Distribution 48 Power Generation Power Generation - Power Distribution 48 Power Generation Power Generation - Step- Down Transformers 44 Power Generation Power Generation - Step- Down Transformers 44 Power Generation Power Generation - Step- Down Transformers 44 Power Generation Power Generation - Transformers 50 Power Generation Power Generation - Transformers 50 Power Generation Power Generation - Transformers 50 Pumps Pump - Diaphragm Pumps w/ suction and discharge hoses 5 Pumps Pump - Trash Pumps w/ suction and discharge hoses 6 Pumps Pump - Trash Pumps w/ suction and discharge hoses 7 Pumps Pump - Trash Pumps w/ suction and discharge hoses 8 Pumps Pump - Trash Pumps w/ suction and discharge hoses 9 Pumps Pump - Trash Pumps w/ suction and discharge hoses 12 Pumps Pump - Trash Pumps w/ suction and discharge hoses 14 Pumps Pump - Trash Pumps w/ suction and discharge hoses 15 Pumps Pump - Trash Pumps w/ suction and discharge hoses 17 Pumps Pump - Trash Pumps w/ suction and discharge hoses 18 Pumps Pump - Trash Pumps w/ suction and discharge hoses 19 Pumps Pump - Trash Pumps w/ suction and discharge hoses 20 Pumps Pump - Trash Pumps w/ suction and discharge hoses 21 Pumps Pump - Trash Pumps w/ suction and discharge hoses 23 Pumps Pump - Trash Pumps w/ suction and discharge hoses 24 Pumps Pump - Trash Pumps w/ suction and discharge hoses 25 Pumps Pump - Trash Pumps w/ suction and discharge hoses 26 Pumps Pump - Trash Pumps w/ suction and discharge hoses 27 Pumps Pump - Diaphragm Pumps w/ suction and discharge hoses 5 Pumps Pump - Trash Pumps w/ suction and discharge hoses 6 Pumps Pump - Trash Pumps w/ suction and discharge hoses 7 Pumps Pump - Trash Pumps w/ suction and discharge hoses 8 Pumps Pump - Trash Pumps w/ suction and discharge hoses 9 Pumps Pump - Trash Pumps w/ suction and discharge hoses 12 Pumps Pump - Trash Pumps w/ suction and discharge hoses 14 Pumps Pump - Trash Pumps w/ suction and discharge hoses 15 Pumps Pump - Trash Pumps w/ suction and discharge hoses 17 Pumps Pump - Trash Pumps w/ suction and discharge hoses 18 Pumps Pump - Trash Pumps w/ suction and discharge hoses 19 Pumps Pump - Trash Pumps w/ suction and discharge hoses 20 Pumps Pump - Trash Pumps w/ suction and discharge hoses 21 Pumps Pump - Trash Pumps w/ suction and discharge hoses 23 Pumps Pump - Trash Pumps w/ suction and discharge hoses 24 Pumps Pump - Trash Pumps w/ suction and discharge hoses 25 Pumps Pump - Trash Pumps w/ suction and discharge hoses 26 Pumps Pump - Trash Pumps w/ suction and discharge hoses 27 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 28 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 4 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 4 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 4 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 5 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 5 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 5 Trucks & Trailers Trucks and Trailers - Arrow Boards 79 Trucks & Trailers Trucks and Trailers - Water Trailers 73 Trucks & Trailers Trucks and Trailers - Bucket Trucks 37 Trucks & Trailers Trucks and Trailers - Bucket Trucks 38 Trucks & Trailers Trucks and Trailers - Bucket Trucks 39 Trucks & Trailers Trucks and Trailers - Water Trucks 40 Trucks & Trailers Trucks and Trailers - Bucket Trucks 41 Trucks & Trailers Trucks and Trailers - Dump Trucks 30 Trucks & Trailers Trucks and Trailers - Dump Trucks 20 Trucks & Trailers Trucks and Trailers - Dump Trucks 21 Trucks & Trailers Trucks and Trailers - Dump Trucks 24 Trucks & Trailers Trucks and Trailers - Crash Attenuators 36 Trucks & Trailers Trucks and Trailers - Specialty Trucks 34 Trucks & Trailers Trucks and Trailers - Dump Trucks 20 Trucks & Trailers Trucks and Trailers - Dump Trucks 21 Trucks & Trailers Trucks and Trailers - Dump Trucks 24 Trucks & Trailers Trucks and Trailers - Dump Trucks 30 Trucks & Trailers Trucks and Trailers - Specialty Trucks 34 Trucks & Trailers Trucks and Trailers - Crash Attenuators 36 Trucks & Trailers Trucks and Trailers - Water Trailers 73 Trucks & Trailers Trucks and Trailers - Arrow Boards 79 Trucks & Trailers Trucks and Trailers - Dump Trucks 20 Trucks & Trailers Trucks and Trailers - Dump Trucks 21 Trucks & Trailers Trucks and Trailers - Dump Trucks 24 Trucks & Trailers Trucks and Trailers - Dump Trucks 30 Trucks & Trailers Trucks and Trailers - Specialty Trucks 34 Trucks & Trailers Trucks and Trailers - Crash Attenuators 36 Trucks & Trailers Trucks and Trailers - Bucket Trucks 37 Trucks & Trailers Trucks and Trailers - Bucket Trucks 38 Trucks & Trailers Trucks and Trailers - Bucket Trucks 39 Trucks & Trailers Trucks and Trailers - Water Trucks 40 Trucks & Trailers Trucks and Trailers - Bucket Trucks 41 Trucks & Trailers Trucks and Trailers - Dump Trailers 71 Trucks & Trailers Trucks and Trailers - Water Trailers 73 Trucks & Trailers Trucks and Trailers - Arrow Boards 79 Pumps Pump - Diaphragm Pumps w/ suction and discharge hoses 5 Pumps Pump - Trash Pumps w/ suction and discharge hoses 6 Pumps Pump - Trash Pumps w/ suction and discharge hoses 7 Pumps Pump - Trash Pumps w/ suction and discharge hoses 8 Pumps Pump - Trash Pumps w/ suction and discharge hoses 9 Pumps Pump - Trash Pumps w/ suction and discharge hoses 12 Pumps Pump - Trash Pumps w/ suction and discharge hoses 14 Pumps Pump - Trash Pumps w/ suction and discharge hoses 15 Pumps Pump - Trash Pumps w/ suction and discharge hoses 17 Pumps Pump - Trash Pumps w/ suction and discharge hoses 18 Pumps Pump - Trash Pumps w/ suction and discharge hoses 19 Pumps Pump - Trash Pumps w/ suction and discharge hoses 20 Pumps Pump - Trash Pumps w/ suction and discharge hoses 21 Pumps Pump - Trash Pumps w/ suction and discharge hoses 23 Pumps Pump - Trash Pumps w/ suction and discharge hoses 24 Pumps Pump - Trash Pumps w/ suction and discharge hoses 25 Pumps Pump - Trash Pumps w/ suction and discharge hoses 26 Pumps Pump - Trash Pumps w/ suction and discharge hoses 27 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 28 Bulk & Misc Bulk & Miscellaneous 20 Bulk & Misc Bulk & Miscellaneous 88 Bulk & Misc Bulk & Miscellaneous 36 Bulk & Misc Bulk & Miscellaneous 37 Material Handling Material Handling - Warehouse Forklifts 3 Aerial Aerial - Personal Lifts 2 Aerial Aerial - Personal Lifts 2 Aerial Aerial - Personal Lifts 2 Bulk & Misc Bulk & Miscellaneous 17 Bulk & Misc Bulk & Miscellaneous 17 Bulk & Misc Bulk & Miscellaneous 17 Bulk & Misc Bulk & Miscellaneous 113 Bulk & Misc Bulk & Miscellaneous 113 Bulk & Misc Bulk & Miscellaneous 113 Bulk & Misc Bulk & Miscellaneous 146 Bulk & Misc Bulk & Miscellaneous 60 Bulk & Misc Bulk & Miscellaneous 60 Bulk & Misc Bulk & Miscellaneous 60 Bulk & Misc Bulk & Miscellaneous 61 Bulk & Misc Bulk & Miscellaneous 61 Bulk & Misc Bulk & Miscellaneous 61 Bulk & Misc Bulk & Miscellaneous 62 Bulk & Misc Bulk & Miscellaneous 62 Bulk & Misc Bulk & Miscellaneous 62 Bulk & Misc Bulk & Miscellaneous 63 Bulk & Misc Bulk & Miscellaneous 63 Bulk & Misc Bulk & Miscellaneous 63 Bulk & Misc Bulk & Miscellaneous 64 Bulk & Misc Bulk & Miscellaneous 64 Bulk & Misc Bulk & Miscellaneous 64 Bulk & Misc Bulk & Miscellaneous 65 Bulk & Misc Bulk & Miscellaneous 65 Bulk & Misc Bulk & Miscellaneous 65 Bulk & Misc Bulk & Miscellaneous 68 Bulk & Misc Bulk & Miscellaneous 68 Bulk & Misc Bulk & Miscellaneous 68 Bulk & Misc Bulk & Miscellaneous 69 Bulk & Misc Bulk & Miscellaneous 69 Bulk & Misc Bulk & Miscellaneous 69 Bulk & Misc Bulk & Miscellaneous 145 Bulk & Misc Bulk & Miscellaneous 145 Bulk & Misc Bulk & Miscellaneous 145 Bulk & Misc Bulk & Miscellaneous 144 Bulk & Misc Bulk & Miscellaneous 144 Bulk & Misc Bulk & Miscellaneous 144 Bulk & Misc Bulk & Miscellaneous 143 Bulk & Misc Bulk & Miscellaneous 143 Bulk & Misc Bulk & Miscellaneous 143 Bulk & Misc Bulk & Miscellaneous 116 Bulk & Misc Bulk & Miscellaneous 116 Bulk & Misc Bulk & Miscellaneous 116 Bulk & Misc Bulk & Miscellaneous 117 Bulk & Misc Bulk & Miscellaneous 117 Bulk & Misc Bulk & Miscellaneous 117 Bulk & Misc Bulk & Miscellaneous 122 Bulk & Misc Bulk & Miscellaneous 122 Bulk & Misc Bulk & Miscellaneous 122 Bulk & Misc Bulk & Miscellaneous 118 Bulk & Misc Bulk & Miscellaneous 118 Bulk & Misc Bulk & Miscellaneous 118 Bulk & Misc Bulk & Miscellaneous 119 Bulk & Misc Bulk & Miscellaneous 119 Bulk & Misc Bulk & Miscellaneous 119 Bulk & Misc Bulk & Miscellaneous 123 Bulk & Misc Bulk & Miscellaneous 123 Bulk & Misc Bulk & Miscellaneous 123 Bulk & Misc Bulk & Miscellaneous 128 Bulk & Misc Bulk & Miscellaneous 128 Bulk & Misc Bulk & Miscellaneous 128 Bulk & Misc Bulk & Miscellaneous 97 Bulk & Misc Bulk & Miscellaneous 97 Bulk & Misc Bulk & Miscellaneous 97 Bulk & Misc Bulk & Miscellaneous 101 Bulk & Misc Bulk & Miscellaneous 101 Bulk & Misc Bulk & Miscellaneous 101 Bulk & Misc Bulk & Miscellaneous 104 Bulk & Misc Bulk & Miscellaneous 104 Bulk & Misc Bulk & Miscellaneous 104 Bulk & Misc Bulk & Miscellaneous 95 Bulk & Misc Bulk & Miscellaneous 95 Bulk & Misc Bulk & Miscellaneous 95 Bulk & Misc Bulk & Miscellaneous 96 Bulk & Misc Bulk & Miscellaneous 96 Bulk & Misc Bulk & Miscellaneous 96 Bulk & Misc Bulk & Miscellaneous 72 Bulk & Misc Bulk & Miscellaneous 72 Bulk & Misc Bulk & Miscellaneous 72 Bulk & Misc Bulk & Miscellaneous 73 Bulk & Misc Bulk & Miscellaneous 73 Bulk & Misc Bulk & Miscellaneous 73 Bulk & Misc Bulk & Miscellaneous 81 Bulk & Misc Bulk & Miscellaneous 81 Bulk & Misc Bulk & Miscellaneous 81 Bulk & Misc Bulk & Miscellaneous 82 Bulk & Misc Bulk & Miscellaneous 82 Bulk & Misc Bulk & Miscellaneous 82 Bulk & Misc Bulk & Miscellaneous 31 Bulk & Misc Bulk & Miscellaneous 31 Bulk & Misc Bulk & Miscellaneous 31 Bulk & Misc Bulk & Miscellaneous 32 Bulk & Misc Bulk & Miscellaneous 32 Bulk & Misc Bulk & Miscellaneous 32 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 10 Bulk & Misc Bulk & Miscellaneous 85 Bulk & Misc Bulk & Miscellaneous 85 Bulk & Misc Bulk & Miscellaneous 85 Bulk & Misc Bulk & Miscellaneous 86 Bulk & Misc Bulk & Miscellaneous 86 Bulk & Misc Bulk & Miscellaneous 86 Bulk & Misc Bulk & Miscellaneous 87 Bulk & Misc Bulk & Miscellaneous 87 Bulk & Misc Bulk & Miscellaneous 87 Bulk & Misc Bulk & Miscellaneous 91 Bulk & Misc Bulk & Miscellaneous 91 Bulk & Misc Bulk & Miscellaneous 91 Bulk & Misc Bulk & Miscellaneous 11 Bulk & Misc Bulk & Miscellaneous 11 Bulk & Misc Bulk & Miscellaneous 11 Climate Control Climate Control - Portable Air Conditioners 4 Climate Control Climate Control - Portable Air Conditioners 4 Climate Control Climate Control - Portable Air Conditioners 4 Climate Control Climate Control - Air Conditioners 3 Climate Control Climate Control - Air Conditioners 3 Climate Control Climate Control - Air Conditioners 3 Compaction & Paving Compaction and Paving - Tamper Attachments 19 Compaction & Paving Compaction and Paving - Tamper Attachments 19 Compaction & Paving Compaction and Paving - Tamper Attachments 19 Compaction & Paving Compaction and Paving - Tamper Attachments 21 Compaction & Paving Compaction and Paving - Tamper Attachments 21 Compaction & Paving Compaction and Paving - Tamper Attachments 21 Compaction & Paving Compaction and Paving - Milling Machines 22 Compaction & Paving Compaction and Paving - Milling Machines 22 Compaction & Paving Compaction and Paving - Milling Machines 22 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 18 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 18 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 18 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 16 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 16 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 16 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 17 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 17 Compaction & Paving Compaction and Paving - Padfoot Roller Attachments 17 Compaction & Paving Compaction and Paving - Hot Asphalt Transports 23 Compaction & Paving Compaction and Paving - Hot Asphalt Transports 23 Compaction & Paving Compaction and Paving - Hot Asphalt Transports 23 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 12 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 12 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 12 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 14 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 14 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 15 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 15 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 15 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 16 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 16 Concrete & Masonry Concrete and Masonry - Walk-Behind Saws 16 Concrete & Masonry Concrete and Masonry - Concrete Mix & Haul Trailers 2 Concrete & Masonry Concrete and Masonry - Concrete Mix & Haul Trailers 2 Concrete & Masonry Concrete and Masonry - Concrete Mix & Haul Trailers 2 Contractor & Industrial Contractor and Industrial - Brush Chippers 33 Contractor & Industrial Contractor and Industrial - Brush Chippers 33 Contractor & Industrial Contractor and Industrial - Brush Chippers 33 Contractor & Industrial Contractor and Industrial - Chain Saws 26 Contractor & Industrial Contractor and Industrial - Chain Saws 26 Contractor & Industrial Contractor and Industrial - Chain Saws 26 Contractor & Industrial Contractor and Industrial - Chain Saws 27 Contractor & Industrial Contractor and Industrial - Chain Saws 27 Contractor & Industrial Contractor and Industrial - Chain Saws 28 Contractor & Industrial Contractor and Industrial - Chain Saws 28 Contractor & Industrial Contractor and Industrial - Chain Saws 28 Contractor & Industrial Contractor and Industrial - Chain Saws 29 Contractor & Industrial Contractor and Industrial - Chain Saws 29 Contractor & Industrial Contractor and Industrial - Chain Saws 29 Contractor & Industrial Contractor and Industrial - Light Towers 8 Contractor & Industrial Contractor and Industrial - Light Towers 8 Contractor & Industrial Contractor and Industrial - Light Towers 8 Contractor & Industrial Contractor and Industrial - Light Towers 20 Contractor & Industrial Contractor and Industrial - Light Towers 20 Contractor & Industrial Contractor and Industrial - Light Towers 20 Contractor & Industrial Contractor and Industrial - Light Towers 17 Contractor & Industrial Contractor and Industrial - Light Towers 17 Contractor & Industrial Contractor and Industrial - Light Towers 17 Contractor & Industrial Contractor and Industrial - Light Towers 16 Contractor & Industrial Contractor and Industrial - Light Towers 24 Contractor & Industrial Contractor and Industrial - Light Towers 16 Contractor & Industrial Contractor and Industrial - Light Towers 24 Contractor & Industrial Contractor and Industrial - Light Towers 16 Contractor & Industrial Contractor and Industrial - Light Towers 24 Contractor & Industrial Contractor and Industrial - Light Towers 18 Contractor & Industrial Contractor and Industrial - Light Towers 18 Contractor & Industrial Contractor and Industrial - Light Towers 18 Contractor & Industrial Contractor and Industrial - Pole Pruners 25 Contractor & Industrial Contractor and Industrial - Pole Pruners 25 Contractor & Industrial Contractor and Industrial - Stump Grinders 36 Contractor & Industrial Contractor and Industrial - Stump Grinders 36 Contractor & Industrial Contractor and Industrial - Stump Grinders 36 Contractor & Industrial Contractor and Industrial - Portable 6 Contractor & Industrial Contractor and Industrial - Portable 6 Contractor & Industrial Contractor and Industrial - Portable 6 Contractor & Industrial Contractor and Industrial - Street Sweepers 3 Contractor & Industrial Contractor and Industrial - Street Sweepers 3 Contractor & Industrial Contractor and Industrial - Street Sweepers 3 Contractor & Industrial Contractor and Industrial - Street Sweepers 2 Contractor & Industrial Contractor and Industrial - Street Sweepers 2 Contractor & Industrial Contractor and Industrial - Street Sweepers 2 Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Backhoe Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Dozers Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loader Attachments Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Wheel Loaders Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Skidsteer Loaders Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Agricultural Tractors Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Earthmoving Earthmoving - Mini-Skidsteer Track Attachments Material Handling Material Handling - Conveyors 8 Material Handling Material Handling - Conveyors 8 Material Handling Material Handling - Conveyors 8 Material Handling Material Handling - Conveyors 9 Material Handling Material Handling - Conveyors 9 Material Handling Material Handling - Conveyors 9 Material Handling Material Handling - Conveyors 10 Material Handling Material Handling - Conveyors 10 Material Handling Material Handling - Conveyors 10 Power Generation Power Generation - Portable 8 Power Generation Power Generation - Portable 8 Power Generation Power Generation - Portable 8 Power Generation Power Generation - Portable 3 Power Generation Power Generation - Portable 3 Power Generation Power Generation - Portable 3 Power Generation Power Generation - Portable 6 Power Generation Power Generation - Portable 6 Power Generation Power Generation - Portable 6 Power Generation Power Generation - Fuel Tanks 36 Power Generation Power Generation - Fuel Tanks 36 Power Generation Power Generation - Fuel Tanks 36 Power Generation Power Generation - Power Distribution 43 Power Generation Power Generation - Power Distribution 43 Power Generation Power Generation - Power Distribution 43 Power Generation Power Generation - Power Distribution 45 Power Generation Power Generation - Power Distribution 45 Power Generation Power Generation - Power Distribution 45 Power Generation Power Generation - Power Distribution 49 Power Generation Power Generation - Power Distribution 49 Power Generation Power Generation - Power Distribution 49 Power Generation Power Generation - Power Distribution 51 Power Generation Power Generation - Power Distribution 51 Power Generation Power Generation - Power Distribution 51 Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 3 Pumps Pump - Trash Pumps w/ suction and discharge hoses 4 Pumps Pump - Trash Pumps w/ suction and discharge hoses 10 Pumps Pump - Trash Pumps w/ suction and discharge hoses 11 Pumps Pump - Trash Pumps w/ suction and discharge hoses 13 Pumps Pump - Trash Pumps w/ suction and discharge hoses 16 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 29 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 30 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 31 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 32 Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 3 Pumps Pump - Trash Pumps w/ suction and discharge hoses 4 Pumps Pump - Trash Pumps w/ suction and discharge hoses 10 Pumps Pump - Trash Pumps w/ suction and discharge hoses 11 Pumps Pump - Trash Pumps w/ suction and discharge hoses 13 Pumps Pump - Trash Pumps w/ suction and discharge hoses 16 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 29 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 30 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 31 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 32 Trench Shoring Trench Shoring 2 Trench Shoring Trench Shoring 2 Trench Shoring Trench Shoring 2 Trench Shoring Trench Shoring 3 Trench Shoring Trench Shoring 3 Trench Shoring Trench Shoring 3 Trench Shoring Trench Shoring 4 Trench Shoring Trench Shoring 4 Trench Shoring Trench Shoring 4 Trench Shoring Trench Shoring 5 Trench Shoring Trench Shoring 5 Trench Shoring Trench Shoring 5 Trench Shoring Trench Shoring 6 Trench Shoring Trench Shoring 6 Trench Shoring Trench Shoring 6 Trench Shoring Trench Shoring 7 Trench Shoring Trench Shoring 7 Trench Shoring Trench Shoring 7 Trench Shoring Trench Shoring 8 Trench Shoring Trench Shoring 8 Trench Shoring Trench Shoring 8 Trench Shoring Trench Shoring 21 Trench Shoring Trench Shoring 21 Trench Shoring Trench Shoring 21 Trucks & Trailers Trucks and Trailers - Jaws Trucks (Grapple Truck)85 Trucks & Trailers Trucks and Trailers - Arrow Boards 49 Trucks & Trailers Trucks and Trailers - Arrow Boards 51 Trucks & Trailers Trucks and Trailers - Message Boards 45 Trucks & Trailers Trucks and Trailers - Message Boards 54 Trucks & Trailers Trucks and Trailers - Message Boards 44 Trucks & Trailers Trucks and Trailers - Message Boards 53 Trucks & Trailers Trucks and Trailers - Message Boards 47 Trucks & Trailers 48 Trucks & Trailers Trucks and Trailers - Message Boards 43 Trucks & Trailers Trucks and Trailers - Message Boards 52 Trucks & Trailers Trucks and Trailers - Message Boards 46 Trucks & Trailers Trucks and Trailers - Message Boards 55 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 76 Trucks & Trailers Trucks and Trailers - Camera/TV Trucks 87 Trucks & Trailers Trucks and Trailers - Storage Trailers 13 Trucks & Trailers Trucks and Trailers - Storage Trailers 10 Trucks & Trailers Trucks and Trailers - Storage Trailers 11 Trucks & Trailers Trucks and Trailers - Storage Trailers 12 Trucks & Trailers Trucks and Trailers - Crane Truck 50' boom 82 Trucks & Trailers Trucks and Trailers - Crane Truck 60' boom 83 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 58 Trucks & Trailers Trucks and Trailers - Pole Trailers 86 Trucks & Trailers Trucks and Trailers - Dump Trailers 70 Trucks & Trailers Trucks and Trailers - Dump Trailers 72 Trucks & Trailers Trucks and Trailers - Equipment Trailers 2 Trucks & Trailers Trucks and Trailers - Equipment Trailers 3 Trucks & Trailers Trucks and Trailers - Equipment Trailers 8 Trucks & Trailers Trucks and Trailers - Equipment Trailers 4 Trucks & Trailers Trucks and Trailers - Equipment Trailers 7 Trucks & Trailers Trucks and Trailers - Equipment Trailers 6 Trucks & Trailers Trucks and Trailers - Equipment Trailers 5 Trucks & Trailers Trucks and Trailers - Tilt Trailers 65 Trucks & Trailers Trucks and Trailers - Tilt Trailers 66 Trucks & Trailers Trucks and Trailers - Tilt Trailers 68 Trucks & Trailers Trucks and Trailers - Tilt Trailers 69 Trucks & Trailers Trucks and Trailers - Tilt Trailers 63 Trucks & Trailers Trucks and Trailers - Tilt Trailers 64 Trucks & Trailers Trucks and Trailers - Water Trailers 9 Trucks & Trailers Trucks and Trailers - Water Trailers 74 Trucks & Trailers Trucks and Trailers - Dump Trucks 29 Trucks & Trailers Trucks and Trailers - Dump Trucks 22 Trucks & Trailers Trucks and Trailers - Dump Trucks 19 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 91 Trucks & Trailers Trucks and Trailers - Dump Trucks 18 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 89 Trucks & Trailers Trucks and Trailers - Dump Trucks 27 Trucks & Trailers Trucks and Trailers - Dump Trucks 28 Trucks & Trailers Trucks and Trailers - Dump Trucks 26 Trucks & Trailers Trucks and Trailers - Dump Trucks 23 Trucks & Trailers Trucks and Trailers - Dump Trucks 16 Trucks & Trailers Trucks and Trailers - Garbage & Recycle Trucks 33 Trucks & Trailers Trucks and Trailers - Stake Body Trucks 35 Trucks & Trailers Trucks and Trailers - Class A Tractors 42 Trucks & Trailers Trucks and Trailers - Equipment Trailers 2 Trucks & Trailers Trucks and Trailers - Equipment Trailers 3 Trucks & Trailers Trucks and Trailers - Equipment Trailers 4 Trucks & Trailers Trucks and Trailers - Equipment Trailers 5 Trucks & Trailers Trucks and Trailers - Equipment Trailers 6 Trucks & Trailers Trucks and Trailers - Equipment Trailers 7 Trucks & Trailers Trucks and Trailers - Equipment Trailers 8 Trucks & Trailers Trucks and Trailers - Water Trailers 9 Trucks & Trailers Trucks and Trailers - Storage Trailers 10 Trucks & Trailers Trucks and Trailers - Storage Trailers 11 Trucks & Trailers Trucks and Trailers - Storage Trailers 12 Trucks & Trailers Trucks and Trailers - Storage Trailers 13 Trucks & Trailers Trucks and Trailers - Dump Trucks 16 Trucks & Trailers Trucks and Trailers - Dump Trucks 18 Trucks & Trailers Trucks and Trailers - Dump Trucks 19 Trucks & Trailers Trucks and Trailers - Dump Trucks 22 Trucks & Trailers Trucks and Trailers - Dump Trucks 23 Trucks & Trailers Trucks and Trailers - Dump Trucks 26 Trucks & Trailers Trucks and Trailers - Dump Trucks 27 Trucks & Trailers Trucks and Trailers - Dump Trucks 28 Trucks & Trailers Trucks and Trailers - Dump Trucks 29 Trucks & Trailers Trucks and Trailers - Garbage & Recycle Trucks 33 Trucks & Trailers Trucks and Trailers - Stake Body Trucks 35 Trucks & Trailers Trucks and Trailers - Bucket Trucks 37 Trucks & Trailers Trucks and Trailers - Bucket Trucks 38 Trucks & Trailers Trucks and Trailers - Bucket Trucks 39 Trucks & Trailers Trucks and Trailers - Water Trucks 40 Trucks & Trailers Trucks and Trailers - Bucket Trucks 41 Trucks & Trailers Trucks and Trailers - Class A Tractors 42 Trucks & Trailers Trucks and Trailers - Message Boards 43 Trucks & Trailers Trucks and Trailers - Message Boards 44 Trucks & Trailers Trucks and Trailers - Message Boards 45 Trucks & Trailers Trucks and Trailers - Message Boards 46 Trucks & Trailers Trucks and Trailers - Message Boards 47 Trucks & Trailers 48 Trucks & Trailers Trucks and Trailers - Arrow Boards 49 Trucks & Trailers Trucks and Trailers - Arrow Boards 51 Trucks & Trailers Trucks and Trailers - Message Boards 52 Trucks & Trailers Trucks and Trailers - Message Boards 53 Trucks & Trailers Trucks and Trailers - Message Boards 54 Trucks & Trailers Trucks and Trailers - Message Boards 55 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 58 Trucks & Trailers Trucks and Trailers - Tilt Trailers 63 Trucks & Trailers Trucks and Trailers - Tilt Trailers 64 Trucks & Trailers Trucks and Trailers - Tilt Trailers 65 Trucks & Trailers Trucks and Trailers - Tilt Trailers 66 Trucks & Trailers Trucks and Trailers - Tilt Trailers 68 Trucks & Trailers Trucks and Trailers - Tilt Trailers 69 Trucks & Trailers Trucks and Trailers - Dump Trailers 70 Trucks & Trailers Trucks and Trailers - Dump Trailers 72 Trucks & Trailers Trucks and Trailers - Water Trailers 74 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 76 Trucks & Trailers Trucks and Trailers - Jaws Trucks (Grapple Truck)85 Trucks & Trailers Trucks and Trailers - Camera/TV Trucks 87 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 89 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 91 Trucks & Trailers Trucks and Trailers - Equipment Trailers 2 Trucks & Trailers Trucks and Trailers - Equipment Trailers 3 Trucks & Trailers Trucks and Trailers - Equipment Trailers 4 Trucks & Trailers Trucks and Trailers - Equipment Trailers 5 Trucks & Trailers Trucks and Trailers - Equipment Trailers 6 Trucks & Trailers Trucks and Trailers - Equipment Trailers 7 Trucks & Trailers Trucks and Trailers - Equipment Trailers 8 Trucks & Trailers Trucks and Trailers - Water Trailers 9 Trucks & Trailers Trucks and Trailers - Storage Trailers 10 Trucks & Trailers Trucks and Trailers - Storage Trailers 11 Trucks & Trailers Trucks and Trailers - Storage Trailers 12 Trucks & Trailers Trucks and Trailers - Storage Trailers 13 Trucks & Trailers Trucks and Trailers - Dump Trucks 16 Trucks & Trailers Trucks and Trailers - Dump Trucks 18 Trucks & Trailers Trucks and Trailers - Dump Trucks 19 Trucks & Trailers Trucks and Trailers - Dump Trucks 22 Trucks & Trailers Trucks and Trailers - Dump Trucks 23 Trucks & Trailers Trucks and Trailers - Dump Trucks 26 Trucks & Trailers Trucks and Trailers - Dump Trucks 27 Trucks & Trailers Trucks and Trailers - Dump Trucks 28 Trucks & Trailers Trucks and Trailers - Dump Trucks 29 Trucks & Trailers Trucks and Trailers - Garbage & Recycle Trucks 33 Trucks & Trailers Trucks and Trailers - Stake Body Trucks 35 Trucks & Trailers Trucks and Trailers - Class A Tractors 42 Trucks & Trailers Trucks and Trailers - Message Boards 43 Trucks & Trailers Trucks and Trailers - Message Boards 44 Trucks & Trailers Trucks and Trailers - Message Boards 45 Trucks & Trailers Trucks and Trailers - Message Boards 46 Trucks & Trailers Trucks and Trailers - Message Boards 47 Trucks & Trailers 48 Trucks & Trailers Trucks and Trailers - Arrow Boards 49 Trucks & Trailers Trucks and Trailers - Arrow Boards 51 Trucks & Trailers Trucks and Trailers - Message Boards 52 Trucks & Trailers Trucks and Trailers - Message Boards 53 Trucks & Trailers Trucks and Trailers - Message Boards 54 Trucks & Trailers Trucks and Trailers - Message Boards 55 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 58 Trucks & Trailers Trucks and Trailers - Tilt Trailers 63 Trucks & Trailers Trucks and Trailers - Tilt Trailers 64 Trucks & Trailers Trucks and Trailers - Tilt Trailers 65 Trucks & Trailers Trucks and Trailers - Tilt Trailers 66 Trucks & Trailers Trucks and Trailers - Tilt Trailers 68 Trucks & Trailers Trucks and Trailers - Tilt Trailers 69 Trucks & Trailers Trucks and Trailers - Dump Trailers 70 Trucks & Trailers Trucks and Trailers - Dump Trailers 72 Trucks & Trailers Trucks and Trailers - Water Trailers 74 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 76 Trucks & Trailers Trucks and Trailers - Crane Truck 50' boom 82 Trucks & Trailers Trucks and Trailers - Crane Truck 60' boom 83 Trucks & Trailers Trucks and Trailers - Jaws Trucks (Grapple Truck)85 Trucks & Trailers Trucks and Trailers - Pole Trailers 86 Trucks & Trailers Trucks and Trailers - Camera/TV Trucks 87 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 89 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 91 Pumps Pump - Centrifugal Pumps w/ suction and discharge hoses 3 Pumps Pump - Trash Pumps w/ suction and discharge hoses 4 Pumps Pump - Trash Pumps w/ suction and discharge hoses 10 Pumps Pump - Trash Pumps w/ suction and discharge hoses 11 Pumps Pump - Trash Pumps w/ suction and discharge hoses 13 Pumps Pump - Trash Pumps w/ suction and discharge hoses 16 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 29 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 30 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 31 Pumps Pump - Submersible Pumps w/ suction and discharge hoses 32 Bulk & Misc Bulk & Miscellaneous 35 Bulk & Misc Bulk & Miscellaneous 35 Bulk & Misc Bulk & Miscellaneous 35 Bulk & Misc Bulk & Miscellaneous 2 Bulk & Misc Bulk & Miscellaneous 2 Bulk & Misc Bulk & Miscellaneous 2 Bulk & Misc Bulk & Miscellaneous 3 Bulk & Misc Bulk & Miscellaneous 3 Bulk & Misc Bulk & Miscellaneous 3 Bulk & Misc Bulk & Miscellaneous 4 Bulk & Misc Bulk & Miscellaneous 4 Bulk & Misc Bulk & Miscellaneous 4 Bulk & Misc Bulk & Miscellaneous 5 Bulk & Misc Bulk & Miscellaneous 5 Bulk & Misc Bulk & Miscellaneous 5 Compaction & Paving Compaction and Paving 26 Compaction & Paving Compaction and Paving 26 Compaction & Paving Compaction and Paving 26 Compaction & Paving Compaction and Paving 27 Compaction & Paving Compaction and Paving 27 Compaction & Paving Compaction and Paving 27 Compaction & Paving Compaction and Paving 25 Compaction & Paving Compaction and Paving 25 Compaction & Paving Compaction and Paving 25 Compaction & Paving Compaction and Paving 24 Compaction & Paving Compaction and Paving 24 Compaction & Paving Compaction and Paving 24 Concrete & Masonry Concrete and Masonry - Trowels 8 Concrete & Masonry Concrete and Masonry - Trowels 8 Concrete & Masonry Concrete and Masonry - Trowels 8 Contractor & Industrial Contractor and Industrial - Light Towers 19 Contractor & Industrial Contractor and Industrial - Light Towers 19 Contractor & Industrial Contractor and Industrial - Light Towers 19 Contractor & Industrial Contractor and Industrial - Portable 7 Contractor & Industrial Contractor and Industrial - Portable 7 Contractor & Industrial Contractor and Industrial - Portable 7 Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Backhoe Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Excavators Attachments Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Mini Excavators Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Earthmoving Earthmoving - Skidsteer Attachments Marine & Boat Marine and Boat 8 Marine & Boat Marine and Boat 8 Marine & Boat Marine and Boat 8 Marine & Boat Marine and Boat 5 Marine & Boat Marine and Boat 5 Marine & Boat Marine and Boat 5 Marine & Boat Marine and Boat 9 Marine & Boat Marine and Boat 9 Marine & Boat Marine and Boat 9 Marine & Boat Marine and Boat 2 Marine & Boat Marine and Boat 2 Marine & Boat Marine and Boat 2 Marine & Boat Marine and Boat 3 Marine & Boat Marine and Boat 3 Marine & Boat Marine and Boat 3 Marine & Boat Marine and Boat 4 Marine & Boat Marine and Boat 4 Marine & Boat Marine and Boat 4 Marine & Boat Marine and Boat- Delivery Fee 1 Marine & Boat Marine and Boat- Delivery Fee 1 Marine & Boat Marine and Boat- Delivery Fee 1 Marine & Boat Marine and Boat 11 Marine & Boat Marine and Boat 11 Marine & Boat Marine and Boat 11 Marine & Boat Marine and Boat 13 Marine & Boat Marine and Boat 13 Marine & Boat Marine and Boat 13 Marine & Boat Marine and Boat 7 Marine & Boat Marine and Boat 7 Marine & Boat Marine and Boat 7 Marine & Boat Marine and Boat 14 Marine & Boat Marine and Boat 14 Marine & Boat Marine and Boat 14 Marine & Boat Marine and Boat 6 Marine & Boat Marine and Boat 6 Marine & Boat Marine and Boat 6 Marine & Boat Marine and Boat 12 Marine & Boat Marine and Boat 12 Marine & Boat Marine and Boat 12 Marine & Boat Marine and Boat 10 Marine & Boat Marine and Boat 10 Marine & Boat Marine and Boat 10 Power Generation Power Generation - Portable 4 Power Generation Power Generation - Portable 4 Power Generation Power Generation - Portable 4 Power Generation Power Generation - Fuel Tanks 35 Power Generation Power Generation - Fuel Tanks 35 Power Generation Power Generation - Fuel Tanks 35 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 1 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 1 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 1 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 2 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 2 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 2 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 6 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 6 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 6 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 7 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 7 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 7 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 3 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 3 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 3 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 9 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 9 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 9 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 8 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 8 Renewable Energy & Solar Equip Renewable Energy and Solar Equipment 8 Suction Tanker Service Suction - hauling Tanker Service 2 Suction Tanker Service Suction - hauling Tanker Service 2 Suction Tanker Service Suction - hauling Tanker Service 2 Suction Tanker Service Suction - hauling Tanker Service 1 Suction Tanker Service Suction - hauling Tanker Service 1 Suction Tanker Service Suction - hauling Tanker Service 1 Trench Shoring Trench Shoring 9 Trench Shoring Trench Shoring 9 Trench Shoring Trench Shoring 9 Trench Shoring Trench Shoring 22 Trench Shoring Trench Shoring 22 Trench Shoring Trench Shoring 22 Trench Shoring Trench Shoring 10 Trench Shoring Trench Shoring 10 Trench Shoring Trench Shoring 10 Trench Shoring Trench Shoring 11 Trench Shoring Trench Shoring 11 Trench Shoring Trench Shoring 11 Trench Shoring Trench Shoring 13 Trench Shoring Trench Shoring 13 Trench Shoring Trench Shoring 13 Trench Shoring Trench Shoring 12 Trench Shoring Trench Shoring 12 Trench Shoring Trench Shoring 12 Trench Shoring Trench Shoring 15 Trench Shoring Trench Shoring 15 Trench Shoring Trench Shoring 15 Trench Shoring Trench Shoring 14 Trench Shoring Trench Shoring 14 Trench Shoring Trench Shoring 14 Trench Shoring Trench Shoring 16 Trench Shoring Trench Shoring 16 Trench Shoring Trench Shoring 16 Trench Shoring Trench Shoring 18 Trench Shoring Trench Shoring 18 Trench Shoring Trench Shoring 18 Trench Shoring Trench Shoring 17 Trench Shoring Trench Shoring 17 Trench Shoring Trench Shoring 17 Trench Shoring Trench Shoring 19 Trench Shoring Trench Shoring 19 Trench Shoring Trench Shoring 19 Trench Shoring Trench Shoring 20 Trench Shoring Trench Shoring 20 Trench Shoring Trench Shoring 20 Trucks & Trailers Trucks and Trailers - Bucket/Platform 88 Trucks & Trailers Trucks and Trailers - Arrow Boards 50 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 75 Trucks & Trailers Trucks and Trailers - Crane Truck 30' boom 80 Trucks & Trailers Trucks and Trailers - Crane Truck 40' boom 81 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 57 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 59 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 56 Trucks & Trailers Trucks and Trailers - Track bucket 30'+ 84 Trucks & Trailers Trucks and Trailers - Equipment Trailers 67 Trucks & Trailers Trucks and Trailers - Dump Trucks 31 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 92 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 90 Trucks & Trailers Trucks and Trailers - Dump Trucks 17 Trucks & Trailers Trucks and Trailers: Utility Body 1.5t chassis super cab 60 Trucks & Trailers Trucks and Trailers: Utility Body 1.5 t chassis supercab 61 Trucks & Trailers Trucks and Trailers: Utility Body 3t chassis supercab 62 Trucks & Trailers Trucks and Trailers - Dump Trucks 17 Trucks & Trailers Trucks and Trailers - Dump Trucks 31 Trucks & Trailers Trucks and Trailers - Arrow Boards 50 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 56 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 57 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 59 Trucks & Trailers Trucks and Trailers: Utility Body 1.5t chassis super cab 60 Trucks & Trailers Trucks and Trailers: Utility Body 1.5 t chassis supercab 61 Trucks & Trailers Trucks and Trailers: Utility Body 3t chassis supercab 62 Trucks & Trailers Trucks and Trailers - Equipment Trailers 67 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 75 Trucks & Trailers Trucks and Trailers - Crane Truck 30' boom 80 Trucks & Trailers Trucks and Trailers - Crane Truck 40' boom 81 Trucks & Trailers Trucks and Trailers - Crane Truck 50' boom 82 Trucks & Trailers Trucks and Trailers - Crane Truck 60' boom 83 Trucks & Trailers Trucks and Trailers - Track bucket 30'+ 84 Trucks & Trailers Trucks and Trailers - Pole Trailers 86 Trucks & Trailers Trucks and Trailers - Bucket/Platform 88 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 90 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 92 Trucks & Trailers Trucks and Trailers - Dump Trucks 17 Trucks & Trailers Trucks and Trailers - Dump Trucks 31 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 56 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 57 Trucks & Trailers Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner 59 Trucks & Trailers Trucks and Trailers: Utility Body 1.5t chassis super cab 60 Trucks & Trailers Trucks and Trailers: Utility Body 1.5 t chassis supercab 61 Trucks & Trailers Trucks and Trailers: Utility Body 3t chassis supercab 62 Trucks & Trailers Trucks and Trailers - Equipment Trailers 67 Trucks & Trailers Trucks and Trailers - Passenger Shuttle Buses 75 Trucks & Trailers Trucks and Trailers - Crane Truck 30' boom 80 Trucks & Trailers Trucks and Trailers - Crane Truck 40' boom 81 Trucks & Trailers Trucks and Trailers - Track bucket 30'+ 84 Trucks & Trailers Trucks and Trailers - Bucket/Platform 88 Trucks & Trailers Trucks and Trailers - Dump Trucks Crew Cab 90 Trucks & Trailers Trucks and Trailers - Drop Side Dump Truck Crew Cab 92 Description Rental Period Lowest Bid Amount # of Lowest Bid Vendors CONCRETE CUTOFF SAW 14IN HAND HELD GAS Daily (24 hrs)75.00$ 2 ROLLER RIDE-ON SMOOTH 35IN DBL 1 TON GAS Daily (24 hrs)216.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 32IN DSL Daily (24 hrs)219.45$ 1 COMPACT TRACK LOADER 2800LB & OVER ROPS Daily (24 hrs)350.00$ 1 MINI TRACK LOADER W/B > 600LB CAP DSL Monthly (28 days)1,600.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 84IN Daily (24 hrs)12.00$ 1 SKIDSTEER AUGER EXTENSION 24 Weekly (7 days)30.00$ 1 SKIDSTEER ATTACHMENT FORKS 48IN Monthly (28 days)150.00$ 1 SKIDSTEER ATTACHMENT ROOT RAKE W CLAMP Weekly (7 days)231.00$ 1 ROLLER RIDE-ON SMOOTH 66IN SNG 8 TON Daily (24 hrs)360.00$ 1 ROLLER RIDE-ON SMOOTH 84IN SNG 11 TON Daily (24 hrs)450.00$ 1 COMPACT TRACK LOADER 2000-2399LB CAB Monthly (28 days)2,135.00$ 1 EXCAVATOR 70000-80000 LBS STD REACH Monthly (28 days)8,550.00$ 1 EXCAVATOR 39000-42000 LBS STD REACH Daily (24 hrs)600.00$ 2 EXCAVATOR 70000-80000 LBS STD REACH Daily (24 hrs)1,000.00$ 2 LOADER ATTACHMENT ROOT RAKE W CLAMP Monthly (28 days)750.00$ 2 ROLLER RIDE-ON SMOOTH 66IN DBL 11TON DSL Monthly (28 days)4,400.00$ 2 SUCTION HOSE STRAINER 4 Daily (24 hrs)4.00$ 1 SUCTION HOSE STRAINER 6 Daily (24 hrs)5.00$ 1 TRAFFIC CONE Weekly (7 days)3.50$ 1 SUCTION HOSE STRAINER 8 Daily (24 hrs)8.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 4X20 Daily (24 hrs)6.00$ 1 SKIDSTEER AUGER EXTENSION 24 Daily (24 hrs)15.00$ 1 SPIDER BOX CABLE 6/4 50FT 50A CS Daily (24 hrs)10.00$ 1 SUCTION HOSE STRAINER 4 Weekly (7 days)8.00$ 1 TRAFFIC CONE Monthly (28 days)12.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X10 Daily (24 hrs)12.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 4X20 Daily (24 hrs)6.00$ 1 SUCTION HOSE STRAINER 6 Weekly (7 days)11.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 4X20 Weekly (7 days)18.00$ 1 WB LOADER ATTACHMENT FORKS Daily (24 hrs)25.00$ 1 SKIDSTEER AUGER BIT 12 Daily (24 hrs)28.00$ 1 SKIDSTEER AUGER BIT 18 Daily (24 hrs)32.00$ 1 SKIDSTEER AUGER BIT 6 Daily (24 hrs)25.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 6X20 Daily (24 hrs)17.00$ 1 SKIDSTEER ATTACHMENT FORKS 48IN Daily (24 hrs)25.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 8X20 Daily (24 hrs)21.00$ 1 SUCTION HOSE STRAINER 8 Weekly (7 days)17.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 12IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 18IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 24IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 36IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 48IN QC Daily (24 hrs)25.00$ 1 MINI-EX <19K LBS BUCKET SWING 36IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH <12IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN PO Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 16IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN PO Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN PO Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 30IN QC Daily (24 hrs)20.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN PO Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 42IN QC Daily (24 hrs)25.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 48N QC Daily (24 hrs)25.00$ 1 SKIDSTEER ATTACHMENT FORKS 42IN Daily (24 hrs)42.00$ 1 WB LOADER ATTACHMENT BUCKET Daily (24 hrs)15.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 6X50 Daily (24 hrs)18.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X20 Daily (24 hrs)15.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 4X20 Weekly (7 days)18.00$ 1 WATER FILLED TRAFFIC BARRICADE ORANGE Weekly (7 days)12.00$ 1 SPIDER BOX CABLE 6/4 50FT 50A CS Weekly (7 days)29.00$ 1 PUMP SUBMERSIBLE 2IN ELEC Daily (24 hrs)29.00$ 1 WB LOADER ATTACHMENT AUGER Daily (24 hrs)65.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 4X50 Weekly (7 days)30.00$ 1 SPIDER BOX 50A CS IN/6X20A STR/1X30A TL Daily (24 hrs)28.00$ 1 SUCTION HOSE STRAINER 4 Monthly (28 days)25.00$ 1 BACKHOE BUCKET CRIBBING 8IN QC Daily (24 hrs)31.00$ 1 EXCAVATOR THUMB ATTACHMENT HYDRAULIC Daily (24 hrs)55.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 84IN Weekly (7 days)32.00$ 1 5KW PORTABLE GENERATOR GAS Daily (24 hrs)65.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X10 Weekly (7 days)30.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 8X50 Daily (24 hrs)28.00$ 1 SKIDSTEER ATTACHMENT TREE BOOM Daily (24 hrs)60.00$ 1 6KW PORTABLE GENERATOR GAS Daily (24 hrs)65.00$ 1 BACKHOE ATTACHMENT FORKS 48IN Daily (24 hrs)52.00$ 1 SKIDSTEER ATTACHMENT BUCKET 36IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN Daily (24 hrs)12.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 42IN Daily (24 hrs)55.00$ 1 SKIDSTEER AUGER EXTENSION 48 Weekly (7 days)30.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 12IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 18IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 24IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 36IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 48IN QC Weekly (7 days)75.00$ 1 MINI-EX <19K LBS BUCKET SWING 36IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH <12IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN PO Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 16IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN PO Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN PO Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 30IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN PO Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 42IN QC Weekly (7 days)75.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 48N QC Weekly (7 days)75.00$ 1 SKIDSTEER ATTACHMENT BRUSH GRAPPLE Daily (24 hrs)85.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 36IN Daily (24 hrs)55.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 4X20 Weekly (7 days)18.00$ 1 DOZER ATTACHMENT ROOT RAKE NO CLAMP Daily (24 hrs)89.00$ 1 PUMP CENTRIFUGAL 3IN GAS Daily (24 hrs)84.00$ 1 WB LOADER ATTACHMENT FORKS Weekly (7 days)75.00$ 1 WB LOADER ATTACHMENT TRENCHER Daily (24 hrs)65.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 6X20 Weekly (7 days)45.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 6X50 Weekly (7 days)36.00$ 1 LOADER ATTACHMENT FORKS 72IN Daily (24 hrs)95.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 8X20 Weekly (7 days)63.00$ 1 SKIDSTEER AUGER BIT 6 Weekly (7 days)65.00$ 1 SUCTION HOSE STRAINER 6 Monthly (28 days)32.00$ 1 WB LOADER ATTACHMENT BUCKET Weekly (7 days)30.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 4X20 Monthly (28 days)50.00$ 1 FUEL TANK 552 GALLON Daily (24 hrs)87.00$ 1 SKIDSTEER ATTACHMENT FORKS 48IN Weekly (7 days)50.00$ 1 CHAIN SAW CONCRETE 12-16IN GAS Daily (24 hrs)60.90$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 66-71IN Daily (24 hrs)95.00$ 1 LIGHT TOWER BALLOON KIT Daily (24 hrs)38.85$ 1 SKIDSTEER ATTACHMENT FORKS 42IN Weekly (7 days)105.00$ 1 SKIDSTEER AUGER BIT 12 Weekly (7 days)70.00$ 1 LIGHT TOWER HORIZ MAST MAN NARROW BODY Daily (24 hrs)107.10$ 1 LIGHT TOWER VERT MAST ELEC NARROW BODY Daily (24 hrs)107.10$ 1 TRACTOR ATTACHMENT ROTARY BRUSH MOWER Daily (24 hrs)67.00$ 1 SPIDER BOX CABLE 6/4 50FT 50A CS Monthly (28 days)75.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 4X50 Monthly (28 days)90.00$ 1 LIGHT TOWER VERT MAST LED TRAILER Daily (24 hrs)95.00$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Daily (24 hrs)107.10$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Daily (24 hrs)108.00$ 1 SKIDSTEER AUGER BIT 18 Weekly (7 days)75.00$ 1 MINI-EX ATTACHMENT AUGER MED TORQUE Daily (24 hrs)95.00$ 1 SKIDSTEER AUGER EXTENSION 24 Monthly (28 days)45.00$ 1 SPIDER BOX 50A CS IN/6X20A STR/1X30A TL Weekly (7 days)85.00$ 1 SUCTION HOSE STRAINER 8 Monthly (28 days)50.00$ 1 BACKHOE BUCKET CRIBBING 8IN QC Weekly (7 days)81.00$ 1 LOADER ATTACHMENT BOOM Daily (24 hrs)96.00$ 1 LOADER ATTACHMENT FORKS 48IN Daily (24 hrs)95.00$ 1 LOADER ATTACHMENT LANDSCAPE RAKE Daily (24 hrs)125.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 84IN Monthly (28 days)95.00$ 1 SKIDSTEER ATTACHMENT ROOT RAKE W CLAMP Daily (24 hrs)101.00$ 1 SCISSOR LIFT 20FT 32IN P-DECK ELEC Daily (24 hrs)117.00$ 1 LOADER ATTACHMENT FORKS 60IN Daily (24 hrs)95.00$ 1 1 TON PORT AIR CONDITIONER 120V Daily (24 hrs)43.00$ 1 BACKHOE ATTACHMENT FORKS 60IN Daily (24 hrs)61.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 72-77IN Daily (24 hrs)96.00$ 1 TRAILER DUMP TANDEM AXLE Daily (24 hrs)135.00$ 1 CONCRETE WHEEL BUGGY 8-10 CU FT BATT Daily (24 hrs)111.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X20 Weekly (7 days)30.00$ 1 CONCRETE WHEEL BUGGY 16 CU FT GAS Daily (24 hrs)115.00$ 1 SKIDSTEER ATTACHMENT TRENCHER Daily (24 hrs)125.00$ 1 CONCRETE TRACK BUGGY 12 CU FT GAS Daily (24 hrs)125.00$ 1 CONCRETE TRACK BUGGY 16 CU FT GAS Daily (24 hrs)84.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 4X20 Monthly (28 days)54.00$ 1 SKIDSTEER ATTACHMENT AUGER HI TORQUE Daily (24 hrs)115.00$ 1 SKIDSTEER ATTACHMENT AUGER MED TORQUE Daily (24 hrs)115.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 6X50 Monthly (28 days)108.00$ 1 WATER FILLED TRAFFIC BARRICADE ORANGE Monthly (28 days)35.00$ 1 SKIDSTEER ATTACHMENT ANGLE BROOM Daily (24 hrs)115.00$ 1 SKIDSTEER ATTACHMENT BUCKET 36IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN Weekly (7 days)32.00$ 1 SKIDSTEER ATTACHMENT SWEEPER Daily (24 hrs)105.00$ 1 BACKHOE ATTACHMENT FORKS 48IN Weekly (7 days)120.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 12IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 18IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 24IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 36IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET SWING 36IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH <12IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN PO Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 12IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 16IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN PO Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 18IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN PO Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 24IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 30IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN PO Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 36IN QC Monthly (28 days)150.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 8X50 Weekly (7 days)56.00$ 1 DOZER ATTACHMENT ROOT RAKE NO CLAMP Weekly (7 days)157.00$ 1 SKIDSTEER ATTACHMENT TREE BOOM Weekly (7 days)125.00$ 1 WB LOADER ATTACHMENT AUGER Weekly (7 days)150.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 48IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 42IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET TRENCH 48N QC Monthly (28 days)150.00$ 1 20KW GENERATOR DSL Daily (24 hrs)76.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 60 SF Daily (24 hrs)150.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 66 SF Daily (24 hrs)150.00$ 1 PUMP CENTRIFUGAL 3IN GAS Weekly (7 days)206.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 42IN Weekly (7 days)135.00$ 1 CONCRETE CUTOFF SAW 14IN HAND HELD GAS Weekly (7 days)179.00$ 1 TRENCHER W/B TRACK 36IN GAS Daily (24 hrs)195.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X10 Monthly (28 days)50.00$ 1 MINI TRACK LOADER W/B > 600LB CAP DSL Daily (24 hrs)200.00$ 1 TRACTOR ATTACHMENT BOX BLADE Daily (24 hrs)54.00$ 1 SCISSOR LIFT 26FT RT OUTR DSL Daily (24 hrs)210.00$ 1 SPIDER BOX 50A CS IN/6X20A STR/1X30A TL Monthly (28 days)226.00$ 1 MINI-EXCAVATOR 3000-3999 LBS DSL ROPS Daily (24 hrs)180.00$ 1 5KW PORTABLE GENERATOR GAS Weekly (7 days)188.00$ 1 6KW PORTABLE GENERATOR GAS Weekly (7 days)188.00$ 1 SCISSOR LIFT 20FT 32IN P-DECK ELEC Weekly (7 days)238.00$ 1 WB LOADER ATTACHMENT TRENCHER Weekly (7 days)150.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL ROPS Daily (24 hrs)200.00$ 1 WB LOADER ATTACHMENT FORKS Monthly (28 days)150.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 4X20 Monthly (28 days)50.00$ 1 MINI-EX ATTACHMENT BREAKER 391-600 LBS Daily (24 hrs)165.00$ 1 BACKHOE ATTACHMENT FORKS 60IN Weekly (7 days)166.00$ 1 SKIDSTEER LOADER 1751-2099LB ROPS HF Daily (24 hrs)246.75$ 1 WAREHOUSE FORKLIFT 5000LB PNEU DSL CAB Daily (24 hrs)235.00$ 1 SKIDSTEER AUGER BIT 6 Monthly (28 days)150.00$ 1 SKIDSTEER AUGER BIT 12 Monthly (28 days)150.00$ 1 SCISSOR LIFT 40FT 47IN BLK ELEC Daily (24 hrs)260.00$ 1 SCISSOR LIFT 40FT 47IN ELEC Daily (24 hrs)260.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 6X20 Monthly (28 days)130.00$ 1 SKIDSTEER AUGER EXTENSION 48 Monthly (28 days)45.00$ 1 LOADER ATTACHMENT FORKS 72IN Weekly (7 days)200.00$ 1 SKIDSTEER ATTACHMENT BRUSH GRAPPLE Weekly (7 days)225.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 36IN Weekly (7 days)135.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 SF Daily (24 hrs)150.00$ 1 SKIDSTEER AUGER BIT 18 Monthly (28 days)150.00$ 1 BRUSH CHIPPER 6-7IN 20 - 25 HP GAS Daily (24 hrs)247.00$ 1 MINI-EXCAVATOR 4000-4999 LBS DSL ROPS Daily (24 hrs)195.00$ 1 LIGHT TOWER VERT MAST LED TRAILER Weekly (7 days)244.65$ 1 LOADER ATTACHMENT GRAPPLE BUCKET Daily (24 hrs)125.00$ 1 SKIDSTEER ATTACHMENT FORKS 42IN Monthly (28 days)250.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 66-71IN Weekly (7 days)200.00$ 1 FUEL TANK 552 GALLON Weekly (7 days)260.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 8X20 Monthly (28 days)188.00$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL ROPS Daily (24 hrs)225.00$ 1 SKIDSTEER ATTACHMENT BREAKER 291- 390 LBS Daily (24 hrs)245.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS Daily (24 hrs)288.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL CAB Daily (24 hrs)200.00$ 1 LOADER ATTACHMENT FORKS 48IN Weekly (7 days)200.00$ 1 LOADER ATTACHMENT FORKS 60IN Weekly (7 days)200.00$ 1 MINI-EXCAVATOR 2000-2999 LBS DSL ROPS Daily (24 hrs)279.00$ 1 BACKHOE ATTACHMENT FORKS 48IN Monthly (28 days)250.00$ 1 COMPACT TRACK LOADER 1700-1999LB ROPS Daily (24 hrs)220.00$ 1 BOOM ARTICULATED 34FT JIB 4WD DSL Daily (24 hrs)335.00$ 1 ROLLER RIDE-ON SMOOTH 54IN SNG 5 TON Daily (24 hrs)285.00$ 1 LIGHT TOWER BALLOON KIT Weekly (7 days)94.50$ 1 LOADER ATTACHMENT BOOM Weekly (7 days)171.00$ 1 ROLLER RIDE-ON SMOOTH 47IN DBL 3 TON DSL Daily (24 hrs)263.55$ 1 LIGHT TOWER HORIZ MAST MAN NARROW BODY Weekly (7 days)244.65$ 1 LIGHT TOWER VERT MAST ELEC NARROW BODY Weekly (7 days)244.65$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Weekly (7 days)244.65$ 1 COMPACT TRACK LOADER 1700-1999LB CAB Daily (24 hrs)220.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN Monthly (28 days)95.00$ 1 25KW GENERATOR MEGA SILENT DSL Daily (24 hrs)105.00$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL CAB Daily (24 hrs)225.00$ 1 40KW GENERATOR DSL Daily (24 hrs)161.00$ 1 65KW GENERATOR MEGA SILENT DSL Daily (24 hrs)222.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL ROPS Daily (24 hrs)280.00$ 1 SKIDSTEER ATTACHMENT TILLER Daily (24 hrs)131.00$ 1 WB LOADER ATTACHMENT BUCKET Monthly (28 days)50.00$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS Daily (24 hrs)250.00$ 1 FUEL TANK 1204 GALLON Daily (24 hrs)152.00$ 1 MINI TRACK LOADER W/B < 600LB CAP DSL Daily (24 hrs)225.00$ 1 TRACTOR 60-69HP 4WD DSL Daily (24 hrs)288.00$ 1 TELEHANDLER 5500LB 16-20FT LIFT ROPS BLK Daily (24 hrs)350.00$ 1 TRACTOR ATTACHMENT ROTARY BRUSH MOWER Weekly (7 days)181.00$ 1 ROLLER RIDE-ON SMOOTH 42IN SNG 2 TON Daily (24 hrs)288.75$ 1 SKIDSTEER ATTACHMENT BREAKER 601- 900 LBS Daily (24 hrs)225.00$ 1 SKIDSTEER LOADER 2100-2399LB CAB Daily (24 hrs)333.90$ 1 COMPACT TRACK LOADER 2000-2399LB CAB Daily (24 hrs)250.00$ 1 BOOM ARTICULATED 30FT JIB NARROW ELEC Daily (24 hrs)321.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL CAB Daily (24 hrs)280.00$ 1 MINI-EX ATTACHMENT BREAKER 601-900 LBS Daily (24 hrs)275.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS HF Daily (24 hrs)333.90$ 1 SKIDSTEER LOADER 1300-2099LB CAB Daily (24 hrs)23.25$ 1 SKIDSTEER LOADER 1300-2099LB ROPS Daily (24 hrs)236.25$ 1 SWEEPER CONTRUCTION RIDE ON 4 WHEEL CAB Daily (24 hrs)355.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 72-77IN Weekly (7 days)267.00$ 1 SKIDSTEER ATTACHMENT TREE BOOM Monthly (28 days)300.00$ 1 COMPACT TRACK LOADER 2000-2399LB CAB HF Daily (24 hrs)275.00$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS HF Daily (24 hrs)381.00$ 1 WAREHOUSE FORKLIFT 10000LB CUSHION LPG Daily (24 hrs)317.00$ 1 COMPACT TRACK LOADER 2400-2799LB ROPS Daily (24 hrs)390.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 36IN Daily (24 hrs)66.00$ 1 BOOM ARTICULATED 45FT 4WD DF Daily (24 hrs)365.00$ 1 BACKHOE 70-97HP 4WD ROPS DSL Daily (24 hrs)310.00$ 1 BACKHOE 70-97HP 4WD ROPS EXTENDAHOE DSL Daily (24 hrs)325.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB Daily (24 hrs)415.00$ 1 TRENCHER RIDE-ON 35-49HP DSL Daily (24 hrs)345.00$ 1 SCISSOR LIFT 20FT 32IN P-DECK ELEC Monthly (28 days)375.00$ 1 TRUCK DUMP 5-6 YD DSL Daily (24 hrs)395.00$ 1 CHAIN SAW CONCRETE 12-16IN GAS Weekly (7 days)147.00$ 1 COMPACT TRACK LOADER 1300-1699LB CAB Daily (24 hrs)325.00$ 1 COMPACT TRACK LOADER 1300-1699LB ROPS Daily (24 hrs)295.00$ 1 MINI-EX ATTACHMENT AUGER MED TORQUE Weekly (7 days)225.00$ 1 SKIDSTEER ATTACHMENT AUGER HI TORQUE Weekly (7 days)306.00$ 1 SKIDSTEER ATTACHMENT AUGER MED TORQUE Weekly (7 days)306.00$ 1 COMBO SSL M-EX ATTACH BREAKER 391- 600LBS Daily (24 hrs)200.00$ 1 MINI-EX ATTACHMENT BREAKER 191-290 LBS Daily (24 hrs)226.00$ 1 SKIDSTEER ATTACHMENT BREAKER 391- 600 LBS Daily (24 hrs)200.00$ 1 SKIDSTEER ATTACHMENT BUCKET 36IN Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN Monthly (28 days)91.00$ 1 FUEL TANK 2388 GALLON Daily (24 hrs)195.00$ 1 WB LOADER ATTACHMENT AUGER Monthly (28 days)405.00$ 1 SKIDSTEER ATTACHMENT ANGLE BROOM Weekly (7 days)300.00$ 1 SKIDSTEER ATTACHMENT SWEEPER Weekly (7 days)315.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL Daily (24 hrs)284.00$ 1 LOADER ATTACHMENT LANDSCAPE RAKE Weekly (7 days)250.00$ 1 SKIDSTEER ATTACHMENT TRENCHER Weekly (7 days)275.00$ 1 BOOM ARTICULATED 60FT 4WD DF Daily (24 hrs)446.50$ 1 COMPACT TRACK LOADER 2800LB & OVER CAB Daily (24 hrs)350.00$ 1 COMPACT TRACK LOADER 2800LB & UP CAB HF Daily (24 hrs)350.00$ 1 COMPACT TRACK LOADER 2800LB & UP ROPS HF Daily (24 hrs)466.00$ 1 SKIDSTEER LOADER OVER 3000LB ROPS HF Daily (24 hrs)324.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL CAB Daily (24 hrs)300.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL ROPS Daily (24 hrs)300.00$ 1 LOADER ATTACHMENT ROOT RAKE W CLAMP Weekly (7 days)350.00$ 1 20KW GENERATOR DSL Weekly (7 days)228.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL CAB Daily (24 hrs)400.00$ 1 CONCRETE TRACK BUGGY 16 CU FT GAS Weekly (7 days)310.00$ 1 BRUSH CHIPPER 12IN 49 - 90 HP GAS Daily (24 hrs)378.00$ 1 BACKHOE ATTACHMENT FORKS 60IN Monthly (28 days)250.00$ 1 TELEHANDLER 9000LB 42-44FT LIFT ROPS Daily (24 hrs)475.00$ 1 ORAFLEX DISCHARGE HOSE BAUER CPLNG 8X50 Monthly (28 days)168.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 4X20 Monthly (28 days)50.00$ 1 BACKHOE 70-97HP 4WD CAB DSL Daily (24 hrs)401.00$ 1 BACKHOE 70-97HP 4WD CAB EXTENDAHOE DSL Daily (24 hrs)401.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL ROPS Daily (24 hrs)400.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB Daily (24 hrs)351.00$ 1 CONCRETE WHEEL BUGGY 16 CU FT GAS Weekly (7 days)295.00$ 1 STUMP GRINDER 20 - 29 HP GAS Daily (24 hrs)252.00$ 1 CONCRETE TRACK BUGGY 12 CU FT GAS Weekly (7 days)310.00$ 1 CONCRETE WHEEL BUGGY 8-10 CU FT BATT Weekly (7 days)316.00$ 1 SKIDSTEER ATTACHMENT ROOT RAKE W CLAMP Monthly (28 days)370.00$ 1 TRUCK WATER 2000 GALLON DSL Daily (24 hrs)475.00$ 1 TRUCK WATER 2000 GALLON DSL Daily (24 hrs)475.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 42IN Monthly (28 days)405.00$ 1 100KW GENERATOR DSL Daily (24 hrs)267.00$ 1 CONCRETE CUTOFF SAW 14IN HAND HELD GAS Monthly (28 days)325.00$ 1 5KW PORTABLE GENERATOR GAS Monthly (28 days)445.00$ 1 WHEEL LOADER 2.0-2.4 YD STD BKT DSL Daily (24 hrs)400.00$ 1 WHEEL LOADER 3.0-3.4 YD STD BKT DSL Daily (24 hrs)530.00$ 1 PUMP CENTRIFUGAL 3IN GAS Monthly (28 days)491.00$ 1 ROLLER RIDE-ON PADFT 54IN SNG 5 TON Daily (24 hrs)375.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 60 SF Weekly (7 days)315.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 66 SF Weekly (7 days)315.00$ 1 LIGHT TOWER VERT MAST LED TRAILER Monthly (28 days)495.00$ 1 MINI-EXCAVATOR 3000-3999 LBS DSL ROPS Weekly (7 days)550.00$ 1 SKIDSTEER ATTACHMENT BRUSH GRAPPLE Monthly (28 days)550.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 36IN Monthly (28 days)405.00$ 1 6KW PORTABLE GENERATOR GAS Monthly (28 days)445.00$ 1 SCISSOR LIFT 26FT RT OUTR DSL Weekly (7 days)550.00$ 1 WAREHOUSE FORKLIFT 5000LB PNEU DSL CAB Weekly (7 days)555.00$ 1 SCISSOR LIFT 40FT 47IN BLK ELEC Weekly (7 days)555.00$ 1 SCISSOR LIFT 40FT 47IN ELEC Weekly (7 days)555.00$ 1 SKIDSTEER ATTACHMENT PLANER 14IN SF Daily (24 hrs)360.00$ 1 WB LOADER ATTACHMENT TRENCHER Monthly (28 days)450.00$ 1 LOADER ATTACHMENT FORKS 48IN Monthly (28 days)350.00$ 1 LOADER ATTACHMENT FORKS 60IN Monthly (28 days)350.00$ 1 LOADER ATTACHMENT FORKS 72IN Monthly (28 days)350.00$ 1 EXCAVATOR 28000-38000 LBS STD REACH Daily (24 hrs)520.00$ 1 TRENCHER W/B TRACK 36IN GAS Weekly (7 days)500.00$ 1 120KW GENERATOR DSL Daily (24 hrs)278.00$ 1 ROLLER RIDE-ON SMOOTH 35IN DBL 1 TON GAS Weekly (7 days)520.80$ 1 EXCAVATOR 28000-38000 LBS REDUCED TAIL Daily (24 hrs)520.00$ 1 MINI TRACK LOADER W/B > 600LB CAP DSL Weekly (7 days)600.00$ 1 WHEEL LOADER 3.5-3.9 YD STD BKT DSL Daily (24 hrs)582.00$ 1 TRUCK WATER 4000 GALLON DSL Daily (24 hrs)575.00$ 1 TRUCK WATER 4000 GALLON DSL Daily (24 hrs)575.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 SF Weekly (7 days)315.00$ 1 LOADER ATTACHMENT BOOM Monthly (28 days)369.00$ 1 DOZER STD TRACK 86-95 HP CAB Daily (24 hrs)564.00$ 1 DOZER WIDE TRACK 86-95 HP CAB Daily (24 hrs)540.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL ROPS Weekly (7 days)600.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 66-71IN Monthly (28 days)475.00$ 1 SKIDSTEER ATTACHMENT PLANER 24IN HF Daily (24 hrs)360.00$ 1 ROLLER RIDE-ON PADFT 66IN SNG 8 TON Daily (24 hrs)400.00$ 1 175KW GENERATOR DSL Daily (24 hrs)329.00$ 1 SKIDSTEER ATTACHMENT TILLER Weekly (7 days)356.00$ 1 MINI-EX ATTACHMENT BREAKER 391-600 LBS Weekly (7 days)384.00$ 1 25KW GENERATOR MEGA SILENT DSL Weekly (7 days)315.00$ 1 LOADER ATTACHMENT GRAPPLE BUCKET Weekly (7 days)350.00$ 1 DOZER ATTACHMENT ROOT RAKE NO CLAMP Monthly (28 days)426.00$ 1 40KW GENERATOR DSL Weekly (7 days)483.00$ 1 BOOM ARTICULATED 30FT JIB NARROW ELEC Weekly (7 days)715.00$ 1 BOOM ARTICULATED 34FT JIB 4WD DSL Weekly (7 days)751.00$ 1 FUEL TANK 552 GALLON Monthly (28 days)676.00$ 1 SKIDSTEER LOADER 1751-2099LB ROPS HF Weekly (7 days)636.00$ 1 EXCAVATOR 28000-38000 LBS RED TAILRUBTRK Daily (24 hrs)700.00$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL ROPS Weekly (7 days)650.00$ 1 BOOM ARTICULATED 80FT 4WD DF Daily (24 hrs)685.00$ 1 DOZER STD TRACK 96-105 HP CAB Daily (24 hrs)520.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 11 TON Daily (24 hrs)500.00$ 1 ROLLER RIDE-ON SMOOTH 66IN DBL 11TON DSL Daily (24 hrs)490.00$ 1 TRACTOR ATTACHMENT ROTARY BRUSH MOWER Monthly (28 days)466.00$ 1 ROLLER RIDE-ON SMOOTH 47IN DBL 3 TON DSL Weekly (7 days)749.70$ 1 BOOM ARTICULATED 45FT 4WD DF Weekly (7 days)775.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 22IN DSL Weekly (7 days)595.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 32IN DSL Weekly (7 days)520.80$ 1 SKIDSTEER ATTACHMENT FORESTRY MULCHER Daily (24 hrs)561.00$ 1 MINI-EXCAVATOR 4000-4999 LBS DSL ROPS Weekly (7 days)575.00$ 1 WHEEL LOADER 4.0-4.5 YD STD BKT DSL Daily (24 hrs)618.00$ 1 DOZER WIDE TRACK 86-95 HP ROPS Daily (24 hrs)540.00$ 1 WHEEL LOADER 2.5-3.4 YD MP BKT DSL Daily (24 hrs)530.00$ 1 TRAILER DUMP TANDEM AXLE Weekly (7 days)390.00$ 1 COMPACT TRACK LOADER 1700-1999LB ROPS Weekly (7 days)660.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL CAB Weekly (7 days)600.00$ 1 TRACTOR ATTACHMENT BOX BLADE Weekly (7 days)141.00$ 1 COMPACT TRACK LOADER 1700-1999LB CAB Weekly (7 days)660.00$ 1 EXCAVAT ATTACHMENT BREAKER 2501- 4800 LBS Daily (24 hrs)694.00$ 1 MINI-EX ATTACHMENT AUGER MED TORQUE Monthly (28 days)575.00$ 1 SKIDSTEER ATTACHMENT AUGER HI TORQUE Monthly (28 days)750.00$ 1 SKIDSTEER ATTACHMENT AUGER MED TORQUE Monthly (28 days)750.00$ 1 ROLLER RIDE-ON SMOOTH 54IN SNG 5 TON Weekly (7 days)790.00$ 1 LIGHT TOWER BALLOON KIT Monthly (28 days)208.95$ 1 COMBO SSL M-EX ATTACH BREAKER 391- 600LBS Weekly (7 days)500.00$ 1 EXCAVATOR 50000-59999 LBS STD REACH Daily (24 hrs)665.00$ 1 MINI-EX ATTACHMENT BREAKER 191-290 LBS Weekly (7 days)590.00$ 1 MINI-EX ATTACHMENT FORESTRY MULCHER Daily (24 hrs)500.00$ 1 SKIDSTEER ATTACHMENT BREAKER 391- 600 LBS Weekly (7 days)500.00$ 1 SKIDSTEER ATTACHMENT BREAKER 601- 900 LBS Weekly (7 days)550.00$ 1 LIGHT TOWER HORIZ MAST MAN NARROW BODY Monthly (28 days)475.00$ 1 LIGHT TOWER VERT MAST ELEC NARROW BODY Monthly (28 days)475.00$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Monthly (28 days)540.75$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL CAB Weekly (7 days)650.00$ 1 TELEHANDLER 5500LB 16-20FT LIFT ROPS BLK Weekly (7 days)795.00$ 1 BRUSH CHIPPER 6-7IN 20 - 25 HP GAS Weekly (7 days)675.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL ROPS Weekly (7 days)850.00$ 1 65KW GENERATOR MEGA SILENT DSL Weekly (7 days)667.00$ 1 EXCAVATOR 43000-49999 LBS STD REACH Daily (24 hrs)650.00$ 1 CHAIN SAW CONCRETE 12-16IN GAS Monthly (28 days)410.55$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS Weekly (7 days)750.00$ 1 BACKHOE 70-97HP 4WD ROPS DSL Weekly (7 days)810.00$ 1 COMPACT TRACK LOADER 1300-1699LB CAB Weekly (7 days)850.00$ 1 COMPACT TRACK LOADER 2000-2399LB CAB Weekly (7 days)750.00$ 1 ROLLER RIDE-ON SMOOTH 42IN SNG 2 TON Weekly (7 days)729.75$ 1 EXCAVATOR 50000-59999 LBS REDUCED TAIL Daily (24 hrs)695.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL CAB Weekly (7 days)850.00$ 1 WHEEL LOADER 4.0-4.5 YD MP BKT DSL Daily (24 hrs)618.00$ 1 BACKHOE 70-97HP 4WD ROPS EXTENDAHOE DSL Weekly (7 days)875.00$ 1 EXCAVAT ATTACHMENT GRAPPLE BUCKET Daily (24 hrs)315.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS Weekly (7 days)697.00$ 1 SWEEPER CONTRUCTION RIDE ON 4 WHEEL CAB Weekly (7 days)950.00$ 1 LOADER ATTACHMENT LANDSCAPE RAKE Monthly (28 days)500.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 72-77IN Monthly (28 days)610.00$ 1 200KW GENERATOR DSL Daily (24 hrs)356.00$ 1 250KW GENERATOR DSL Daily (24 hrs)533.00$ 1 TRACTOR 60-69HP 4WD DSL Weekly (7 days)860.00$ 1 COMPACT TRACK LOADER 2000-2399LB CAB HF Weekly (7 days)800.00$ 1 WAREHOUSE FORKLIFT 10000LB CUSHION LPG Weekly (7 days)662.00$ 1 CONCRETE WHEEL BUGGY 16 CU FT GAS Monthly (28 days)675.00$ 1 320KW GENERATOR DSL Daily (24 hrs)637.00$ 1 FUEL TANK 1204 GALLON Weekly (7 days)455.00$ 1 SKIDSTEER LOADER 1300-2099LB CAB Weekly (7 days)636.00$ 1 SKIDSTEER LOADER 1300-2099LB ROPS Weekly (7 days)601.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS HF Weekly (7 days)861.00$ 1 BOOM ARTICULATED 60FT 4WD DF Weekly (7 days)995.00$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS HF Weekly (7 days)991.00$ 1 TRENCHER RIDE-ON 35-49HP DSL Weekly (7 days)910.00$ 1 SKIDSTEER LOADER 2100-2399LB CAB Weekly (7 days)861.00$ 1 MINI-EX ATTACHMENT BREAKER 601-900 LBS Weekly (7 days)635.00$ 1 CONCRETE TRACK BUGGY 16 CU FT GAS Monthly (28 days)775.00$ 1 SKIDSTEER ATTACHMENT TRENCHER Monthly (28 days)575.00$ 1 DOZER WIDE TRACK 96-105 HP CAB Daily (24 hrs)520.00$ 1 TRUCK DUMP 5-6 YD DSL Weekly (7 days)925.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL Weekly (7 days)853.00$ 1 20KW GENERATOR DSL Monthly (28 days)683.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB Weekly (7 days)1,090.00$ 1 COMPACT TRACK LOADER 2400-2799LB ROPS Weekly (7 days)1,030.00$ 1 TELEHANDLER 9000LB 42-44FT LIFT ROPS Weekly (7 days)1,145.00$ 1 CONCRETE TRACK BUGGY 12 CU FT GAS Monthly (28 days)775.00$ 1 CONCRETE WHEEL BUGGY 8-10 CU FT BATT Monthly (28 days)696.00$ 1 ROLLER RIDE-ON SMOOTH 66IN SNG 8 TON Weekly (7 days)1,050.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 36IN Weekly (7 days)191.00$ 1 SCISSOR LIFT 26FT RT OUTR DSL Monthly (28 days)995.00$ 1 DOZER WIDE TRACK 131-165 HP CAB Daily (24 hrs)770.00$ 1 BACKHOE 70-97HP 4WD CAB DSL Weekly (7 days)1,046.00$ 1 COMPACT TRACK LOADER 2800LB & OVER ROPS Weekly (7 days)1,211.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL ROPS Weekly (7 days)900.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL CAB Weekly (7 days)1,100.00$ 1 SKIDSTEER ATTACHMENT SWEEPER Monthly (28 days)630.00$ 1 FUEL TANK 2388 GALLON Weekly (7 days)585.00$ 1 100KW GENERATOR DSL Weekly (7 days)800.00$ 1 SCISSOR LIFT 40FT 47IN BLK ELEC Monthly (28 days)1,075.00$ 1 SCISSOR LIFT 40FT 47IN ELEC Monthly (28 days)1,075.00$ 1 SKIDSTEER ATTACHMENT ANGLE BROOM Monthly (28 days)550.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL CAB Weekly (7 days)900.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 60 SF Monthly (28 days)595.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 66 SF Monthly (28 days)595.00$ 1 BACKHOE 70-97HP 4WD CAB EXTENDAHOE DSL Weekly (7 days)1,046.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL ROPS Weekly (7 days)1,100.00$ 1 WHEEL LOADER 2.0-2.4 YD STD BKT DSL Weekly (7 days)1,200.00$ 1 TRUCK WATER 2000 GALLON DSL Weekly (7 days)1,200.00$ 1 TRUCK WATER 2000 GALLON DSL Weekly (7 days)1,200.00$ 1 COMPACT TRACK LOADER 2800LB & UP CAB HF Weekly (7 days)1,254.00$ 1 ROLLER RIDE-ON SMOOTH 84IN SNG 11 TON Weekly (7 days)1,325.00$ 1 25KW GENERATOR MEGA SILENT DSL Monthly (28 days)945.00$ 1 LOADER BUCKET 4YD AND OVER Daily (24 hrs)100.00$ 1 LOADER BUCKET 4YD AND OVER Monthly (28 days)900.00$ 1 LOADER BUCKET 4YD AND OVER Weekly (7 days)300.00$ 1 TRENCHER W/B TRACK 36IN GAS Monthly (28 days)1,201.00$ 1 ROLLER RIDE-ON SMOOTH 35IN DBL 1 TON GAS Monthly (28 days)1,161.30$ 1 COMPACT TRACK LOADER 2800LB & OVER CAB Weekly (7 days)1,254.00$ 1 COMPACT TRACK LOADER 2800LB & UP ROPS HF Weekly (7 days)1,254.00$ 1 SKIDSTEER LOADER OVER 3000LB ROPS HF Weekly (7 days)967.00$ 1 BOOM ARTICULATED 125FT JIB 4WD DSL Daily (24 hrs)1,256.00$ 1 FUEL TANK 1204 GALLON Monthly (28 days)1,351.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 SF Monthly (28 days)595.00$ 1 ROLLER RIDE-ON PADFT 54IN SNG 5 TON Weekly (7 days)1,144.50$ 1 MINI-EX ATTACHMENT BREAKER 391-600 LBS Monthly (28 days)900.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL ROPS Monthly (28 days)1,425.00$ 1 SKIDSTEER LOADER 1751-2099LB ROPS HF Monthly (28 days)1,496.25$ 1 40KW GENERATOR DSL Monthly (28 days)1,450.00$ 1 BOOM ARTICULATED 30FT JIB NARROW ELEC Monthly (28 days)1,525.00$ 1 WAREHOUSE FORKLIFT 5000LB PNEU DSL CAB Monthly (28 days)1,125.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 22IN DSL Monthly (28 days)1,290.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 32IN DSL Monthly (28 days)1,161.30$ 1 MINI-EXCAVATOR 3000-3999 LBS DSL ROPS Monthly (28 days)1,350.00$ 1 EXCAVATOR 60000-69999 LBS LONG REACH Daily (24 hrs)1,250.00$ 1 EXCAVATOR 60000-69999 LBS STD REACH Daily (24 hrs)900.00$ 1 BOOM ARTICULATED 135FT JIB 4WD DSL Daily (24 hrs)1,600.00$ 1 WHEEL LOADER 3.0-3.4 YD STD BKT DSL Weekly (7 days)1,500.00$ 1 TELEHANDLER 5500LB 16-20FT LIFT ROPS BLK Monthly (28 days)1,586.00$ 1 ROLLER RIDE-ON PADFT 66IN SNG 8 TON Weekly (7 days)1,123.50$ 1 MINI-EXCAVATOR 4000-4999 LBS DSL ROPS Monthly (28 days)1,422.00$ 1 BOOM ARTICULATED 45FT 4WD DF Monthly (28 days)1,610.00$ 1 EXCAVATOR 28000-38000 LBS STD REACH Weekly (7 days)1,600.00$ 1 120KW GENERATOR DSL Weekly (7 days)833.00$ 1 BRUSH CHIPPER 6-7IN 20 - 25 HP GAS Monthly (28 days)1,458.00$ 1 MINI-EX ATTACHMENT FORESTRY MULCHER Weekly (7 days)1,100.00$ 1 175KW GENERATOR DSL Weekly (7 days)987.00$ 1 DOZER STD TRACK 86-95 HP CAB Weekly (7 days)1,694.00$ 1 DOZER WIDE TRACK 86-95 HP CAB Weekly (7 days)1,520.00$ 1 BOOM ARTICULATED 80FT 4WD DF Weekly (7 days)1,595.00$ 1 SKIDSTEER ATTACHMENT PLANER 14IN SF Weekly (7 days)1,000.00$ 1 MINI-EXCAVATOR 5000-6999 LBS DSL CAB Monthly (28 days)1,825.00$ 1 SKIDSTEER ATTACHMENT TILLER Monthly (28 days)750.00$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL ROPS Monthly (28 days)1,575.00$ 1 SKIDSTEER ATTACHMENT FORESTRY MULCHER Weekly (7 days)1,469.00$ 1 EXCAVATOR 28000-38000 LBS REDUCED TAIL Weekly (7 days)1,600.00$ 1 COMPACT TRACK LOADER 1700-1999LB ROPS Monthly (28 days)1,980.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS Monthly (28 days)1,620.00$ 1 WHEEL LOADER 2.5-3.4 YD MP BKT DSL Weekly (7 days)1,500.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL ROPS Monthly (28 days)1,779.00$ 1 MINI-EXCAVATOR 7000-8999 LBS DSL CAB Monthly (28 days)1,650.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 11 TON Weekly (7 days)1,365.00$ 1 COMPACT TRACK LOADER 1700-1999LB CAB Monthly (28 days)1,980.00$ 1 EXCAVAT ATTACHMENT GRAPPLE BUCKET Weekly (7 days)735.00$ 1 WHEEL LOADER 3.5-3.9 YD STD BKT DSL Weekly (7 days)1,653.00$ 1 DOZER STD TRACK 96-105 HP CAB Weekly (7 days)1,600.00$ 1 SKIDSTEER ATTACHMENT PLANER 24IN HF Weekly (7 days)1,000.00$ 1 EXCAVAT ATTACHMENT BREAKER 2501- 4800 LBS Weekly (7 days)1,956.00$ 1 SKIDSTEER ATTACHMENT BREAKER 601- 900 LBS Monthly (28 days)1,175.00$ 1 EXCAVATOR 39000-42000 LBS STD REACH Weekly (7 days)1,700.00$ 1 250KW GENERATOR DSL Weekly (7 days)1,600.00$ 1 ROLLER RIDE-ON SMOOTH 47IN DBL 3 TON DSL Monthly (28 days)1,552.95$ 1 65KW GENERATOR MEGA SILENT DSL Monthly (28 days)2,000.00$ 1 EXCAVATOR 28000-38000 LBS RED TAILRUBTRK Weekly (7 days)1,950.00$ 1 TRUCK WATER 4000 GALLON DSL Weekly (7 days)1,800.00$ 1 TRUCK WATER 4000 GALLON DSL Weekly (7 days)1,800.00$ 1 TRACTOR ATTACHMENT BOX BLADE Monthly (28 days)315.00$ 1 ROLLER RIDE-ON SMOOTH 66IN DBL 11TON DSL Weekly (7 days)1,395.00$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS Monthly (28 days)2,135.00$ 1 MINI-EXCAVATOR 9000-11999 LBS DSL CAB Monthly (28 days)2,072.00$ 1 BACKHOE 70-97HP 4WD ROPS DSL Monthly (28 days)1,800.00$ 1 BACKHOE 70-97HP 4WD ROPS EXTENDAHOE DSL Monthly (28 days)1,985.00$ 1 EXCAVATOR 50000-59999 LBS STD REACH Weekly (7 days)1,800.00$ 1 LOADER ATTACHMENT GRAPPLE BUCKET Monthly (28 days)750.00$ 1 DOZER WIDE TRACK 96-105 HP CAB Weekly (7 days)1,600.00$ 1 SKIDSTEER LOADER 2100-2399LB ROPS HF Monthly (28 days)1,776.00$ 1 SKIDSTEER LOADER 1300-2099LB CAB Monthly (28 days)1,470.00$ 1 SKIDSTEER LOADER 1300-2099LB ROPS Monthly (28 days)1,470.00$ 1 BOOM ARTICULATED 34FT JIB 4WD DSL Monthly (28 days)1,595.00$ 1 500KW GENERATOR DSL Daily (24 hrs)1,134.00$ 1 MINI-EX ATTACHMENT BREAKER 601-900 LBS Monthly (28 days)884.00$ 1 TRACTOR 60-69HP 4WD DSL Monthly (28 days)1,901.00$ 1 200KW GENERATOR DSL Weekly (7 days)1,067.00$ 1 EXCAVATOR 50000-59999 LBS REDUCED TAIL Weekly (7 days)1,995.00$ 1 TELEHANDLER 9000LB 42-44FT LIFT ROPS Monthly (28 days)2,269.00$ 1 EXCAVATOR 43000-49999 LBS STD REACH Weekly (7 days)1,900.00$ 1 WAREHOUSE FORKLIFT 10000LB CUSHION LPG Monthly (28 days)1,680.00$ 1 BACKHOE 70-97HP 4WD CAB DSL Monthly (28 days)2,310.00$ 1 BACKHOE 70-97HP 4WD CAB EXTENDAHOE DSL Monthly (28 days)2,310.00$ 1 TRENCHER RIDE-ON 35-49HP DSL Monthly (28 days)2,027.00$ 1 SWEEPER CONTRUCTION RIDE ON 4 WHEEL CAB Monthly (28 days)2,275.00$ 1 1000KW GENERATOR DSL Daily (24 hrs)1,524.00$ 1 WHEEL LOADER 4.0-4.5 YD MP BKT DSL Weekly (7 days)1,927.00$ 1 WHEEL LOADER 4.0-4.5 YD STD BKT DSL Weekly (7 days)1,927.00$ 1 COMPACT TRACK LOADER 2000-2399LB ROPS HF Monthly (28 days)2,135.00$ 1 BOOM ARTICULATED 60FT 4WD DF Monthly (28 days)2,175.00$ 1 ROLLER RIDE-ON SMOOTH 42IN SNG 2 TON Monthly (28 days)1,732.50$ 1 ROLLER RIDE-ON SMOOTH 54IN SNG 5 TON Monthly (28 days)1,879.50$ 1 COMPACT TRACK LOADER 2000-2399LB CAB HF Monthly (28 days)2,135.00$ 1 COMPACT TRACK LOADER 2400-2799LB ROPS Monthly (28 days)2,400.00$ 1 COMPACT TRACK LOADER 1300-1699LB CAB Monthly (28 days)2,075.00$ 1 COMPACT TRACK LOADER 1300-1699LB ROPS Monthly (28 days)1,975.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL ROPS Monthly (28 days)2,452.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB Monthly (28 days)2,400.00$ 1 320KW GENERATOR DSL Weekly (7 days)1,911.00$ 1 TRUCK DUMP 5-6 YD DSL Monthly (28 days)2,300.00$ 1 COMBO SSL M-EX ATTACH BREAKER 391- 600LBS Monthly (28 days)1,200.00$ 1 MINI-EX ATTACHMENT BREAKER 191-290 LBS Monthly (28 days)1,328.00$ 1 SKIDSTEER ATTACHMENT BREAKER 391- 600 LBS Monthly (28 days)1,200.00$ 1 FUEL TANK 2388 GALLON Monthly (28 days)1,575.00$ 1 COMPACT TRACK LOADER 2800LB & OVER ROPS Monthly (28 days)2,900.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL Monthly (28 days)2,556.00$ 1 COMPACT TRACK LOADER 2800LB & OVER CAB Monthly (28 days)2,975.00$ 1 SKIDSTEER LOADER OVER 3000LB ROPS HF Monthly (28 days)2,135.00$ 1 COMPACT TRACK LOADER 2800LB & UP CAB HF Monthly (28 days)2,975.00$ 1 MINI-EXCAVATOR 12000-13999 LBS DSL CAB Monthly (28 days)2,452.00$ 1 COMPACT TRACK LOADER 2800LB & UP ROPS HF Monthly (28 days)2,975.00$ 1 TRUCK WATER 2000 GALLON DSL Monthly (28 days)2,800.00$ 1 TRUCK WATER 2000 GALLON DSL Monthly (28 days)2,800.00$ 1 ROLLER RIDE-ON SMOOTH 66IN SNG 8 TON Monthly (28 days)2,310.00$ 1 ROLLER RIDE-ON PADFT 54IN SNG 5 TON Monthly (28 days)2,205.00$ 1 EXCAVATOR 70000-80000 LBS STD REACH Weekly (7 days)2,900.00$ 1 100KW GENERATOR DSL Monthly (28 days)2,400.00$ 1 DOZER WIDE TRACK 131-165 HP CAB Weekly (7 days)1,990.00$ 1 BOOM ARTICULATED 80FT 4WD DF Monthly (28 days)3,250.00$ 1 DOZER WIDE TRACK 86-95 HP ROPS Weekly (7 days)1,430.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL CAB Monthly (28 days)3,100.00$ 1 MINI-EXCAVATOR 14000-19000 LBS DSL ROPS Monthly (28 days)3,100.00$ 1 BOOM ARTICULATED 125FT JIB 4WD DSL Weekly (7 days)3,150.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 36IN Monthly (28 days)436.00$ 1 WHEEL LOADER 2.0-2.4 YD STD BKT DSL Monthly (28 days)3,323.00$ 1 ROLLER RIDE-ON SMOOTH 84IN SNG 11 TON Monthly (28 days)2,835.00$ 1 ROLLER RIDE-ON PADFT 66IN SNG 8 TON Monthly (28 days)29.00$ 1 EXCAVAT ATTACHMENT GRAPPLE BUCKET Monthly (28 days)1,879.00$ 1 120KW GENERATOR DSL Monthly (28 days)2,500.00$ 1 EXCAVATOR 60000-69999 LBS LONG REACH Weekly (7 days)3,328.00$ 1 EXCAVATOR 60000-69999 LBS STD REACH Weekly (7 days)2,700.00$ 1 SKIDSTEER ATTACHMENT PLANER 14IN SF Monthly (28 days)2,261.00$ 1 SKIDSTEER ATTACHMENT FORESTRY MULCHER Monthly (28 days)3,418.00$ 1 175KW GENERATOR DSL Monthly (28 days)2,960.00$ 1 BOOM ARTICULATED 135FT JIB 4WD DSL Weekly (7 days)3,675.00$ 1 1350KW GENERATOR DSL Daily (24 hrs)1,660.00$ 1 SKIDSTEER ATTACHMENT PLANER 24IN HF Monthly (28 days)2,750.00$ 1 WHEEL LOADER 3.0-3.4 YD STD BKT DSL Monthly (28 days)4,500.00$ 1 DOZER STD TRACK 86-95 HP CAB Monthly (28 days)4,188.00$ 1 DOZER WIDE TRACK 86-95 HP CAB Monthly (28 days)3,950.00$ 1 MINI-EX ATTACHMENT FORESTRY MULCHER Monthly (28 days)1,875.00$ 1 TRUCK WATER 4000 GALLON DSL Monthly (28 days)4,500.00$ 1 TRUCK WATER 4000 GALLON DSL Monthly (28 days)4,500.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 11 TON Monthly (28 days)2,782.50$ 1 EXCAVATOR 28000-38000 LBS STD REACH Monthly (28 days)4,500.00$ 1 WHEEL LOADER 2.5-3.4 YD MP BKT DSL Monthly (28 days)400.00$ 1 EXCAVAT ATTACHMENT BREAKER 2501- 4800 LBS Monthly (28 days)4,411.00$ 1 EXCAVATOR 39000-42000 LBS STD REACH Monthly (28 days)4,900.00$ 1 WHEEL LOADER 3.5-3.9 YD STD BKT DSL Monthly (28 days)4,685.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 14 TON Daily (24 hrs)500.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 14 TON Monthly (28 days)3,500.00$ 1 ROLLER RIDE-ON PADFT 84IN SNG 14 TON Weekly (7 days)1,500.00$ 1 DOZER STD TRACK 96-105 HP CAB Monthly (28 days)4,800.00$ 1 200KW GENERATOR DSL Monthly (28 days)3,200.00$ 1 250KW GENERATOR DSL Monthly (28 days)4,800.00$ 1 WHEEL LOADER 4.0-4.5 YD MP BKT DSL Monthly (28 days)5,462.00$ 1 WHEEL LOADER 4.0-4.5 YD STD BKT DSL Monthly (28 days)5,462.00$ 1 EXCAVATOR 50000-59999 LBS STD REACH Monthly (28 days)5,300.00$ 1 320KW GENERATOR DSL Monthly (28 days)5,733.00$ 1 EXCAVATOR 43000-49999 LBS STD REACH Monthly (28 days)5,300.00$ 1 DOZER WIDE TRACK 96-105 HP CAB Monthly (28 days)4,800.00$ 1 1000KW GENERATOR DSL Weekly (7 days)4,573.00$ 1 EXCAVATOR 28000-38000 LBS RED TAILRUBTRK Monthly (28 days)5,096.00$ 1 EXCAVATOR 28000-38000 LBS REDUCED TAIL Monthly (28 days)4,500.00$ 1 EXCAVATOR 50000-59999 LBS REDUCED TAIL Monthly (28 days)6,200.00$ 1 BOOM ARTICULATED 125FT JIB 4WD DSL Monthly (28 days)6,900.00$ 1 BOOM ARTICULATED 135FT JIB 4WD DSL Monthly (28 days)7,600.00$ 1 EXCAVATOR 28000-38000 LBS CAB WHEELED Daily (24 hrs)520.00$ 1 EXCAVATOR 28000-38000 LBS CAB WHEELED Monthly (28 days)4,500.00$ 1 EXCAVATOR 28000-38000 LBS CAB WHEELED Weekly (7 days)1,600.00$ 1 DOZER WIDE TRACK 131-165 HP CAB Monthly (28 days)5,250.00$ 1 DOZER WIDE TRACK 86-95 HP ROPS Monthly (28 days)3,650.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 48IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 48IN PO Monthly (28 days)150.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 48IN PO Weekly (7 days)75.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 54IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 54IN PO Monthly (28 days)150.00$ 1 EXCAVAT 50K-60K BUCKET TRENCH 54IN PO Weekly (7 days)75.00$ 1 COMPACT TRACK LOADER 1300-1699LB ROPS Weekly (7 days)775.00$ 1 DOZER WIDE TRACK 106-130 HP CAB Daily (24 hrs)700.00$ 1 DOZER WIDE TRACK 106-130 HP CAB Monthly (28 days)4,750.00$ 1 DOZER WIDE TRACK 106-130 HP CAB Weekly (7 days)1,850.00$ 1 EXCAVATOR 60000-69999 LBS STD REACH Monthly (28 days)7,850.00$ 1 EXCAVATOR 60000-69999 LBS LONG REACH Monthly (28 days)8,392.00$ 1 1350KW GENERATOR DSL Weekly (7 days)4,982.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 36IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 36IN PO Monthly (28 days)150.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 36IN PO Weekly (7 days)75.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 54IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 54IN PO Monthly (28 days)150.00$ 1 EXCAVAT 60K-80K BUCKET TRENCH 54IN PO Weekly (7 days)75.00$ 1 TRUCK DUMP ARTICULATED 30 TON DSL Daily (24 hrs)2,296.00$ 1 TRUCK DUMP ARTICULATED 30 TON DSL Weekly (7 days)5,165.00$ 1 500KW GENERATOR DSL Monthly (28 days)10,206.00$ 1 TRUCK DUMP ARTICULATED 30 TON DSL Monthly (28 days)12,880.00$ 1 1000KW GENERATOR DSL Monthly (28 days)13,718.00$ 1 SKIDSTEER LOADER 2100-2399LB CAB Monthly (28 days)1,776.00$ 1 1350KW GENERATOR DSL Monthly (28 days)14,946.00$ 1 BOARD ARROW VERTICAL TRAILER 15- LIGHT Monthly (28 days)No Bids - SKIDSTEER AUGER EXTENSION 48 Daily (24 hrs)15.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 4X20 Daily (24 hrs)6.00$ 1 TRAFFIC CONE Daily (24 hrs)1.00$ 1 WATER FILLED TRAFFIC BARRICADE ORANGE Daily (24 hrs)5.00$ 1 ROLLER TRENCH VIBRA DBL DRUM 22IN DSL Daily (24 hrs)275.00$ 1 BACKHOE BUCKET CRIBBING 8IN QC Monthly (28 days)150.00$ 1 LOADER ATTACHMENT ROOT RAKE W CLAMP Daily (24 hrs)175.00$ 3 ORAFLEX DISCHARGE HOSE BAUER CPLNG 4X50 Daily (24 hrs)15.00$ 2 CABLE 2 50FT CAMLOCK 5 BANDED Daily (24 hrs)16.00$ 1 CABLE 2 50FT CAMLOCK 5 BANDED Monthly (28 days)146.00$ 1 CABLE 2 50FT CAMLOCK 5 BANDED Weekly (7 days)49.00$ 1 CABLE 2/0 100FT CAMLOCK Daily (24 hrs)32.00$ 1 CABLE 2/0 100FT CAMLOCK Monthly (28 days)240.00$ 1 CABLE 2/0 100FT CAMLOCK Weekly (7 days)98.00$ 1 CABLE 2/0 50FT CAMLOCK Daily (24 hrs)16.00$ 1 CABLE 2/0 50FT CAMLOCK Monthly (28 days)146.00$ 1 CABLE 2/0 50FT CAMLOCK Weekly (7 days)49.00$ 1 CABLE 4/0 100FT CAMLOCK Daily (24 hrs)26.00$ 1 CABLE 4/0 100FT CAMLOCK Monthly (28 days)160.00$ 1 CABLE 4/0 100FT CAMLOCK Weekly (7 days)78.00$ 1 CABLE 4/0 25FT CAMLOCK Daily (24 hrs)10.00$ 1 CABLE 4/0 25FT CAMLOCK Monthly (28 days)40.00$ 1 CABLE 4/0 25FT CAMLOCK Weekly (7 days)20.00$ 1 CABLE 4/0 50FT CAMLOCK Daily (24 hrs)13.00$ 1 CABLE 4/0 50FT CAMLOCK Monthly (28 days)117.00$ 1 CABLE 4/0 50FT CAMLOCK Weekly (7 days)39.00$ 1 CABLE 8/5 50FT BARE Daily (24 hrs)11.00$ 1 CABLE 8/5 50FT BARE Monthly (28 days)34.00$ 1 CABLE 8/5 50FT BARE Weekly (7 days)20.00$ 1 CABLE RAMP Monthly (28 days)20.00$ 1 CABLE RAMP Weekly (7 days)7.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 4X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 4X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 4X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 6X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 6X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 6X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 4X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 4X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 4X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 6X20 Daily (24 hrs)50.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 6X20 Monthly (28 days)351.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 6X20 Weekly (7 days)126.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 10X20 Daily (24 hrs)44.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 10X20 Monthly (28 days)384.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 10X20 Weekly (7 days)129.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X10 Daily (24 hrs)44.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X10 Monthly (28 days)384.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X10 Weekly (7 days)129.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X20 Daily (24 hrs)81.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X20 Monthly (28 days)681.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 12X20 Weekly (7 days)231.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 3X20 Daily (24 hrs)10.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 3X20 Monthly (28 days)50.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 3X20 Weekly (7 days)30.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 6X20 Daily (24 hrs)25.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 6X20 Monthly (28 days)226.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 6X20 Weekly (7 days)75.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X10 Daily (24 hrs)29.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X10 Monthly (28 days)252.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X10 Weekly (7 days)85.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X20 Daily (24 hrs)42.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X20 Monthly (28 days)378.00$ 1 COMPOSITE DISCHARGE HOSE W/FLANGE 8X20 Weekly (7 days)126.00$ 1 DISTRO BOX 100A CAM SET IN/12X20A OUT Daily (24 hrs)67.00$ 1 DISTRO BOX 100A CAM SET IN/12X20A OUT Monthly (28 days)271.00$ 1 DISTRO BOX 100A CAM SET IN/12X20A OUT Weekly (7 days)118.00$ 1 DISTRO BOX 100A CAM SET IN/5X20A OUT Daily (24 hrs)56.00$ 1 DISTRO BOX 100A CAM SET IN/5X20A OUT Monthly (28 days)271.00$ 1 DISTRO BOX 100A CAM SET IN/5X20A OUT Weekly (7 days)118.00$ 1 DISTRO BOX 200A CAM SET IN/6X50A CS Daily (24 hrs)56.00$ 1 DISTRO BOX 200A CAM SET IN/6X50A CS Monthly (28 days)474.00$ 1 DISTRO BOX 200A CAM SET IN/6X50A CS Weekly (7 days)167.00$ 1 DISTRO BOX 400A CAM SET IN/10X50A CS Daily (24 hrs)100.00$ 1 DISTRO BOX 400A CAM SET IN/10X50A CS Monthly (28 days)900.00$ 1 DISTRO BOX 400A CAM SET IN/10X50A CS Weekly (7 days)300.00$ 1 DISTRO BOX 400A CAM SET IN/6X50A CS Daily (24 hrs)56.00$ 1 DISTRO BOX 400A CAM SET IN/6X50A CS Monthly (28 days)500.00$ 1 DISTRO BOX 400A CAM SET IN/6X50A CS Weekly (7 days)167.00$ 1 EYEWASH STATION Daily (24 hrs)8.00$ 1 EYEWASH STATION Monthly (28 days)50.00$ 1 EYEWASH STATION Weekly (7 days)17.00$ 1 FEMALE PIGTAIL 4/0 UNDER 10FT Daily (24 hrs)2.00$ 1 FEMALE PIGTAIL 4/0 UNDER 10FT Monthly (28 days)20.00$ 1 FEMALE PIGTAIL 4/0 UNDER 10FT Weekly (7 days)7.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X10 Daily (24 hrs)30.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X10 Monthly (28 days)271.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X10 Weekly (7 days)90.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X20 Daily (24 hrs)60.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X20 Monthly (28 days)542.00$ 1 KANAFLEX SUCTION HOSE BAUER CPLNG 12X20 Weekly (7 days)180.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Daily (24 hrs)9.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Daily (24 hrs)9.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Monthly (28 days)50.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Monthly (28 days)50.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Weekly (7 days)24.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Weekly (7 days)24.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 3X20 Daily (24 hrs)12.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 3X20 Monthly (28 days)50.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X10 Daily (24 hrs)9.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X10 Monthly (28 days)81.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X10 Weekly (7 days)27.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X20 Daily (24 hrs)17.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X20 Monthly (28 days)153.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 6X20 Weekly (7 days)51.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X10 Daily (24 hrs)11.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X10 Monthly (28 days)99.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X10 Weekly (7 days)33.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X20 Daily (24 hrs)21.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X20 Monthly (28 days)188.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 8X20 Weekly (7 days)63.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X10 Daily (24 hrs)70.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X10 Monthly (28 days)631.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X10 Weekly (7 days)215.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X20 Daily (24 hrs)95.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X20 Monthly (28 days)846.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 12X20 Weekly (7 days)282.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 4X20 Daily (24 hrs)20.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 4X20 Monthly (28 days)180.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 4X20 Weekly (7 days)60.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 6X20 Daily (24 hrs)30.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 6X20 Monthly (28 days)270.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 6X20 Weekly (7 days)90.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 8X20 Daily (24 hrs)50.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 8X20 Monthly (28 days)421.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 8X20 Weekly (7 days)150.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 4X50 Daily (24 hrs)15.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 4X50 Monthly (28 days)90.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 4X50 Weekly (7 days)30.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 6X50 Daily (24 hrs)18.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 6X50 Monthly (28 days)108.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 6X50 Weekly (7 days)36.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 8X50 Daily (24 hrs)28.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 8X50 Monthly (28 days)168.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 8X50 Weekly (7 days)56.00$ 1 ORAFLEX DISCHARGE HOSE FLNG CPLNG 10X50 Daily (24 hrs)82.00$ 1 ORAFLEX DISCHARGE HOSE FLNG CPLNG 10X50 Monthly (28 days)523.00$ 1 ORAFLEX DISCHARGE HOSE FLNG CPLNG 10X50 Weekly (7 days)200.00$ 1 PIPE ADAPTER 4 F CAM X F NPT TYPE D Daily (24 hrs)5.00$ 1 PIPE ADAPTER 4 F CAM X F NPT TYPE D Monthly (28 days)30.00$ 1 PIPE ADAPTER 4 F CAM X F NPT TYPE D Weekly (7 days)10.00$ 1 PIPE ADAPTER 6 FLANGE X F NPT Daily (24 hrs)5.00$ 1 PIPE ADAPTER 6 FLANGE X F NPT Monthly (28 days)30.00$ 1 PIPE ADAPTER 6 FLANGE X F NPT Weekly (7 days)10.00$ 1 PIPE ADAPTER 8 FLANGE X F BAUER Daily (24 hrs)6.00$ 1 PIPE ADAPTER 8 FLANGE X F BAUER Monthly (28 days)31.00$ 1 PIPE ADAPTER 8 FLANGE X F BAUER Weekly (7 days)13.00$ 1 PIPE ADAPTER 8 FLANGE X M BAUER Daily (24 hrs)6.00$ 1 PIPE ADAPTER 8 FLANGE X M BAUER Monthly (28 days)31.00$ 1 PIPE ADAPTER 8 FLANGE X M BAUER Weekly (7 days)13.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 4X50 Daily (24 hrs)15.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 4X50 Monthly (28 days)90.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 4X50 Weekly (7 days)30.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 6X50 Daily (24 hrs)18.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 6X50 Monthly (28 days)108.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 6X50 Weekly (7 days)36.00$ 1 PVC SUCTION HOSE CAM CPLNG 4X20 Daily (24 hrs)6.00$ 1 PVC SUCTION HOSE CAM CPLNG 4X20 Monthly (28 days)54.00$ 1 PVC SUCTION HOSE CAM CPLNG 4X20 Weekly (7 days)18.00$ 1 PVC SUCTION HOSE CAM CPLNG 6X20 Daily (24 hrs)17.00$ 1 PVC SUCTION HOSE CAM CPLNG 6X20 Monthly (28 days)125.00$ 1 PVC SUCTION HOSE CAM CPLNG 6X20 Weekly (7 days)51.00$ 1 QUAD BOX CABLE 10/5 100FT L2130 Daily (24 hrs)20.00$ 1 QUAD BOX CABLE 10/5 100FT L2130 Monthly (28 days)180.00$ 1 QUAD BOX CABLE 10/5 100FT L2130 Weekly (7 days)58.00$ 1 QUAD BOX CABLE 10/5 50FT L2130 Daily (24 hrs)10.00$ 1 QUAD BOX CABLE 10/5 50FT L2130 Monthly (28 days)90.00$ 1 QUAD BOX CABLE 10/5 50FT L2130 Weekly (7 days)30.00$ 1 QUAD BOX CABLE 12/5 100FT L2120 Daily (24 hrs)20.00$ 1 QUAD BOX CABLE 12/5 100FT L2120 Monthly (28 days)143.00$ 1 QUAD BOX CABLE 12/5 100FT L2120 Weekly (7 days)55.00$ 1 QUAD BOX CABLE 12/5 50FT L2120 Daily (24 hrs)10.00$ 1 QUAD BOX CABLE 12/5 50FT L2120 Monthly (28 days)90.00$ 1 QUAD BOX CABLE 12/5 50FT L2120 Weekly (7 days)30.00$ 1 QUAD BOX STRING 3 BOX 20A 50' W/L2120 Daily (24 hrs)10.00$ 1 QUAD BOX STRING 3 BOX 20A 50' W/L2120 Monthly (28 days)90.00$ 1 QUAD BOX STRING 3 BOX 20A 50' W/L2120 Weekly (7 days)30.00$ 1 QUAD BOX STRING 3 BOX 30A 50' W/L2130 Daily (24 hrs)10.00$ 1 QUAD BOX STRING 3 BOX 30A 50' W/L2130 Monthly (28 days)90.00$ 1 QUAD BOX STRING 3 BOX 30A 50' W/L2130 Weekly (7 days)30.00$ 1 REFL TRAFFIC BARRICADE W/FLASHER 24 Daily (24 hrs)1.00$ 1 REFL TRAFFIC BARRICADE W/FLASHER 24 Monthly (28 days)15.00$ 1 REFL TRAFFIC BARRICADE W/FLASHER 24 Weekly (7 days)5.00$ 1 ROAD PLATE 5X10 Daily (24 hrs)26.25$ 1 ROAD PLATE 5X10 Monthly (28 days)173.25$ 1 ROAD PLATE 5X10 Weekly (7 days)60.90$ 1 ROAD PLATE 5X8 Daily (24 hrs)17.85$ 1 ROAD PLATE 5X8 Monthly (28 days)117.60$ 1 ROAD PLATE 5X8 Weekly (7 days)40.95$ 1 ROAD PLATE 8X10 Daily (24 hrs)28.35$ 1 ROAD PLATE 8X10 Monthly (28 days)187.95$ 1 ROAD PLATE 8X10 Weekly (7 days)66.15$ 1 ROAD PLATE 8X20 Daily (24 hrs)44.10$ 1 ROAD PLATE 8X20 Monthly (28 days)299.25$ 1 ROAD PLATE 8X20 Weekly (7 days)105.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 4X25 Monthly (28 days)76.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 4X25 Weekly (7 days)30.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 4X50 Daily (24 hrs)15.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 4X50 Monthly (28 days)90.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 4X50 Weekly (7 days)30.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 6X50 Daily (24 hrs)18.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 6X50 Monthly (28 days)108.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 6X50 Weekly (7 days)36.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 10X50 Daily (24 hrs)115.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 10X50 Monthly (28 days)600.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 10X50 Weekly (7 days)200.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 12X50 Daily (24 hrs)125.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 12X50 Monthly (28 days)750.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 12X50 Weekly (7 days)250.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 8X50 Daily (24 hrs)28.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 8X50 Monthly (28 days)168.00$ 1 RUBBER DISCHARGE HOSE FLNG CPLNG 8X50 Weekly (7 days)56.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 10X10 Daily (24 hrs)30.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 10X10 Monthly (28 days)271.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 10X10 Weekly (7 days)90.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 12X10 Daily (24 hrs)30.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 12X10 Monthly (28 days)271.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 12X10 Weekly (7 days)90.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 4X20 Daily (24 hrs)6.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 4X20 Monthly (28 days)54.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 4X20 Weekly (7 days)18.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 6X20 Daily (24 hrs)17.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 6X20 Monthly (28 days)153.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 6X20 Weekly (7 days)51.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X10 Daily (24 hrs)11.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X10 Monthly (28 days)99.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X10 Weekly (7 days)33.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X20 Daily (24 hrs)21.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X20 Monthly (28 days)188.00$ 1 RUBBER SUCTION HOSE BAUER CPLNG 8X20 Weekly (7 days)63.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 2X20 Monthly (28 days)50.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 2X20 Weekly (7 days)30.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 3X20 Monthly (28 days)50.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 3X20 Weekly (7 days)30.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X10 Daily (24 hrs)9.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X10 Monthly (28 days)81.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X10 Weekly (7 days)27.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X20 Daily (24 hrs)17.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X20 Monthly (28 days)153.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 6X20 Weekly (7 days)51.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 10X20 Daily (24 hrs)81.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 10X20 Monthly (28 days)501.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 10X20 Weekly (7 days)218.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 12X20 Daily (24 hrs)81.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 12X20 Monthly (28 days)501.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 12X20 Weekly (7 days)218.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 8X20 Daily (24 hrs)42.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 8X20 Monthly (28 days)375.00$ 1 RUBBER SUCTION HOSE FLNG CPLNG 8X20 Weekly (7 days)126.00$ 1 RUBBER SUCTION HOSE VICT CPLNG 6X20 Daily (24 hrs)7.00$ 1 RUBBER SUCTION HOSE VICT CPLNG 6X20 Monthly (28 days)55.00$ 1 RUBBER SUCTION HOSE VICT CPLNG 6X20 Weekly (7 days)20.00$ 1 SPIDER BOX CABLE 6/4 100FT 50A CS Daily (24 hrs)19.00$ 1 SPIDER BOX CABLE 6/4 100FT 50A CS Monthly (28 days)175.00$ 1 SPIDER BOX CABLE 6/4 100FT 50A CS Weekly (7 days)58.00$ 1 1 TON PORT AIR CONDITIONER 120V Monthly (28 days)390.00$ 1 1 TON PORT AIR CONDITIONER 120V Weekly (7 days)130.00$ 1 10 TON AIR CONDITION SKID 36KW HEAT Daily (24 hrs)260.00$ 1 10 TON AIR CONDITION SKID 36KW HEAT Monthly (28 days)2,340.00$ 1 10 TON AIR CONDITION SKID 36KW HEAT Weekly (7 days)780.00$ 1 20 TON INDUSTRIAL AIR CONDITIONER Daily (24 hrs)347.00$ 1 20 TON INDUSTRIAL AIR CONDITIONER Monthly (28 days)3,120.00$ 1 20 TON INDUSTRIAL AIR CONDITIONER Weekly (7 days)1,040.00$ 1 5 TON AIR CONDITION SKID 20KW HEAT Daily (24 hrs)119.00$ 1 5 TON AIR CONDITION SKID 20KW HEAT Monthly (28 days)1,073.00$ 1 5 TON AIR CONDITION SKID 20KW HEAT Weekly (7 days)358.00$ 1 PLATE ATT 24IN BH & 8MT MINI EX 6500LB Daily (24 hrs)165.00$ 1 PLATE ATT 24IN BH & 8MT MINI EX 6500LB Monthly (28 days)990.00$ 1 PLATE ATT 24IN BH & 8MT MINI EX 6500LB Weekly (7 days)630.00$ 1 ROLLER RIDE-ON SMOOTH 66IN DBL 7 TON DSL Daily (24 hrs)490.00$ 1 ROLLER RIDE-ON SMOOTH 66IN DBL 7 TON DSL Monthly (28 days)4,201.00$ 1 ROLLER RIDE-ON SMOOTH 66IN DBL 7 TON DSL Weekly (7 days)1,470.00$ 1 CONCRETE CUTOFF SAW 12IN HAND HELD GAS Daily (24 hrs)75.00$ 1 CONCRETE CUTOFF SAW 12IN HAND HELD GAS Monthly (28 days)450.00$ 1 CONCRETE CUTOFF SAW 12IN HAND HELD GAS Weekly (7 days)195.00$ 1 CONCRETE CUTOFF SAW 16IN HAND HELD GAS Daily (24 hrs)80.00$ 1 CONCRETE CUTOFF SAW 16IN HAND HELD GAS Monthly (28 days)350.20$ 1 CONCRETE CUTOFF SAW 16IN HAND HELD GAS Weekly (7 days)198.00$ 1 CONCRETE PUSH W/B SAW 10-19 HP GAS Daily (24 hrs)95.00$ 1 CONCRETE PUSH W/B SAW 10-19 HP GAS Monthly (28 days)575.00$ 1 CONCRETE PUSH W/B SAW 10-19 HP GAS Weekly (7 days)235.00$ 1 CONCRETE SELFPROP W/B SAW 10-19 HP GAS Daily (24 hrs)94.00$ 1 BRUSH CHIPPER 10-12IN 49 - 74 HP DSL Daily (24 hrs)477.75$ 1 BRUSH CHIPPER 10-12IN 49 - 74 HP DSL Monthly (28 days)2,998.80$ 1 BRUSH CHIPPER 10-12IN 49 - 74 HP DSL Weekly (7 days)1,197.00$ 1 BRUSH CHIPPER 12IN 49 - 90 HP GAS Monthly (28 days)2,998.80$ 1 BRUSH CHIPPER 12IN 49 - 90 HP GAS Weekly (7 days)1,197.00$ 1 CHAIN SAW 18IN GAS Daily (24 hrs)68.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Daily (24 hrs)143.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Daily (24 hrs)143.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Monthly (28 days)700.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Monthly (28 days)700.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Weekly (7 days)350.00$ 1 LIGHT TOWER 200W LED SOLAR TRAILER Weekly (7 days)350.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Daily (24 hrs)185.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Daily (24 hrs)185.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Monthly (28 days)700.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Monthly (28 days)700.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Weekly (7 days)350.00$ 1 LIGHT TOWER 640W LED SOLAR TRAILER Weekly (7 days)350.00$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Monthly (28 days)628.00$ 1 LIGHT TOWER VERT MAST MAN NARROW BODY Weekly (7 days)315.00$ 1 POLE PRUNER SAW 8-12FT REACH GAS Daily (24 hrs)61.00$ 1 STUMP GRINDER 10 - 19 HP GAS Daily (24 hrs)249.00$ 1 STUMP GRINDER 10 - 19 HP GAS Monthly (28 days)1,601.00$ 1 STUMP GRINDER 10 - 19 HP GAS Weekly (7 days)726.00$ 1 STUMP GRINDER 20 - 29 HP GAS Monthly (28 days)1,876.00$ 1 STUMP GRINDER 20 - 29 HP GAS Weekly (7 days)783.00$ 1 SURVEILLANCE PRIMARY CAMERA UNIT Daily (24 hrs)146.00$ 1 SURVEILLANCE PRIMARY CAMERA UNIT Monthly (28 days)751.00$ 1 SURVEILLANCE PRIMARY CAMERA UNIT Weekly (7 days)325.00$ 1 BACKHOE 70-97HP 2WD ROPS DSL Daily (24 hrs)371.00$ 1 BACKHOE 70-97HP 2WD ROPS DSL Monthly (28 days)2,276.00$ 1 BACKHOE 70-97HP 2WD ROPS DSL Weekly (7 days)966.00$ 1 BACKHOE 98-115HP 4WD CAB DSL Daily (24 hrs)516.00$ 1 BACKHOE 98-115HP 4WD CAB DSL Monthly (28 days)2,625.00$ 1 BACKHOE 98-115HP 4WD CAB DSL Weekly (7 days)1,365.00$ 1 BACKHOE 98-115HP 4WD ROPS EXTENDAHOE DSL Daily (24 hrs)516.00$ 1 BACKHOE 98-115HP 4WD ROPS EXTENDAHOE DSL Monthly (28 days)2,625.00$ 1 BACKHOE 98-115HP 4WD ROPS EXTENDAHOE DSL Weekly (7 days)1,365.00$ 1 BACKHOE ATTACHMENT FORKS 42IN Daily (24 hrs)53.00$ 1 BACKHOE ATTACHMENT FORKS 42IN Monthly (28 days)340.00$ 1 BACKHOE ATTACHMENT FORKS 42IN Weekly (7 days)141.00$ 1 BACKHOE ATTACHMENT THUMB Daily (24 hrs)31.00$ 1 BACKHOE ATTACHMENT THUMB Monthly (28 days)141.00$ 1 BACKHOE ATTACHMENT THUMB Weekly (7 days)81.00$ 1 BACKHOE BUCKET 1YD SIDE DUMP Daily (24 hrs)50.00$ 1 BACKHOE BUCKET 1YD SIDE DUMP Monthly (28 days)200.00$ 1 BACKHOE BUCKET 1YD SIDE DUMP Weekly (7 days)100.00$ 1 BACKHOE BUCKET SMOOTH 36IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET SMOOTH 36IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET SMOOTH 36IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET SMOOTH 48IN QC Daily (24 hrs)50.00$ 1 BACKHOE BUCKET SMOOTH 48IN QC Monthly (28 days)200.00$ 1 BACKHOE BUCKET SMOOTH 48IN QC Weekly (7 days)100.00$ 1 BACKHOE BUCKET TRENCH 12IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET TRENCH 12IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET TRENCH 12IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET TRENCH 18IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET TRENCH 18IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET TRENCH 18IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET TRENCH 24IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET TRENCH 24IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET TRENCH 24IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET TRENCH 30IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET TRENCH 30IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET TRENCH 30IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET TRENCH 36IN QC Daily (24 hrs)31.00$ 1 BACKHOE BUCKET TRENCH 36IN QC Monthly (28 days)150.00$ 1 BACKHOE BUCKET TRENCH 36IN QC Weekly (7 days)81.00$ 1 BACKHOE BUCKET TRENCH 42IN QC Daily (24 hrs)50.00$ 1 BACKHOE BUCKET TRENCH 42IN QC Monthly (28 days)200.00$ 1 BACKHOE BUCKET TRENCH 42IN QC Weekly (7 days)100.00$ 1 BACKHOE BUCKET TRENCH 48IN QC Daily (24 hrs)50.00$ 1 BACKHOE BUCKET TRENCH 48IN QC Monthly (28 days)200.00$ 1 BACKHOE BUCKET TRENCH 48IN QC Weekly (7 days)100.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB HF Daily (24 hrs)450.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB HF Monthly (28 days)2,800.00$ 1 COMPACT TRACK LOADER 2400-2799LB CAB HF Weekly (7 days)1,200.00$ 1 COMPACT TRACK LOADER 600-1299LB ROPS Daily (24 hrs)339.00$ 1 COMPACT TRACK LOADER 600-1299LB ROPS Monthly (28 days)2,426.00$ 1 COMPACT TRACK LOADER 600-1299LB ROPS Weekly (7 days)966.00$ 1 DOZER STD TRACK 96-105 HP ROPS Daily (24 hrs)600.00$ 1 DOZER STD TRACK 96-105 HP ROPS Monthly (28 days)5,401.00$ 1 DOZER STD TRACK 96-105 HP ROPS Weekly (7 days)2,125.00$ 1 DOZER WIDE TRACK 106-130 HP ROPS Daily (24 hrs)690.00$ 1 DOZER WIDE TRACK 106-130 HP ROPS Monthly (28 days)4,550.00$ 1 DOZER WIDE TRACK 106-130 HP ROPS Weekly (7 days)1,800.00$ 1 DOZER WIDE TRACK 96-105 HP ROPS Daily (24 hrs)796.00$ 1 DOZER WIDE TRACK 96-105 HP ROPS Monthly (28 days)5,401.00$ 1 DOZER WIDE TRACK 96-105 HP ROPS Weekly (7 days)2,126.00$ 1 EXCAVAT 28K-39K BUCKET SCREEN 48IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET SCREEN 48IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET SCREEN 48IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET SMOOTH 60IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET SMOOTH 60IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET SMOOTH 60IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 18IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 24IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 36IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN PO Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 48IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 60IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 60IN PO Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 60IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 60IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 60IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 60IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 66IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 66IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 66IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 72IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 72IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET SMOOTH 72IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 30IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 30IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 30IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 36IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 36IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 36IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 42IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 42IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 42IN PO Weekly (7 days)75.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 48IN PO Daily (24 hrs)25.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 48IN PO Monthly (28 days)150.00$ 1 EXCAVAT 39K-50K BUCKET TRENCH 48IN PO Weekly (7 days)75.00$ 1 EXCAVAT ATTACHMENT FLAIL MOWER Daily (24 hrs)140.00$ 1 EXCAVAT ATTACHMENT FLAIL MOWER Monthly (28 days)892.00$ 1 EXCAVAT ATTACHMENT FLAIL MOWER Weekly (7 days)368.00$ 1 EXCAVATOR 50000-59999 LBS WHEELED Daily (24 hrs)1,651.00$ 1 EXCAVATOR 50000-59999 LBS WHEELED Monthly (28 days)10,400.00$ 1 EXCAVATOR 50000-59999 LBS WHEELED Weekly (7 days)3,901.00$ 1 EXCAVATOR THUMB ATTACHMENT HYDRAULIC Monthly (28 days)200.00$ 1 EXCAVATOR THUMB ATTACHMENT HYDRAULIC Weekly (7 days)150.00$ 1 LOADER ATTACHMENT FORKS 96IN Daily (24 hrs)115.00$ 1 LOADER ATTACHMENT FORKS 96IN Monthly (28 days)515.00$ 1 LOADER ATTACHMENT FORKS 96IN Weekly (7 days)285.00$ 1 LOADER ATTACHMENT PIPE GRAPPLE FORK Daily (24 hrs)161.00$ 1 LOADER ATTACHMENT PIPE GRAPPLE FORK Monthly (28 days)1,178.00$ 1 LOADER ATTACHMENT PIPE GRAPPLE FORK Weekly (7 days)426.00$ 1 MINI TRACK LOADER W/B < 600LB CAP DSL Monthly (28 days)1,695.00$ 1 MINI TRACK LOADER W/B < 600LB CAP DSL Weekly (7 days)635.00$ 1 MINI TRACK LOADER W/B < 600LB CAP GAS Daily (24 hrs)225.00$ 1 MINI TRACK LOADER W/B < 600LB CAP GAS Monthly (28 days)1,695.00$ 1 MINI TRACK LOADER W/B < 600LB CAP GAS Weekly (7 days)635.00$ 1 MINI-EX <19K LBS BUCKET CRIBBING 10IN QC Daily (24 hrs)21.00$ 1 MINI-EX <19K LBS BUCKET CRIBBING 10IN QC Monthly (28 days)151.00$ 1 MINI-EX <19K LBS BUCKET CRIBBING 10IN QC Weekly (7 days)56.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 30 IN QC Daily (24 hrs)25.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 30 IN QC Monthly (28 days)150.00$ 1 MINI-EX <19K LBS BUCKET SMOOTH 30 IN QC Weekly (7 days)75.00$ 1 MINI-EXCAVATOR 2000-2999 LBS DSL ROPS Monthly (28 days)1,260.00$ 1 MINI-EXCAVATOR 2000-2999 LBS DSL ROPS Weekly (7 days)530.00$ 1 SKIDSTEER ATTACHMENT BREAKER 191- 290 LBS Daily (24 hrs)245.00$ 1 SKIDSTEER ATTACHMENT BREAKER 191- 290 LBS Monthly (28 days)1,151.00$ 1 SKIDSTEER ATTACHMENT BREAKER 191- 290 LBS Weekly (7 days)600.00$ 1 SKIDSTEER ATTACHMENT BREAKER 291- 390 LBS Monthly (28 days)1,151.00$ 1 SKIDSTEER ATTACHMENT BREAKER 291- 390 LBS Weekly (7 days)600.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 HF Daily (24 hrs)266.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 HF Monthly (28 days)1,586.00$ 1 SKIDSTEER ATTACHMENT BRUSH CUTTER 72 HF Weekly (7 days)736.00$ 1 SKIDSTEER ATTACHMENT BUCKET 56IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 56IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 56IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN 4 IN 1 Daily (24 hrs)66.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN 4 IN 1 Monthly (28 days)442.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN 4 IN 1 Weekly (7 days)166.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 62IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN 4 IN 1 Daily (24 hrs)66.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN 4 IN 1 Monthly (28 days)442.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN 4 IN 1 Weekly (7 days)166.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 66IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN 4 IN 1 Daily (24 hrs)66.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN 4 IN 1 Monthly (28 days)442.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN 4 IN 1 Weekly (7 days)166.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 68IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN 4 IN 1 Daily (24 hrs)66.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN 4 IN 1 Monthly (28 days)442.00$ 1 SKIDSTEER ATTACHMENT BUCKET 72IN 4 IN 1 Weekly (7 days)166.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN 4 IN 1 Daily (24 hrs)66.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN 4 IN 1 Monthly (28 days)442.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN 4 IN 1 Weekly (7 days)166.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 78IN LOW-PRO Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 78IN LOW-PRO Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 78IN LOW-PRO Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN LOW-PRO Daily (24 hrs)12.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN LOW-PRO Monthly (28 days)95.00$ 1 SKIDSTEER ATTACHMENT BUCKET 80IN LOW-PRO Weekly (7 days)32.00$ 1 SKIDSTEER ATTACHMENT DOZER BLADE Daily (24 hrs)81.00$ 1 SKIDSTEER ATTACHMENT DOZER BLADE Monthly (28 days)413.00$ 1 SKIDSTEER ATTACHMENT DOZER BLADE Weekly (7 days)231.00$ 1 SKIDSTEER ATTACHMENT FORKS 72IN Daily (24 hrs)50.00$ 1 SKIDSTEER ATTACHMENT FORKS 72IN Monthly (28 days)250.00$ 1 SKIDSTEER ATTACHMENT FORKS 72IN Weekly (7 days)125.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 60-65IN Daily (24 hrs)96.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 60-65IN Monthly (28 days)610.00$ 1 SKIDSTEER ATTACHMENT GRAPPLE BKT 60-65IN Weekly (7 days)267.00$ 1 SKIDSTEER ATTACHMENT PLANER 18IN HF Daily (24 hrs)431.00$ 1 SKIDSTEER ATTACHMENT PLANER 18IN HF Monthly (28 days)2,301.00$ 1 SKIDSTEER ATTACHMENT PLANER 18IN HF Weekly (7 days)1,246.00$ 1 SKIDSTEER ATTACHMENT ROCK HOUND RAKE Daily (24 hrs)166.00$ 1 SKIDSTEER ATTACHMENT ROCK HOUND RAKE Monthly (28 days)971.00$ 1 SKIDSTEER ATTACHMENT ROCK HOUND RAKE Weekly (7 days)406.00$ 1 SKIDSTEER ATTACHMENT SOIL CONDITIONER Daily (24 hrs)166.00$ 1 SKIDSTEER ATTACHMENT SOIL CONDITIONER Monthly (28 days)971.00$ 1 SKIDSTEER ATTACHMENT SOIL CONDITIONER Weekly (7 days)411.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB Monthly (28 days)1,776.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB Weekly (7 days)861.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB HF Daily (24 hrs)376.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB HF Monthly (28 days)1,936.00$ 1 SKIDSTEER LOADER 2400-2999LB CAB HF Weekly (7 days)926.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS Daily (24 hrs)326.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS Monthly (28 days)1,736.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS Weekly (7 days)781.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS HF Daily (24 hrs)351.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS HF Monthly (28 days)1,776.00$ 1 SKIDSTEER LOADER 2400-2999LB ROPS HF Weekly (7 days)861.00$ 1 TRACTOR 40-49HP 4WD DSL Daily (24 hrs)301.00$ 1 TRACTOR 40-49HP 4WD DSL Monthly (28 days)1,856.00$ 1 TRACTOR 40-49HP 4WD DSL Weekly (7 days)846.00$ 1 TRACTOR ATTACHMENT RIPPER Daily (24 hrs)105.00$ 1 TRACTOR ATTACHMENT RIPPER Monthly (28 days)498.00$ 1 TRACTOR ATTACHMENT RIPPER Weekly (7 days)262.00$ 1 TRACTOR ATTACHMENT TILLER Daily (24 hrs)73.00$ 1 TRACTOR ATTACHMENT TILLER Monthly (28 days)525.00$ 1 TRACTOR ATTACHMENT TILLER Weekly (7 days)246.00$ 1 TRENCHER W/B TRACK 24IN GAS Daily (24 hrs)219.00$ 1 TRENCHER W/B TRACK 24IN GAS Monthly (28 days)1,151.00$ 1 TRENCHER W/B TRACK 24IN GAS Weekly (7 days)637.00$ 1 TRENCHER W/B WHEEL 0IN TO 18IN GAS Daily (24 hrs)119.00$ 1 TRENCHER W/B WHEEL 0IN TO 18IN GAS Monthly (28 days)951.00$ 1 TRENCHER W/B WHEEL 0IN TO 18IN GAS Weekly (7 days)448.00$ 1 TRENCHER W/B WHEEL 24IN GAS Daily (24 hrs)211.00$ 1 TRENCHER W/B WHEEL 24IN GAS Monthly (28 days)1,021.00$ 1 TRENCHER W/B WHEEL 24IN GAS Weekly (7 days)606.00$ 1 WB LOADER ATTACHMENT TILLER Daily (24 hrs)73.00$ 1 WB LOADER ATTACHMENT TILLER Monthly (28 days)525.00$ 1 WB LOADER ATTACHMENT TILLER Weekly (7 days)262.00$ 1 WB LOADER SOIL CONDITIONER Daily (24 hrs)52.00$ 1 WB LOADER SOIL CONDITIONER Monthly (28 days)293.00$ 1 WB LOADER SOIL CONDITIONER Weekly (7 days)114.00$ 1 WAREHOUSE FORKLIFT 3000LB CUSHION LPG Daily (24 hrs)225.00$ 1 WAREHOUSE FORKLIFT 3000LB CUSHION LPG Monthly (28 days)1,090.00$ 1 WAREHOUSE FORKLIFT 3000LB CUSHION LPG Weekly (7 days)522.00$ 1 WAREHOUSE FORKLIFT 4000LB CUSHION ELEC Daily (24 hrs)225.00$ 1 WAREHOUSE FORKLIFT 4000LB CUSHION ELEC Monthly (28 days)1,090.00$ 1 100KW GENERATOR SKID MOUNTED DSL Daily (24 hrs)267.00$ 1 100KW GENERATOR SKID MOUNTED DSL Monthly (28 days)2,400.00$ 1 100KW GENERATOR SKID MOUNTED DSL Weekly (7 days)800.00$ 1 10KW PORTABLE GENERATOR GAS Daily (24 hrs)147.00$ 1 10KW PORTABLE GENERATOR GAS Monthly (28 days)946.00$ 1 10KW PORTABLE GENERATOR GAS Weekly (7 days)420.00$ 1 15KW GENERATOR DSL Daily (24 hrs)76.00$ 1 15KW GENERATOR DSL Monthly (28 days)683.00$ 1 15KW GENERATOR DSL Weekly (7 days)228.00$ 1 1600KW GENERATOR DSL Daily (24 hrs)2,022.00$ 1 1600KW GENERATOR DSL Monthly (28 days)18,200.00$ 1 1600KW GENERATOR DSL Weekly (7 days)6,067.00$ 1 16KW PORTABLE GENERATOR 120/240V 1PH/3PH Daily (24 hrs)76.00$ 1 16KW PORTABLE GENERATOR 120/240V 1PH/3PH Monthly (28 days)683.00$ 1 16KW PORTABLE GENERATOR 120/240V 1PH/3PH Weekly (7 days)228.00$ 1 175KW GENERATOR SKID MOUNTED DSL Daily (24 hrs)329.00$ 1 175KW GENERATOR SKID MOUNTED DSL Monthly (28 days)2,960.00$ 1 175KW GENERATOR SKID MOUNTED DSL Weekly (7 days)987.00$ 1 23KW PORTABLE GENERATOR 120/480V 1PH/3PH Daily (24 hrs)78.00$ 1 23KW PORTABLE GENERATOR 120/480V 1PH/3PH Monthly (28 days)700.00$ 1 23KW PORTABLE GENERATOR 120/480V 1PH/3PH Weekly (7 days)233.00$ 1 250KW GENERATOR SKID MOUNTED DSL Daily (24 hrs)533.00$ 1 250KW GENERATOR SKID MOUNTED DSL Monthly (28 days)4,800.00$ 1 250KW GENERATOR SKID MOUNTED DSL Weekly (7 days)1,600.00$ 1 275KW GENERATOR MEGA SILENT DSL Daily (24 hrs)533.00$ 1 275KW GENERATOR MEGA SILENT DSL Monthly (28 days)4,800.00$ 1 275KW GENERATOR MEGA SILENT DSL Weekly (7 days)1,600.00$ 1 320KW GENERATOR SKID MOUNTED DSL Daily (24 hrs)637.00$ 1 320KW GENERATOR SKID MOUNTED DSL Monthly (28 days)5,733.00$ 1 320KW GENERATOR SKID MOUNTED DSL Weekly (7 days)1,911.00$ 1 500KW GENERATOR DSL Weekly (7 days)4,725.00$ 1 500KW GENERATOR DSL T4F Daily (24 hrs)1,249.00$ 1 500KW GENERATOR DSL T4F Monthly (28 days)11,240.00$ 1 500KW GENERATOR DSL T4F Weekly (7 days)3,747.00$ 1 800KW GENERATOR DSL Daily (24 hrs)1,290.00$ 1 800KW GENERATOR DSL Monthly (28 days)11,609.00$ 1 800KW GENERATOR DSL Weekly (7 days)3,870.00$ 1 80KW GENERATOR DSL Daily (24 hrs)244.00$ 1 80KW GENERATOR DSL Monthly (28 days)2,200.00$ 1 80KW GENERATOR DSL Weekly (7 days)733.00$ 1 8KW GENERATOR DSL Daily (24 hrs)67.00$ 1 8KW GENERATOR DSL Monthly (28 days)600.00$ 1 8KW GENERATOR DSL Weekly (7 days)200.00$ 1 FUEL TANK 251 GALLON Daily (24 hrs)87.00$ 1 FUEL TANK 251 GALLON Monthly (28 days)601.00$ 1 FUEL TANK 251 GALLON Weekly (7 days)251.00$ 1 FUEL TANK 523 GALLON TOWABLE Daily (24 hrs)109.00$ 1 FUEL TANK 523 GALLON TOWABLE Monthly (28 days)926.00$ 1 FUEL TANK 523 GALLON TOWABLE Weekly (7 days)327.00$ 1 FUEL TANK 787 GALLON Daily (24 hrs)108.00$ 1 FUEL TANK 787 GALLON Monthly (28 days)878.00$ 1 FUEL TANK 787 GALLON Weekly (7 days)325.00$ 1 TRANSFER SWITCH 200 AMP Daily (24 hrs)66.00$ 1 TRANSFER SWITCH 200 AMP Monthly (28 days)497.00$ 1 TRANSFER SWITCH 200 AMP Weekly (7 days)186.00$ 1 TRANSFER SWITCH 200 AMP ATS Daily (24 hrs)76.00$ 1 TRANSFER SWITCH 200 AMP ATS Monthly (28 days)586.00$ 1 TRANSFER SWITCH 200 AMP ATS Weekly (7 days)215.00$ 1 TRANSFER SWITCH 400 AMP ATS Daily (24 hrs)101.00$ 1 TRANSFER SWITCH 400 AMP ATS Monthly (28 days)757.00$ 1 TRANSFER SWITCH 400 AMP ATS Weekly (7 days)286.00$ 1 TRANSFORMER 30KVA 480-120/208 MILL PANEL Daily (24 hrs)53.00$ 1 TRANSFORMER 30KVA 480-120/208 MILL PANEL Monthly (28 days)480.00$ 1 TRANSFORMER 30KVA 480-120/208 MILL PANEL Weekly (7 days)160.00$ 1 TRANSFORMER 30KVA 480-120/208V STEP DWN Daily (24 hrs)53.00$ 1 TRANSFORMER 30KVA 480-120/208V STEP DWN Monthly (28 days)480.00$ 1 TRANSFORMER 30KVA 480-120/208V STEP DWN Weekly (7 days)160.00$ 1 PUMP 6IN DOUBLED DIAPHRAGM SO ATT DSL Daily (24 hrs)178.00$ 1 PUMP VAC ASSIST 4IN DSL Daily (24 hrs)142.00$ 1 PUMP VAC ASSIST 4IN T4F DSL Daily (24 hrs)142.00$ 1 PUMP VAC ASSIST 6IN DSL Daily (24 hrs)191.00$ 1 PUMP VAC ASSIST 6IN T4F DSL Daily (24 hrs)280.00$ 1 PUMP VAC ASSIST 8IN DSL Daily (24 hrs)243.00$ 1 PUMP VAC ASSIST 12IN DSL Daily (24 hrs)427.00$ 1 PUMP VAC ASSIST 12IN SUPER DSL Daily (24 hrs)576.00$ 1 PUMP VAC ASSIST 18IN DSL Daily (24 hrs)1,334.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL Daily (24 hrs)178.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL T4F Daily (24 hrs)178.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL Daily (24 hrs)232.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL T4F Daily (24 hrs)232.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL SKID Daily (24 hrs)284.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL Daily (24 hrs)559.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL SKID Daily (24 hrs)559.00$ 1 PUMP VAC ASSIST SND ATT CHOP 4IN DSL Daily (24 hrs)221.00$ 1 PUMP VAC ASSIST SND ATT CHOP 6IN DSL Daily (24 hrs)250.00$ 1 PUMP 6IN DOUBLED DIAPHRAGM SO ATT DSL Weekly (7 days)534.00$ 1 PUMP VAC ASSIST 4IN DSL Weekly (7 days)424.00$ 1 PUMP VAC ASSIST 4IN T4F DSL Weekly (7 days)424.00$ 1 PUMP VAC ASSIST 6IN DSL Weekly (7 days)571.00$ 1 PUMP VAC ASSIST 6IN T4F DSL Weekly (7 days)850.00$ 1 PUMP VAC ASSIST 8IN DSL Weekly (7 days)726.00$ 1 PUMP VAC ASSIST 12IN DSL Weekly (7 days)1,282.00$ 1 PUMP VAC ASSIST 12IN SUPER DSL Weekly (7 days)1,791.00$ 1 PUMP VAC ASSIST 18IN DSL Weekly (7 days)4,001.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL Weekly (7 days)533.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL T4F Weekly (7 days)533.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL Weekly (7 days)694.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL T4F Weekly (7 days)694.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL SKID Weekly (7 days)853.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL Weekly (7 days)1,676.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL SKID Weekly (7 days)1,676.00$ 1 PUMP VAC ASSIST SND ATT CHOP 4IN DSL Weekly (7 days)665.00$ 1 PUMP VAC ASSIST SND ATT CHOP 6IN DSL Weekly (7 days)750.00$ 1 PUMP SUBMERSIBLE 2IN ELEC Weekly (7 days)125.00$ 1 SOLAR LIGHT TOWERS Daily (24 hrs)175.00$ 1 SOLAR LIGHT TOWERS Monthly (28 days)700.00$ 1 SOLAR LIGHT TOWERS Weekly (7 days)350.00$ 1 SOLAR-POWERED MESSAGE BOARDS Daily (24 hrs)265.00$ 1 SOLAR-POWERED MESSAGE BOARDS Monthly (28 days)1,365.00$ 1 SOLAR-POWERED MESSAGE BOARDS Weekly (7 days)581.00$ 1 TRAILER ATTENUATOR MOUNTED W/ARROW BOARD Daily (24 hrs)351.00$ 1 TRAILER WATER 500 GALLON Daily (24 hrs)125.00$ 1 TRUCK BUCKET 45 FT INSULATED DSL Daily (24 hrs)651.00$ 1 TRUCK BUCKET 55 FT DSL Daily (24 hrs)660.00$ 1 TRUCK BUCKET 60 FT TREE TRIMMER DSL Daily (24 hrs)841.00$ 1 TRUCK BUCKET 70 FT TREE TRIMMER DSL Daily (24 hrs)856.00$ 1 TRUCK BUCKET 85 FT DSL Daily (24 hrs)1,501.00$ 1 TRUCK DUMP 12-14 YD AUTO DSL Daily (24 hrs)596.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD DSL Daily (24 hrs)391.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD GAS Daily (24 hrs)391.00$ 1 TRUCK DUMP 5-6 YD GAS NON CDL Daily (24 hrs)388.00$ 1 TRUCK MOUNTED ATTENUATOR 62-65 MPH DSL Daily (24 hrs)691.00$ 1 TRUCK STREET SWEEPER DSL Daily (24 hrs)1,300.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD DSL Weekly (7 days)1,051.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD GAS Weekly (7 days)1,051.00$ 1 TRUCK DUMP 5-6 YD GAS NON CDL Weekly (7 days)1,176.00$ 1 TRUCK DUMP 12-14 YD AUTO DSL Weekly (7 days)1,340.00$ 1 TRUCK STREET SWEEPER DSL Weekly (7 days)3,600.00$ 1 TRUCK MOUNTED ATTENUATOR 62-65 MPH DSL Weekly (7 days)1,562.00$ 1 TRAILER WATER 500 GALLON Weekly (7 days)325.00$ 1 TRAILER ATTENUATOR MOUNTED W/ARROW BOARD Weekly (7 days)901.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD DSL Monthly (28 days)2,351.00$ 1 TRUCK DUMP 3-4 YD CREW 4WD GAS Monthly (28 days)2,351.00$ 1 TRUCK DUMP 5-6 YD GAS NON CDL Monthly (28 days)2,625.00$ 1 TRUCK DUMP 12-14 YD AUTO DSL Monthly (28 days)4,180.00$ 1 TRUCK STREET SWEEPER DSL Monthly (28 days)10,500.00$ 1 TRUCK MOUNTED ATTENUATOR 62-65 MPH DSL Monthly (28 days)3,862.00$ 1 TRUCK BUCKET 45 FT INSULATED DSL Monthly (28 days)5,201.00$ 1 TRUCK BUCKET 55 FT DSL Monthly (28 days)5,250.00$ 1 TRUCK BUCKET 60 FT TREE TRIMMER DSL Monthly (28 days)5,601.00$ 1 TRUCK BUCKET 70 FT TREE TRIMMER DSL Monthly (28 days)7,141.00$ 1 TRUCK BUCKET 85 FT DSL Monthly (28 days)10,916.00$ 1 TRAILER DUMP TANDEM AXLE Monthly (28 days)720.00$ 1 TRAILER WATER 500 GALLON Monthly (28 days)575.00$ 1 TRAILER ATTENUATOR MOUNTED W/ARROW BOARD Monthly (28 days)2,351.00$ 1 PUMP 6IN DOUBLED DIAPHRAGM SO ATT DSL Monthly (28 days)1,599.00$ 1 PUMP VAC ASSIST 4IN DSL Monthly (28 days)1,270.00$ 1 PUMP VAC ASSIST 4IN T4F DSL Monthly (28 days)1,270.00$ 1 PUMP VAC ASSIST 6IN DSL Monthly (28 days)1,711.00$ 1 PUMP VAC ASSIST 6IN T4F DSL Monthly (28 days)2,200.00$ 1 PUMP VAC ASSIST 8IN DSL Monthly (28 days)2,177.00$ 1 PUMP VAC ASSIST 12IN DSL Monthly (28 days)3,842.00$ 1 PUMP VAC ASSIST 12IN SUPER DSL Monthly (28 days)5,616.00$ 1 PUMP VAC ASSIST 18IN DSL Monthly (28 days)12,002.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL Monthly (28 days)1,598.00$ 1 PUMP VAC ASSIST SND ATT 4IN DSL T4F Monthly (28 days)1,598.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL Monthly (28 days)2,082.00$ 1 PUMP VAC ASSIST SND ATT 6IN DSL T4F Monthly (28 days)2,082.00$ 1 PUMP VAC ASSIST SND ATT 8IN DSL SKID Monthly (28 days)2,556.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL Monthly (28 days)5,026.00$ 1 PUMP VAC ASSIST SND ATT 12IN DSL SKID Monthly (28 days)5,026.00$ 1 PUMP VAC ASSIST SND ATT CHOP 4IN DSL Monthly (28 days)1,881.00$ 1 PUMP VAC ASSIST SND ATT CHOP 6IN DSL Monthly (28 days)2,246.00$ 1 PUMP SUBMERSIBLE 2IN ELEC Monthly (28 days)295.00$ 1 KANAFLEX SUCTION HOSE CAM CPLNG 3X20 Weekly (7 days)30.00$ 2 RUBBER DISCHARGE HOSE CAM CPLNG 4X25 Daily (24 hrs)15.00$ 2 RUBBER SUCTION HOSE CAM CPLNG 2X20 Daily (24 hrs)15.00$ 2 RUBBER SUCTION HOSE CAM CPLNG 3X20 Daily (24 hrs)15.00$ 2 WAREHOUSE FORKLIFT 4000LB CUSHION ELEC Weekly (7 days)545.00$ 2 MAST LIFT 7FT PUSH AROUND MANUAL LIFT Daily (24 hrs)131.00$ 1 MAST LIFT 7FT PUSH AROUND MANUAL LIFT Monthly (28 days)366.00$ 1 MAST LIFT 7FT PUSH AROUND MANUAL LIFT Weekly (7 days)248.00$ 1 BOARD MESSAGE VERTICAL MID MATRIX MODEM Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL MID MATRIX MODEM Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL MID MATRIX MODEM Weekly (7 days)650.00$ 1 CABLE 10/4 50FT 30A Daily (24 hrs)5.00$ 1 CABLE 10/4 50FT 30A Monthly (28 days)36.00$ 1 CABLE 10/4 50FT 30A Weekly (7 days)20.00$ 1 CABLE RAMP Daily (24 hrs)2.00$ 1 CANVAS FIRE HOSE 1-1/2X50 Daily (24 hrs)8.00$ 1 CANVAS FIRE HOSE 1-1/2X50 Monthly (28 days)68.00$ 1 CANVAS FIRE HOSE 1-1/2X50 Weekly (7 days)24.00$ 1 CANVAS FIRE HOSE 2-1/2X50 Daily (24 hrs)13.00$ 1 CANVAS FIRE HOSE 2-1/2X50 Monthly (28 days)103.00$ 1 CANVAS FIRE HOSE 2-1/2X50 Weekly (7 days)36.00$ 1 CANVAS FIRE HOSE 3X50 Daily (24 hrs)15.00$ 1 CANVAS FIRE HOSE 3X50 Monthly (28 days)61.00$ 1 CANVAS FIRE HOSE 3X50 Weekly (7 days)33.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 1X20 Daily (24 hrs)21.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 1X20 Monthly (28 days)174.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 1X20 Weekly (7 days)59.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 2X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 2X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 2X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 3X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 3X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL CAMLOCK 3X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 2X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 2X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 2X20 Weekly (7 days)76.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 3X20 Daily (24 hrs)26.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 3X20 Monthly (28 days)226.00$ 1 CHEMICAL HOSE W/SSTL FLANGE 3X20 Weekly (7 days)76.00$ 1 EXTENSION CORD 10/3 50FT 15AMP NEMA 5-15 Daily (24 hrs)12.00$ 1 EXTENSION CORD 10/3 50FT 15AMP NEMA 5-15 Monthly (28 days)67.00$ 1 EXTENSION CORD 10/3 50FT 15AMP NEMA 5-15 Weekly (7 days)26.00$ 1 EXTENSION CORD 12/3 100FT Daily (24 hrs)13.00$ 1 EXTENSION CORD 12/3 100FT Monthly (28 days)66.00$ 1 EXTENSION CORD 12/3 100FT Weekly (7 days)27.00$ 1 EXTENSION CORD 12/3 50FT Daily (24 hrs)14.00$ 1 EXTENSION CORD 12/3 50FT Monthly (28 days)51.00$ 1 EXTENSION CORD 12/3 50FT Weekly (7 days)24.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT Daily (24 hrs)5.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT Monthly (28 days)49.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT Weekly (7 days)16.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT 5 BANDED Daily (24 hrs)5.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT 5 BANDED Monthly (28 days)49.00$ 1 FEMALE PIGTAIL 2 UNDER 10FT 5 BANDED Weekly (7 days)16.00$ 1 FEMALE PIGTAIL 2/0 UNDER 10FT Daily (24 hrs)5.00$ 1 FEMALE PIGTAIL 2/0 UNDER 10FT Monthly (28 days)49.00$ 1 FEMALE PIGTAIL 2/0 UNDER 10FT Weekly (7 days)16.00$ 1 MALE PIGTAIL 2 UNDER 10FT Daily (24 hrs)5.00$ 1 MALE PIGTAIL 2 UNDER 10FT Monthly (28 days)49.00$ 1 MALE PIGTAIL 2 UNDER 10FT Weekly (7 days)16.00$ 1 MALE PIGTAIL 2 UNDER 10FT 5 BANDED Daily (24 hrs)5.00$ 1 MALE PIGTAIL 2 UNDER 10FT 5 BANDED Monthly (28 days)49.00$ 1 MALE PIGTAIL 2 UNDER 10FT 5 BANDED Weekly (7 days)16.00$ 1 MALE PIGTAIL 2/0 UNDER 10FT Daily (24 hrs)5.00$ 1 MALE PIGTAIL 2/0 UNDER 10FT Monthly (28 days)49.00$ 1 MALE PIGTAIL 2/0 UNDER 10FT Weekly (7 days)16.00$ 1 MALE PIGTAIL 4/0 UNDER 10FT Daily (24 hrs)2.00$ 1 MALE PIGTAIL 4/0 UNDER 10FT Monthly (28 days)20.00$ 1 MALE PIGTAIL 4/0 UNDER 10FT Weekly (7 days)7.00$ 1 OIL SUCT/DISCH HOSE 4XSPECIAL LE Daily (24 hrs)42.00$ 1 OIL SUCT/DISCH HOSE 4XSPECIAL LE Monthly (28 days)237.00$ 1 OIL SUCT/DISCH HOSE 4XSPECIAL LE Weekly (7 days)122.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 10X20 Daily (24 hrs)98.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 10X20 Monthly (28 days)631.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 10X20 Weekly (7 days)290.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 14X10 Daily (24 hrs)122.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 14X10 Monthly (28 days)1,081.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 14X10 Weekly (7 days)361.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 2X20 Daily (24 hrs)42.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 2X20 Monthly (28 days)237.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 2X20 Weekly (7 days)122.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 3X20 Daily (24 hrs)42.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 3X20 Monthly (28 days)237.00$ 1 OIL SUCT/DISCH HOSE FLNG CPLNG 3X20 Weekly (7 days)122.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 2X50 Daily (24 hrs)13.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 2X50 Monthly (28 days)102.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 2X50 Weekly (7 days)35.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 3X50 Daily (24 hrs)13.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 3X50 Monthly (28 days)102.00$ 1 ORAFLEX DISCHARGE HOSE CAM CPLNG 3X50 Weekly (7 days)35.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 2X50 Daily (24 hrs)8.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 2X50 Monthly (28 days)67.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 2X50 Weekly (7 days)23.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 3X50 Daily (24 hrs)13.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 3X50 Monthly (28 days)102.00$ 1 PVC DISCHARGE HOSE CAM CPLNG 3X50 Weekly (7 days)35.00$ 1 PVC SUCTION HOSE CAM CPLNG 2X20 Daily (24 hrs)17.00$ 1 PVC SUCTION HOSE CAM CPLNG 2X20 Monthly (28 days)84.00$ 1 PVC SUCTION HOSE CAM CPLNG 2X20 Weekly (7 days)43.00$ 1 PVC SUCTION HOSE CAM CPLNG 3X20 Daily (24 hrs)17.00$ 1 PVC SUCTION HOSE CAM CPLNG 3X20 Monthly (28 days)84.00$ 1 PVC SUCTION HOSE CAM CPLNG 3X20 Weekly (7 days)43.00$ 1 REFL TRAFFIC BARRICADE TYPE 111 W/STANDS & FLASHERS Daily (24 hrs)2.00$ 1 REFL TRAFFIC BARRICADE TYPE 111 W/STANDS & FLASHERS Monthly (28 days)30.00$ 1 REFL TRAFFIC BARRICADE TYPE 111 W/STANDS & FLASHERS Weekly (7 days)10.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X25 Daily (24 hrs)13.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X25 Monthly (28 days)44.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X25 Weekly (7 days)22.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X50 Daily (24 hrs)15.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X50 Monthly (28 days)76.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 2X50 Weekly (7 days)36.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 3X50 Daily (24 hrs)15.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 3X50 Monthly (28 days)76.00$ 1 RUBBER DISCHARGE HOSE CAM CPLNG 3X50 Weekly (7 days)36.00$ 1 RUBBER DISCHARGE HOSE PIN CPLNG 3X25 Daily (24 hrs)10.00$ 1 RUBBER DISCHARGE HOSE PIN CPLNG 3X25 Monthly (28 days)63.00$ 1 RUBBER DISCHARGE HOSE PIN CPLNG 3X25 Weekly (7 days)24.00$ 1 TRAFFIC CONE 28" W/6" & 4" REFL STRIPE Daily (24 hrs)5.00$ 1 TRAFFIC CONE 28" W/6" & 4" REFL STRIPE Monthly (28 days)25.00$ 1 TRAFFIC CONE 28" W/6" & 4" REFL STRIPE Weekly (7 days)15.00$ 1 1 TON PORT AIR COND HEPA UV WATER 120V Daily (24 hrs)222.75$ 1 1 TON PORT AIR COND HEPA UV WATER 120V Monthly (28 days)724.64$ 1 1 TON PORT AIR COND HEPA UV WATER 120V Weekly (7 days)399.75$ 1 1 TON SPLIT SYSTEM AIR CONDITIONER 120V Daily (24 hrs)200.50$ 1 1 TON SPLIT SYSTEM AIR CONDITIONER 120V Monthly (28 days)673.50$ 1 1 TON SPLIT SYSTEM AIR CONDITIONER 120V Weekly (7 days)359.50$ 1 PLATE ATT 12IN 1-7MT MINI EX 3000LB Daily (24 hrs)141.00$ 1 PLATE ATT 12IN 1-7MT MINI EX 3000LB Monthly (28 days)1,086.00$ 1 PLATE ATT 12IN 1-7MT MINI EX 3000LB Weekly (7 days)526.00$ 1 PLATE ATT 27IN 10-18MT EXCAVATOR 11000LB Daily (24 hrs)266.00$ 1 PLATE ATT 27IN 10-18MT EXCAVATOR 11000LB Monthly (28 days)2,208.00$ 1 PLATE ATT 27IN 10-18MT EXCAVATOR 11000LB Weekly (7 days)986.00$ 1 ROAD MILLING COLD 80IN WIDE Daily (24 hrs)2,501.00$ 1 ROAD MILLING COLD 80IN WIDE Monthly (28 days)30,001.00$ 1 ROAD MILLING COLD 80IN WIDE Weekly (7 days)10,001.00$ 1 ROLLER ATTACHMENT PADFOOT 11 TON Daily (24 hrs)166.00$ 1 ROLLER ATTACHMENT PADFOOT 11 TON Monthly (28 days)894.00$ 1 ROLLER ATTACHMENT PADFOOT 11 TON Weekly (7 days)403.00$ 1 ROLLER ATTACHMENT PADFOOT 5 TON Daily (24 hrs)71.00$ 1 ROLLER ATTACHMENT PADFOOT 5 TON Monthly (28 days)501.00$ 1 ROLLER ATTACHMENT PADFOOT 5 TON Weekly (7 days)206.00$ 1 ROLLER ATTACHMENT PADFOOT 8 TON Daily (24 hrs)136.00$ 1 ROLLER ATTACHMENT PADFOOT 8 TON Monthly (28 days)715.00$ 1 ROLLER ATTACHMENT PADFOOT 8 TON Weekly (7 days)386.00$ 1 TRAILER ASPHALT 4 TON Daily (24 hrs)411.00$ 1 TRAILER ASPHALT 4 TON Monthly (28 days)3,266.00$ 1 TRAILER ASPHALT 4 TON Weekly (7 days)1,631.00$ 1 CONCRETE PUSH W/B SAW 0-9 HP GAS SOFFCUT Daily (24 hrs)95.00$ 1 CONCRETE PUSH W/B SAW 0-9 HP GAS SOFFCUT Monthly (28 days)575.00$ 1 CONCRETE PUSH W/B SAW 0-9 HP GAS SOFFCUT Weekly (7 days)235.00$ 1 CONCRETE SELFPROP W/B SAW 10-19 HP GAS Monthly (28 days)753.90$ 1 CONCRETE SELFPROP W/B SAW 10-19 HP GAS Weekly (7 days)328.65$ 1 CONCRETE SELFPROP W/B SAW 20-29 HP GAS Daily (24 hrs)150.15$ 1 CONCRETE SELFPROP W/B SAW 20-29 HP GAS Monthly (28 days)775.95$ 1 CONCRETE SELFPROP W/B SAW 20-29 HP GAS Weekly (7 days)354.90$ 1 CONCRETE SELFPROP W/B SAW 30-39 HP GAS Daily (24 hrs)186.90$ 1 CONCRETE SELFPROP W/B SAW 30-39 HP GAS Monthly (28 days)1,045.80$ 1 CONCRETE SELFPROP W/B SAW 30-39 HP GAS Weekly (7 days)444.15$ 1 CONTAINER 40 FT OFFICE Daily (24 hrs)91.00$ 1 CONTAINER 40 FT OFFICE Monthly (28 days)1,016.00$ 1 CONTAINER 40 FT OFFICE Weekly (7 days)301.00$ 1 BRUSH CHIPPER 18IN 170 - 179 HP DSL Daily (24 hrs)883.00$ 1 BRUSH CHIPPER 18IN 170 - 179 HP DSL Monthly (28 days)4,996.00$ 1 BRUSH CHIPPER 18IN 170 - 179 HP DSL Weekly (7 days)2,386.00$ 1 CHAIN SAW 16IN GAS Daily (24 hrs)61.00$ 1 CHAIN SAW 16IN GAS Monthly (28 days)441.00$ 1 CHAIN SAW 16IN GAS Weekly (7 days)216.00$ 1 CHAIN SAW 18IN GAS Monthly (28 days)507.00$ 1 CHAIN SAW 18IN GAS Weekly (7 days)240.00$ 1 CHAIN SAW 20IN GAS Daily (24 hrs)69.00$ 1 CHAIN SAW 20IN GAS Monthly (28 days)507.00$ 1 CHAIN SAW 20IN GAS Weekly (7 days)240.00$ 1 CHAIN SAW 25IN GAS Daily (24 hrs)79.00$ 1 CHAIN SAW 25IN GAS Monthly (28 days)584.00$ 1 CHAIN SAW 25IN GAS Weekly (7 days)277.00$ 1 LIGHT TOWER 50W LED SOLAR SKID Daily (24 hrs)101.00$ 1 LIGHT TOWER 50W LED SOLAR SKID Monthly (28 days)680.00$ 1 LIGHT TOWER 50W LED SOLAR SKID Weekly (7 days)261.00$ 1 LIGHT TOWER CUBE VERT MAST LED SKID Daily (24 hrs)243.00$ 1 LIGHT TOWER CUBE VERT MAST LED SKID Monthly (28 days)1,200.00$ 1 LIGHT TOWER CUBE VERT MAST LED SKID Weekly (7 days)586.00$ 1 LIGHT TOWER ELEC MAST 23FT LED CART 120V Daily (24 hrs)116.00$ 1 LIGHT TOWER ELEC MAST 23FT LED CART 120V Monthly (28 days)716.00$ 1 LIGHT TOWER ELEC MAST 23FT LED CART 120V Weekly (7 days)286.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Daily (24 hrs)99.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Daily (24 hrs)99.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Monthly (28 days)676.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Monthly (28 days)676.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Weekly (7 days)261.00$ 1 LIGHT TOWER MAN MAST 16FT LED CART 120V Weekly (7 days)261.00$ 1 LIGHT TOWER MAN MAST 23FT LED TRAIL 120V Daily (24 hrs)116.00$ 1 LIGHT TOWER MAN MAST 23FT LED TRAIL 120V Monthly (28 days)800.00$ 1 LIGHT TOWER MAN MAST 23FT LED TRAIL 120V Weekly (7 days)286.00$ 1 POLE PRUNER SAW 8-12FT REACH GAS Monthly (28 days)441.00$ 1 POLE PRUNER SAW 8-12FT REACH GAS Weekly (7 days)216.00$ 1 STUMP GRINDER 60 - 69 HP DSL Daily (24 hrs)571.00$ 1 STUMP GRINDER 60 - 69 HP DSL Monthly (28 days)3,001.00$ 1 STUMP GRINDER 60 - 69 HP DSL Weekly (7 days)1,456.00$ 1 SURVEILLANCE SECONDARY CAMERA UNIT Daily (24 hrs)76.00$ 1 SURVEILLANCE SECONDARY CAMERA UNIT Monthly (28 days)500.00$ 1 SURVEILLANCE SECONDARY CAMERA UNIT Weekly (7 days)176.00$ 1 Sweepers - Mechanical Daily (24 hrs)650.00$ 1 Sweepers - Mechanical Monthly (28 days)3,850.00$ 1 Sweepers - Mechanical Weekly (7 days)2,200.00$ 1 Sweepers - Regen Daily (24 hrs)1,500.00$ 1 Sweepers - Regen Monthly (28 days)10,000.00$ 1 Sweepers - Regen Weekly (7 days)4,850.00$ 1 BACKHOE 98-115HP 4WD CAB EXTENDAHOE DSL Daily (24 hrs)516.00$ 1 BACKHOE 98-115HP 4WD CAB EXTENDAHOE DSL Monthly (28 days)3,801.00$ 1 BACKHOE 98-115HP 4WD CAB EXTENDAHOE DSL Weekly (7 days)1,476.00$ 1 BACKHOE COMPACT TLB 20-23HP 4WD ROPS DSL Daily (24 hrs)315.00$ 1 BACKHOE COMPACT TLB 20-23HP 4WD ROPS DSL Monthly (28 days)1,575.00$ 1 BACKHOE COMPACT TLB 20-23HP 4WD ROPS DSL Weekly (7 days)630.00$ 1 BACKHOE COMPACT TLB 24-29HP 4WD ROPS DSL Daily (24 hrs)315.00$ 1 BACKHOE COMPACT TLB 24-29HP 4WD ROPS DSL Monthly (28 days)1,575.00$ 1 BACKHOE COMPACT TLB 24-29HP 4WD ROPS DSL Weekly (7 days)630.00$ 1 BACKHOE OVER 115HP 4WD CAB DSL Daily (24 hrs)706.00$ 1 BACKHOE OVER 115HP 4WD CAB DSL Monthly (28 days)5,601.00$ 1 BACKHOE OVER 115HP 4WD CAB DSL Weekly (7 days)1,991.00$ 1 BACKHOE OVER 115HP 4WD CAB EXTENDHOE DSL Daily (24 hrs)706.00$ 1 BACKHOE OVER 115HP 4WD CAB EXTENDHOE DSL Monthly (28 days)5,601.00$ 1 BACKHOE OVER 115HP 4WD CAB EXTENDHOE DSL Weekly (7 days)1,991.00$ 1 BACKHOE OVER 115HP 4WD ROPS EXTENHOE DSL Daily (24 hrs)706.00$ 1 BACKHOE OVER 115HP 4WD ROPS EXTENHOE DSL Monthly (28 days)5,601.00$ 1 BACKHOE OVER 115HP 4WD ROPS EXTENHOE DSL Weekly (7 days)1,991.00$ 1 CONCRETE HWY BARRIER LIFTING TONGS Daily (24 hrs)86.00$ 1 CONCRETE HWY BARRIER LIFTING TONGS Monthly (28 days)520.00$ 1 CONCRETE HWY BARRIER LIFTING TONGS Weekly (7 days)251.00$ 1 DOZER STD TRACK 86-95 HP ROPS Daily (24 hrs)564.00$ 1 DOZER STD TRACK 86-95 HP ROPS Monthly (28 days)4,188.00$ 1 DOZER STD TRACK 86-95 HP ROPS Weekly (7 days)1,694.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 12IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 12IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 12IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 30IN QC Weekly (7 days)75.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN QC Daily (24 hrs)25.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN QC Monthly (28 days)150.00$ 1 EXCAVAT 28K-39K BUCKET TRENCH 42IN QC Weekly (7 days)75.00$ 1 LOADER BUCKET COMBINATION Daily (24 hrs)162.00$ 1 LOADER BUCKET COMBINATION Monthly (28 days)910.00$ 1 LOADER BUCKET COMBINATION Weekly (7 days)340.00$ 1 LOADER BUCKET ROLLOUT 5-6YD Daily (24 hrs)291.00$ 1 LOADER BUCKET ROLLOUT 5-6YD Monthly (28 days)1,864.00$ 1 LOADER BUCKET ROLLOUT 5-6YD Weekly (7 days)656.00$ 1 LOADER BUCKET ROLLOUT 7.5YD AND OVER Daily (24 hrs)336.00$ 1 LOADER BUCKET ROLLOUT 7.5YD AND OVER Monthly (28 days)1,951.00$ 1 LOADER BUCKET ROLLOUT 7.5YD AND OVER Weekly (7 days)781.00$ 1 LOADER BUCKET SIDE DUMP Daily (24 hrs)146.00$ 1 LOADER BUCKET SIDE DUMP Monthly (28 days)920.00$ 1 LOADER BUCKET SIDE DUMP Weekly (7 days)371.00$ 1 MINI WHEEL LOADER W/B < 600LB CAPBATTERY Daily (24 hrs)491.00$ 1 MINI WHEEL LOADER W/B < 600LB CAPBATTERY Monthly (28 days)3,214.00$ 1 MINI WHEEL LOADER W/B < 600LB CAPBATTERY Weekly (7 days)1,261.00$ 1 MINI-EX ATTACH SWING CPLR UP TO 9K LBS Daily (24 hrs)61.00$ 1 MINI-EX ATTACH SWING CPLR UP TO 9K LBS Monthly (28 days)456.00$ 1 MINI-EX ATTACH SWING CPLR UP TO 9K LBS Weekly (7 days)156.00$ 1 MINI-EX ATTACHMENT COMPACTION WHL Daily (24 hrs)185.00$ 1 MINI-EX ATTACHMENT COMPACTION WHL Monthly (28 days)880.00$ 1 MINI-EX ATTACHMENT COMPACTION WHL Weekly (7 days)440.00$ 1 MINI-EX TLB ATTACH SWING CPLR 14- 20K LBS Daily (24 hrs)96.00$ 1 MINI-EX TLB ATTACH SWING CPLR 14- 20K LBS Monthly (28 days)582.00$ 1 MINI-EX TLB ATTACH SWING CPLR 14- 20K LBS Weekly (7 days)228.00$ 1 MINI-EXCAVATOR 4000-4999 LBS HYBRID ROPS Daily (24 hrs)413.00$ 1 MINI-EXCAVATOR 4000-4999 LBS HYBRID ROPS Monthly (28 days)3,001.00$ 1 MINI-EXCAVATOR 4000-4999 LBS HYBRID ROPS Weekly (7 days)1,150.00$ 1 MINI-EXCAVATOR 5000-6999 LBS BATT ROPS Daily (24 hrs)1,136.00$ 1 MINI-EXCAVATOR 5000-6999 LBS BATT ROPS Monthly (28 days)6,595.00$ 1 MINI-EXCAVATOR 5000-6999 LBS BATT ROPS Weekly (7 days)2,877.00$ 1 SKIDSTEER ATTACHMENT ASPHALT FLOAT Daily (24 hrs)186.00$ 1 SKIDSTEER ATTACHMENT ASPHALT FLOAT Monthly (28 days)1,031.00$ 1 SKIDSTEER ATTACHMENT ASPHALT FLOAT Weekly (7 days)446.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LIGHT Daily (24 hrs)11.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LIGHT Monthly (28 days)91.00$ 1 SKIDSTEER ATTACHMENT BUCKET 74IN LIGHT Weekly (7 days)31.00$ 1 SKIDSTEER ATTACHMENT FLAIL MOWER Daily (24 hrs)316.00$ 1 SKIDSTEER ATTACHMENT FLAIL MOWER Monthly (28 days)2,111.00$ 1 SKIDSTEER ATTACHMENT FLAIL MOWER Weekly (7 days)981.00$ 1 SKIDSTEER ATTACHMENT POST DRIVER Daily (24 hrs)146.00$ 1 SKIDSTEER ATTACHMENT POST DRIVER Monthly (28 days)982.00$ 1 SKIDSTEER ATTACHMENT POST DRIVER Weekly (7 days)406.00$ 1 SKIDSTEER ATTACHMENT SPREADER Daily (24 hrs)96.00$ 1 SKIDSTEER ATTACHMENT SPREADER Monthly (28 days)707.00$ 1 SKIDSTEER ATTACHMENT SPREADER Weekly (7 days)267.00$ 1 SKIDSTEER ATTACHMENT TILE SCRAPER Daily (24 hrs)120.00$ 1 SKIDSTEER ATTACHMENT TILE SCRAPER Monthly (28 days)650.00$ 1 SKIDSTEER ATTACHMENT TILE SCRAPER Weekly (7 days)310.00$ 1 SKIDSTEER ATTACHMENT VACUUM LIFT BATTERY Daily (24 hrs)220.00$ 1 SKIDSTEER ATTACHMENT VACUUM LIFT BATTERY Monthly (28 days)966.00$ 1 SKIDSTEER ATTACHMENT VACUUM LIFT BATTERY Weekly (7 days)461.00$ 1 SKIDSTEER LOADER 1751-2099LB CAB HF Daily (24 hrs)246.75$ 1 SKIDSTEER LOADER 1751-2099LB CAB HF Monthly (28 days)1,496.25$ 1 SKIDSTEER LOADER 1751-2099LB CAB HF Weekly (7 days)787.50$ 1 SKIDSTEER LOADER 250-750LB CAB Daily (24 hrs)251.00$ 1 SKIDSTEER LOADER 250-750LB CAB Monthly (28 days)1,826.00$ 1 SKIDSTEER LOADER 250-750LB CAB Weekly (7 days)671.00$ 1 SKIDSTEER LOADER 250-750LB ROPS Daily (24 hrs)231.00$ 1 SKIDSTEER LOADER 250-750LB ROPS Monthly (28 days)1,776.00$ 1 SKIDSTEER LOADER 250-750LB ROPS Weekly (7 days)656.00$ 1 TRACTOR 90-99HP 4WD DSL Daily (24 hrs)361.00$ 1 TRACTOR 90-99HP 4WD DSL Monthly (28 days)2,300.00$ 1 TRACTOR 90-99HP 4WD DSL Weekly (7 days)900.00$ 1 TRACTOR ATTACHMENT FLAIL MOWER Daily (24 hrs)101.00$ 1 TRACTOR ATTACHMENT FLAIL MOWER Monthly (28 days)711.00$ 1 TRACTOR ATTACHMENT FLAIL MOWER Weekly (7 days)276.00$ 1 TRACTOR COMPACT 20-29HP 4WD DSL Daily (24 hrs)218.00$ 1 TRACTOR COMPACT 20-29HP 4WD DSL Monthly (28 days)1,511.00$ 1 TRACTOR COMPACT 20-29HP 4WD DSL Weekly (7 days)621.00$ 1 TRACTOR LOADER 30-39HP 4WD DSL Daily (24 hrs)301.00$ 1 TRACTOR LOADER 30-39HP 4WD DSL Monthly (28 days)1,856.00$ 1 TRACTOR LOADER 30-39HP 4WD DSL Weekly (7 days)846.00$ 1 TRACTOR SKIPLOADER 60-90HP 4WD DSL Daily (24 hrs)361.00$ 1 TRACTOR SKIPLOADER 60-90HP 4WD DSL Monthly (28 days)2,296.00$ 1 TRACTOR SKIPLOADER 60-90HP 4WD DSL Weekly (7 days)996.00$ 1 WB LOADER ATTACHMENT BORING Daily (24 hrs)115.00$ 1 WB LOADER ATTACHMENT BORING Monthly (28 days)442.00$ 1 WB LOADER ATTACHMENT BORING Weekly (7 days)235.00$ 1 WB LOADER ATTACHMENT BREAKER <250 LBS Daily (24 hrs)191.00$ 1 WB LOADER ATTACHMENT BREAKER <250 LBS Monthly (28 days)1,151.00$ 1 WB LOADER ATTACHMENT BREAKER <250 LBS Weekly (7 days)541.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 48IN Daily (24 hrs)66.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 48IN Monthly (28 days)436.00$ 1 WB LOADER ATTACHMENT GRAPPLE BKT 48IN Weekly (7 days)191.00$ 1 CONVEYOR MATERIAL 10FT X 12IN Daily (24 hrs)110.00$ 1 CONVEYOR MATERIAL 10FT X 12IN Monthly (28 days)856.00$ 1 CONVEYOR MATERIAL 10FT X 12IN Weekly (7 days)329.00$ 1 CONVEYOR MATERIAL 10FT X 18IN Daily (24 hrs)116.00$ 1 CONVEYOR MATERIAL 10FT X 18IN Monthly (28 days)881.00$ 1 CONVEYOR MATERIAL 10FT X 18IN Weekly (7 days)346.00$ 1 CONVEYOR MATERIAL TOWABLE 24- 26FT ELEC Daily (24 hrs)341.00$ 1 CONVEYOR MATERIAL TOWABLE 24- 26FT ELEC Monthly (28 days)2,039.00$ 1 CONVEYOR MATERIAL TOWABLE 24- 26FT ELEC Weekly (7 days)861.00$ 1 14KW PORTABLE GENERATOR 120/240V 1PH GAS Daily (24 hrs)198.00$ 1 14KW PORTABLE GENERATOR 120/240V 1PH GAS Monthly (28 days)1,126.00$ 1 14KW PORTABLE GENERATOR 120/240V 1PH GAS Weekly (7 days)526.00$ 1 3KW Portable Generator 120V inverter generator Daily (24 hrs)70.00$ 1 3KW Portable Generator 120V inverter generator Monthly (28 days)583.00$ 1 3KW Portable Generator 120V inverter generator Weekly (7 days)250.00$ 1 7KW SILENT PORTABLE GENERATOR GAS Daily (24 hrs)78.00$ 1 7KW SILENT PORTABLE GENERATOR GAS Monthly (28 days)630.00$ 1 7KW SILENT PORTABLE GENERATOR GAS Weekly (7 days)262.00$ 1 PROSOL DEF TANK 100 GALLON GALVANIZED Daily (24 hrs)91.00$ 1 PROSOL DEF TANK 100 GALLON GALVANIZED Monthly (28 days)601.00$ 1 PROSOL DEF TANK 100 GALLON GALVANIZED Weekly (7 days)251.00$ 1 SPLITER PANEL 400 AMP CAMLOCK Daily (24 hrs)56.00$ 1 SPLITER PANEL 400 AMP CAMLOCK Monthly (28 days)226.00$ 1 SPLITER PANEL 400 AMP CAMLOCK Weekly (7 days)101.00$ 1 STEPDOWN TRANSFORMER 480-208V Daily (24 hrs)83.00$ 1 STEPDOWN TRANSFORMER 480-208V Monthly (28 days)750.00$ 1 STEPDOWN TRANSFORMER 480-208V Weekly (7 days)250.00$ 1 TRANSFER SWITCH 800 AMP Daily (24 hrs)167.00$ 1 TRANSFER SWITCH 800 AMP Monthly (28 days)1,500.00$ 1 TRANSFER SWITCH 800 AMP Weekly (7 days)500.00$ 1 TRANSFORMER 45KVA 480-120/208V STEP DWN Daily (24 hrs)67.00$ 1 TRANSFORMER 45KVA 480-120/208V STEP DWN Monthly (28 days)600.00$ 1 TRANSFORMER 45KVA 480-120/208V STEP DWN Weekly (7 days)200.00$ 1 PUMP CENTRIFUGAL 4IN GAS Daily (24 hrs)111.00$ 1 PUMP TRASH 4IN GAS Daily (24 hrs)101.00$ 1 PUMP VAC ASSIST 6IN SUPER DSL Daily (24 hrs)191.00$ 1 PUMP VAC ASSIST 6IN SUPER T4F DSL Daily (24 hrs)191.00$ 1 PUMP VAC ASSIST 8IN SUPER DSL Daily (24 hrs)243.00$ 1 PUMP VAC ASSIST 14IN DSL Daily (24 hrs)901.00$ 1 PUMP SUBMERSIBLE 2HP 3PH 460V 2IN ELEC Daily (24 hrs)51.00$ 1 PUMP SUBMERSIBLE HV 10HP 3PH 6IN ELEC Daily (24 hrs)166.00$ 1 PUMP SUBMERSIBLE 6IN ELEC Daily (24 hrs)221.00$ 1 PUMP SUBMERSIBLE 8IN ELEC Daily (24 hrs)468.00$ 1 PUMP CENTRIFUGAL 4IN GAS Weekly (7 days)226.00$ 1 PUMP TRASH 4IN GAS Weekly (7 days)346.00$ 1 PUMP VAC ASSIST 6IN SUPER DSL Weekly (7 days)571.00$ 1 PUMP VAC ASSIST 6IN SUPER T4F DSL Weekly (7 days)571.00$ 1 PUMP VAC ASSIST 8IN SUPER DSL Weekly (7 days)726.00$ 1 PUMP VAC ASSIST 14IN DSL Weekly (7 days)2,601.00$ 1 PUMP SUBMERSIBLE 2HP 3PH 460V 2IN ELEC Weekly (7 days)131.00$ 1 PUMP SUBMERSIBLE HV 10HP 3PH 6IN ELEC Weekly (7 days)486.00$ 1 PUMP SUBMERSIBLE 6IN ELEC Weekly (7 days)551.00$ 1 PUMP SUBMERSIBLE 8IN ELEC Weekly (7 days)1,031.00$ 1 MANHOLE BOX 2FTX8FTX8FT Daily (24 hrs)26.00$ 1 MANHOLE BOX 2FTX8FTX8FT Monthly (28 days)376.00$ 1 MANHOLE BOX 2FTX8FTX8FT Weekly (7 days)126.00$ 1 MANHOLE BOX 4FTX10FTX10FT Daily (24 hrs)61.00$ 1 MANHOLE BOX 4FTX10FTX10FT Monthly (28 days)901.00$ 1 MANHOLE BOX 4FTX10FTX10FT Weekly (7 days)300.00$ 1 MANHOLE BOX 4FTX8FTX8FT Daily (24 hrs)51.00$ 1 MANHOLE BOX 4FTX8FTX8FT Monthly (28 days)736.00$ 1 MANHOLE BOX 4FTX8FTX8FT Weekly (7 days)253.00$ 1 MANHOLE BOX 8FTX10FTX10FT Daily (24 hrs)142.00$ 1 MANHOLE BOX 8FTX10FTX10FT Monthly (28 days)1,666.00$ 1 MANHOLE BOX 8FTX10FTX10FT Weekly (7 days)562.00$ 1 MANHOLE BOX 8FTX8FTX8FT Daily (24 hrs)78.00$ 1 MANHOLE BOX 8FTX8FTX8FT Monthly (28 days)1,093.00$ 1 MANHOLE BOX 8FTX8FTX8FT Weekly (7 days)385.00$ 1 MANHOLE BOX PLYWOOD 4FTX8FTX6- 8FT Daily (24 hrs)44.00$ 1 MANHOLE BOX PLYWOOD 4FTX8FTX6- 8FT Monthly (28 days)609.00$ 1 MANHOLE BOX PLYWOOD 4FTX8FTX6- 8FT Weekly (7 days)215.00$ 1 MANHOLE BOX PLYWOOD 8FTX8FTX6- 8FT Daily (24 hrs)49.00$ 1 MANHOLE BOX PLYWOOD 8FTX8FTX6- 8FT Monthly (28 days)696.00$ 1 MANHOLE BOX PLYWOOD 8FTX8FTX6- 8FT Weekly (7 days)239.00$ 1 SLING 8FT 4 LEG CHAIN Daily (24 hrs)12.00$ 1 SLING 8FT 4 LEG CHAIN Monthly (28 days)91.00$ 1 SLING 8FT 4 LEG CHAIN Weekly (7 days)33.00$ 1 20-30YD DUMP BODY W/QUAD STICK CONTROLS Daily (24 hrs)1,500.00$ 1 BOARD ARROW FOLDING TRAILER 15- LIGHT Daily (24 hrs)135.00$ 1 BOARD ARROW FOLDING TRAILER 25- LIGHT Daily (24 hrs)135.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Daily (24 hrs)265.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX W/MODEM Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Daily (24 hrs)265.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Daily (24 hrs)265.00$ 1 BUS SCHOOL DSL Daily (24 hrs)346.00$ 1 CAMERA/TV TRUCKS Daily (24 hrs)1,600.00$ 1 CONTAINER 20 FT OFFICE Daily (24 hrs)81.00$ 1 CONTAINER 20 FT STORAGE Daily (24 hrs)51.00$ 1 CONTAINER 20 FT STORAGE DOUBLE DOOR Daily (24 hrs)51.00$ 1 CONTAINER 40 FT STORAGE DOUBLE DOOR Daily (24 hrs)66.00$ 1 CRANE TRUCK 50' BOOM WITH POLE AUGER Daily (24 hrs)No Bids - CRANE TRUCK 60' BOOM WITH POLE AUGER Daily (24 hrs)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 12 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Daily (24 hrs)1,500.00$ 1 POLE TRAILERS Daily (24 hrs)No Bids - TRAILER DUMP SINGLE AXLE Daily (24 hrs)141.00$ 1 TRAILER DUMP TRIPLE AXLE Daily (24 hrs)481.00$ 1 TRAILER FLATBED 21-29000 LB GVWR Daily (24 hrs)166.00$ 1 TRAILER FLATBED 30-39000 LB GVWR Daily (24 hrs)166.00$ 1 TRAILER FLATBED 40-49000 LB GVWR Daily (24 hrs)220.00$ 1 TRAILER FLATBED GOOSENECK 20- 22000 LBS Daily (24 hrs)167.00$ 1 TRAILER FLATBED GOOSENECK 25- 26000 LB Daily (24 hrs)216.00$ 1 TRAILER FLATBED NO RAMPS 20000 LB GVWR Daily (24 hrs)166.00$ 1 TRAILER FLATBED W/RAMPS 20000 LB GVWR Daily (24 hrs)166.00$ 1 TRAILER TILT 10000 LB Daily (24 hrs)131.00$ 1 TRAILER TILT 12-13000 LB Daily (24 hrs)131.00$ 1 TRAILER TILT 14-15000 LB Daily (24 hrs)166.00$ 1 TRAILER TILT 16-17000 LB Daily (24 hrs)166.00$ 1 TRAILER TILT 2-3000 LB Daily (24 hrs)46.00$ 1 TRAILER TILT 6-7000 LB Daily (24 hrs)121.00$ 1 TRAILER WATER 800 GALLON Daily (24 hrs)216.00$ 1 TRAILER WATER 800 GALLON Daily (24 hrs)216.00$ 1 TRUCK DUMP 12-14 YD MANUAL DSL Daily (24 hrs)741.00$ 1 TRUCK DUMP 3-4 YD CREW 2WD DSL Daily (24 hrs)391.00$ 1 TRUCK DUMP 3-4 YD DSL Daily (24 hrs)273.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Daily (24 hrs)391.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Daily (24 hrs)391.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Daily (24 hrs)391.00$ 1 TRUCK DUMP 5-6 YD CREW DSL Daily (24 hrs)570.00$ 1 TRUCK DUMP 5-6 YD CREW DSL NON- CDL Daily (24 hrs)451.00$ 1 TRUCK DUMP 5-6 YD DSL NON CDL Daily (24 hrs)431.00$ 1 TRUCK DUMP 5-6 YD GAS Daily (24 hrs)431.00$ 1 TRUCK FLAT DUMP 16FT 1-1/2T STD 2WD DSL Daily (24 hrs)431.00$ 1 TRUCK GARBAGE 20 YD Daily (24 hrs)852.00$ 1 TRUCK RUNWAY/STREET SWEEPER DSL Daily (24 hrs)1,300.00$ 1 TRUCK TRACTOR TANDEM 4WD DSL Daily (24 hrs)856.00$ 1 TRAILER FLATBED 21-29000 LB GVWR Weekly (7 days)656.00$ 1 TRAILER FLATBED 30-39000 LB GVWR Weekly (7 days)656.00$ 1 TRAILER FLATBED GOOSENECK 20- 22000 LBS Weekly (7 days)660.00$ 1 TRAILER FLATBED W/RAMPS 20000 LB GVWR Weekly (7 days)656.00$ 1 TRAILER FLATBED NO RAMPS 20000 LB GVWR Weekly (7 days)656.00$ 1 TRAILER FLATBED GOOSENECK 25- 26000 LB Weekly (7 days)760.00$ 1 TRAILER FLATBED 40-49000 LB GVWR Weekly (7 days)780.00$ 1 TRAILER WATER 800 GALLON Weekly (7 days)751.00$ 1 CONTAINER 20 FT STORAGE Weekly (7 days)151.00$ 1 CONTAINER 20 FT STORAGE DOUBLE DOOR Weekly (7 days)151.00$ 1 CONTAINER 40 FT STORAGE DOUBLE DOOR Weekly (7 days)201.00$ 1 CONTAINER 20 FT OFFICE Weekly (7 days)241.00$ 1 TRUCK FLAT DUMP 16FT 1-1/2T STD 2WD DSL Weekly (7 days)1,176.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Weekly (7 days)1,051.00$ 1 TRUCK DUMP 3-4 YD DSL Weekly (7 days)630.00$ 1 TRUCK DUMP 3-4 YD CREW 2WD DSL Weekly (7 days)1,051.00$ 1 TRUCK DUMP 5-6 YD GAS Weekly (7 days)1,176.00$ 1 TRUCK DUMP 5-6 YD DSL NON CDL Weekly (7 days)1,176.00$ 1 TRUCK DUMP 5-6 YD CREW DSL Weekly (7 days)1,157.00$ 1 TRUCK DUMP 5-6 YD CREW DSL NON- CDL Weekly (7 days)1,246.00$ 1 TRUCK DUMP 12-14 YD MANUAL DSL Weekly (7 days)2,451.00$ 1 TRUCK GARBAGE 20 YD Weekly (7 days)3,411.00$ 1 TRUCK RUNWAY/STREET SWEEPER DSL Weekly (7 days)3,600.00$ 1 TRUCK BUCKET 45 FT INSULATED DSL Weekly (7 days)1,850.00$ 1 TRUCK BUCKET 55 FT DSL Weekly (7 days)1,901.00$ 1 TRUCK BUCKET 60 FT TREE TRIMMER DSL Weekly (7 days)2,401.00$ 1 TRUCK BUCKET 70 FT TREE TRIMMER DSL Weekly (7 days)2,840.00$ 1 TRUCK BUCKET 85 FT DSL Weekly (7 days)4,411.00$ 1 TRUCK TRACTOR TANDEM 4WD DSL Weekly (7 days)2,251.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Weekly (7 days)650.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX W/MODEM Weekly (7 days)650.00$ 1 BOARD ARROW FOLDING TRAILER 15- LIGHT Weekly (7 days)425.00$ 1 BOARD ARROW FOLDING TRAILER 25- LIGHT Weekly (7 days)425.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Weekly (7 days)650.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Weekly (7 days)650.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Weekly (7 days)650.00$ 1 FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 12 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Weekly (7 days)4,000.00$ 1 TRAILER TILT 2-3000 LB Weekly (7 days)166.00$ 1 TRAILER TILT 6-7000 LB Weekly (7 days)341.00$ 1 TRAILER TILT 10000 LB Weekly (7 days)351.00$ 1 TRAILER TILT 12-13000 LB Weekly (7 days)351.00$ 1 TRAILER TILT 14-15000 LB Weekly (7 days)656.00$ 1 TRAILER TILT 16-17000 LB Weekly (7 days)656.00$ 1 TRAILER DUMP SINGLE AXLE Weekly (7 days)381.00$ 1 TRAILER DUMP TRIPLE AXLE Weekly (7 days)1,352.00$ 1 TRAILER WATER 800 GALLON Weekly (7 days)751.00$ 1 BUS SCHOOL DSL Weekly (7 days)1,300.00$ 1 20-30YD DUMP BODY W/QUAD STICK CONTROLS Weekly (7 days)3,500.00$ 1 CAMERA/TV TRUCKS Weekly (7 days)4,000.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Weekly (7 days)1,051.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Weekly (7 days)1,051.00$ 1 TRAILER FLATBED 21-29000 LB GVWR Monthly (28 days)1,251.00$ 1 TRAILER FLATBED 30-39000 LB GVWR Monthly (28 days)1,251.00$ 1 TRAILER FLATBED GOOSENECK 20- 22000 LBS Monthly (28 days)1,310.00$ 1 TRAILER FLATBED W/RAMPS 20000 LB GVWR Monthly (28 days)1,251.00$ 1 TRAILER FLATBED NO RAMPS 20000 LB GVWR Monthly (28 days)1,251.00$ 1 TRAILER FLATBED GOOSENECK 25- 26000 LB Monthly (28 days)1,484.00$ 1 TRAILER FLATBED 40-49000 LB GVWR Monthly (28 days)1,501.00$ 1 TRAILER WATER 800 GALLON Monthly (28 days)1,436.00$ 1 CONTAINER 20 FT STORAGE Monthly (28 days)176.00$ 1 CONTAINER 20 FT STORAGE DOUBLE DOOR Monthly (28 days)176.00$ 1 CONTAINER 40 FT STORAGE DOUBLE DOOR Monthly (28 days)271.00$ 1 CONTAINER 20 FT OFFICE Monthly (28 days)501.00$ 1 TRUCK FLAT DUMP 16FT 1-1/2T STD 2WD DSL Monthly (28 days)2,801.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Monthly (28 days)2,351.00$ 1 TRUCK DUMP 3-4 YD DSL Monthly (28 days)1,680.00$ 1 TRUCK DUMP 3-4 YD CREW 2WD DSL Monthly (28 days)2,351.00$ 1 TRUCK DUMP 5-6 YD GAS Monthly (28 days)2,801.00$ 1 TRUCK DUMP 5-6 YD DSL NON CDL Monthly (28 days)2,801.00$ 1 TRUCK DUMP 5-6 YD CREW DSL Monthly (28 days)3,262.00$ 1 TRUCK DUMP 5-6 YD CREW DSL NON- CDL Monthly (28 days)3,001.00$ 1 TRUCK DUMP 12-14 YD MANUAL DSL Monthly (28 days)5,451.00$ 1 TRUCK GARBAGE 20 YD Monthly (28 days)10,001.00$ 1 TRUCK RUNWAY/STREET SWEEPER DSL Monthly (28 days)10,500.00$ 1 TRUCK TRACTOR TANDEM 4WD DSL Monthly (28 days)6,721.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Monthly (28 days)1,700.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX W/MODEM Monthly (28 days)1,700.00$ 1 BOARD ARROW FOLDING TRAILER 15- LIGHT Monthly (28 days)1,050.00$ 1 BOARD ARROW FOLDING TRAILER 25- LIGHT Monthly (28 days)1,050.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE 3- LINE Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL FULL-SIZE 3- LINE Monthly (28 days)1,700.00$ 1 BOARD MESSAGE FULL-SIZE 3-LINE W/MODEM Monthly (28 days)1,700.00$ 1 BOARD MESSAGE VERTICAL MID-SIZE MATRIX Monthly (28 days)1,700.00$ 1 FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 12 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Monthly (28 days)13,150.00$ 1 TRAILER TILT 2-3000 LB Monthly (28 days)360.00$ 1 TRAILER TILT 6-7000 LB Monthly (28 days)601.00$ 1 TRAILER TILT 10000 LB Monthly (28 days)696.00$ 1 TRAILER TILT 12-13000 LB Monthly (28 days)696.00$ 1 TRAILER TILT 14-15000 LB Monthly (28 days)1,251.00$ 1 TRAILER TILT 16-17000 LB Monthly (28 days)1,251.00$ 1 TRAILER DUMP SINGLE AXLE Monthly (28 days)681.00$ 1 TRAILER DUMP TRIPLE AXLE Monthly (28 days)3,501.00$ 1 TRAILER WATER 800 GALLON Monthly (28 days)1,436.00$ 1 BUS SCHOOL DSL Monthly (28 days)2,600.00$ 1 CRANE TRUCK 50' BOOM WITH POLE AUGER Monthly (28 days)No Bids - CRANE TRUCK 60' BOOM WITH POLE AUGER Monthly (28 days)No Bids - 20-30YD DUMP BODY W/QUAD STICK CONTROLS Monthly (28 days)10,500.00$ 1 POLE TRAILERS Monthly (28 days)No Bids - CAMERA/TV TRUCKS Monthly (28 days)12,000.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Monthly (28 days)2,351.00$ 1 TRUCK DUMP 3-4 YD STD 4WD GAS Monthly (28 days)2,351.00$ 1 PUMP CENTRIFUGAL 4IN GAS Monthly (28 days)561.00$ 1 PUMP TRASH 4IN GAS Monthly (28 days)686.00$ 1 PUMP VAC ASSIST 6IN SUPER DSL Monthly (28 days)1,711.00$ 1 PUMP VAC ASSIST 6IN SUPER T4F DSL Monthly (28 days)1,711.00$ 1 PUMP VAC ASSIST 8IN SUPER DSL Monthly (28 days)2,177.00$ 1 PUMP VAC ASSIST 14IN DSL Monthly (28 days)6,696.00$ 1 PUMP SUBMERSIBLE 2HP 3PH 460V 2IN ELEC Monthly (28 days)336.00$ 1 PUMP SUBMERSIBLE HV 10HP 3PH 6IN ELEC Monthly (28 days)1,386.00$ 1 PUMP SUBMERSIBLE 6IN ELEC Monthly (28 days)1,421.00$ 1 PUMP SUBMERSIBLE 8IN ELEC Monthly (28 days)2,591.00$ 1 RUBBER SUCTION HOSE CAM CPLNG 1X20 Daily (24 hrs)No Bids - RUBBER SUCTION HOSE CAM CPLNG 1X20 Monthly (28 days)No Bids - RUBBER SUCTION HOSE CAM CPLNG 1X20 Weekly (7 days)No Bids - STEEL PLATE 4FTX8FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 4FTX8FTX1IN Monthly (28 days)No Bids - STEEL PLATE 4FTX8FTX1IN Weekly (7 days)No Bids - STEEL PLATE 6FTX10FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 6FTX10FTX1IN Monthly (28 days)No Bids - STEEL PLATE 6FTX10FTX1IN Weekly (7 days)No Bids - STEEL PLATE 8FTX12FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX12FTX1IN Monthly (28 days)No Bids - STEEL PLATE 8FTX12FTX1IN Weekly (7 days)No Bids - STEEL PLATE 8FTX16FTX1.5IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX16FTX1.5IN Monthly (28 days)No Bids - STEEL PLATE 8FTX16FTX1.5IN Weekly (7 days)No Bids - 1,000 GALLON HEATED TACK OIL TANKER WITH SPRAY WAND Daily (24 hrs)No Bids - 1,000 GALLON HEATED TACK OIL TANKER WITH SPRAY WAND Monthly (28 days)No Bids - 1,000 GALLON HEATED TACK OIL TANKER WITH SPRAY WAND Weekly (7 days)No Bids - HEATED RECYCLED ASPHALT POTHOLE PATCHER TRUCK Daily (24 hrs)No Bids - HEATED RECYCLED ASPHALT POTHOLE PATCHER TRUCK Monthly (28 days)No Bids - HEATED RECYCLED ASPHALT POTHOLE PATCHER TRUCK Weekly (7 days)No Bids - SELF-PROPELLED VARIABLE WIDTH HOT- MIX PAVER WITH ADJUSTABLE AND HEATED SCREED Daily (24 hrs)No Bids - SELF-PROPELLED VARIABLE WIDTH HOT- MIX PAVER WITH ADJUSTABLE AND HEATED SCREED Monthly (28 days)No Bids - SELF-PROPELLED VARIABLE WIDTH HOT- MIX PAVER WITH ADJUSTABLE AND HEATED SCREED Weekly (7 days)No Bids - TAILGATE-MOUNTED PAVING BOX Daily (24 hrs)No Bids - TAILGATE-MOUNTED PAVING BOX Monthly (28 days)No Bids - TAILGATE-MOUNTED PAVING BOX Weekly (7 days)No Bids - CONCRETE TROWEL 96IN POWER RIDE- ON GAS Daily (24 hrs)No Bids - CONCRETE TROWEL 96IN POWER RIDE- ON GAS Monthly (28 days)No Bids - CONCRETE TROWEL 96IN POWER RIDE- ON GAS Weekly (7 days)No Bids - LIGHT TOWER VERT MAST 20KW WIDE BODY Daily (24 hrs)No Bids - LIGHT TOWER VERT MAST 20KW WIDE BODY Monthly (28 days)No Bids - LIGHT TOWER VERT MAST 20KW WIDE BODY Weekly (7 days)No Bids - SURVEILLANCE CAMERA W TRIPOD 115V Daily (24 hrs)No Bids - SURVEILLANCE CAMERA W TRIPOD 115V Monthly (28 days)No Bids - SURVEILLANCE CAMERA W TRIPOD 115V Weekly (7 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 12IN Daily (24 hrs)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 12IN Monthly (28 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 12IN Weekly (7 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 18IN Daily (24 hrs)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 18IN Monthly (28 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 18IN Weekly (7 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 24IN Daily (24 hrs)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 24IN Monthly (28 days)No Bids - BACKHOE ATTACHMENT COMPACTION WHL 24IN Weekly (7 days)No Bids - EXCAVAT ATTACHMENT COMPACTION WHL 36IN Daily (24 hrs)No Bids - EXCAVAT ATTACHMENT COMPACTION WHL 36IN Monthly (28 days)No Bids - EXCAVAT ATTACHMENT COMPACTION WHL 36IN Weekly (7 days)No Bids - MINI-EXCAVATOR 2000-2999 LBS ELC ROPS Daily (24 hrs)No Bids - MINI-EXCAVATOR 2000-2999 LBS ELC ROPS Monthly (28 days)No Bids - MINI-EXCAVATOR 2000-2999 LBS ELC ROPS Weekly (7 days)No Bids - SKIDSTEER ATTACHMENT SHEAR Daily (24 hrs)No Bids - SKIDSTEER ATTACHMENT SHEAR Monthly (28 days)No Bids - SKIDSTEER ATTACHMENT SHEAR Weekly (7 days)No Bids - 23ft anchor spuds Daily (24 hrs)No Bids - 23ft anchor spuds Monthly (28 days)No Bids - 23ft anchor spuds Weekly (7 days)No Bids - 24' Pontoon Boat >40hp w trailer Daily (24 hrs)No Bids - 24' Pontoon Boat >40hp w trailer Monthly (28 days)No Bids - 24' Pontoon Boat >40hp w trailer Weekly (7 days)No Bids - 33ft anchor spuds Daily (24 hrs)No Bids - 33ft anchor spuds Monthly (28 days)No Bids - 33ft anchor spuds Weekly (7 days)No Bids - Aluminum Boat 12' >9hp w trailer Daily (24 hrs)No Bids - Aluminum Boat 12' >9hp w trailer Monthly (28 days)No Bids - Aluminum Boat 12' >9hp w trailer Weekly (7 days)No Bids - Aluminum Boat 14' >9hp w trailer Daily (24 hrs)No Bids - Aluminum Boat 14' >9hp w trailer Monthly (28 days)No Bids - Aluminum Boat 14' >9hp w trailer Weekly (7 days)No Bids - Aluminum Boat 16' >9hp w trailer Daily (24 hrs)No Bids - Aluminum Boat 16' >9hp w trailer Monthly (28 days)No Bids - Aluminum Boat 16' >9hp w trailer Weekly (7 days)No Bids - Barge and Accessories Delivery fee Daily (24 hrs)No Bids - Barge and Accessories Delivery fee Monthly (28 days)No Bids - Barge and Accessories Delivery fee Weekly (7 days)No Bids - Crane Mats 4x20 Daily (24 hrs)No Bids - Crane Mats 4x20 Monthly (28 days)No Bids - Crane Mats 4x20 Weekly (7 days)No Bids - Electric Anchor Spud Winches Daily (24 hrs)No Bids - Electric Anchor Spud Winches Monthly (28 days)No Bids - Electric Anchor Spud Winches Weekly (7 days)No Bids - Single only Steel Barge 13x40x3 Daily (24 hrs)No Bids - Single only Steel Barge 13x40x3 Monthly (28 days)No Bids - Single only Steel Barge 13x40x3 Weekly (7 days)No Bids - Spud Well Daily (24 hrs)No Bids - Spud Well Monthly (28 days)No Bids - Spud Well Weekly (7 days)No Bids - Steel Barge 40x10x5 Daily (24 hrs)No Bids - Steel Barge 40x10x5 Monthly (28 days)No Bids - Steel Barge 40x10x5 Weekly (7 days)No Bids - Steel Dredge Dumpster 30yd Daily (24 hrs)No Bids - Steel Dredge Dumpster 30yd Monthly (28 days)No Bids - Steel Dredge Dumpster 30yd Weekly (7 days)No Bids - Steel push boat 8x25 >100hp twin outboards Daily (24 hrs)No Bids - Steel push boat 8x25 >100hp twin outboards Monthly (28 days)No Bids - Steel push boat 8x25 >100hp twin outboards Weekly (7 days)No Bids - 5KW PORTABLE GENERATOR DSL Daily (24 hrs)No Bids - 5KW PORTABLE GENERATOR DSL Monthly (28 days)No Bids - 5KW PORTABLE GENERATOR DSL Weekly (7 days)No Bids - FUEL TANK UP TO 100 GALLON Daily (24 hrs)No Bids - FUEL TANK UP TO 100 GALLON Monthly (28 days)No Bids - FUEL TANK UP TO 100 GALLON Weekly (7 days)No Bids - BEAM EV ARC™ 2020 Daily (24 hrs)No Bids - BEAM EV ARC™ 2020 Monthly (28 days)No Bids - BEAM EV ARC™ 2020 Weekly (7 days)No Bids - PORTABLE SOLAR GENERATOR KITS (E.G., JACKERY, RENOGY, GO POWER!)Daily (24 hrs)No Bids - PORTABLE SOLAR GENERATOR KITS (E.G., JACKERY, RENOGY, GO POWER!)Monthly (28 days)No Bids - PORTABLE SOLAR GENERATOR KITS (E.G., JACKERY, RENOGY, GO POWER!)Weekly (7 days)No Bids - SOLAR-POWERED AREA LIGHTING UNITS Daily (24 hrs)No Bids - SOLAR-POWERED AREA LIGHTING UNITS Monthly (28 days)No Bids - SOLAR-POWERED AREA LIGHTING UNITS Weekly (7 days)No Bids - SOLAR-POWERED WATER PURIFICATION UNITS Daily (24 hrs)No Bids - SOLAR-POWERED WATER PURIFICATION UNITS Monthly (28 days)No Bids - SOLAR-POWERED WATER PURIFICATION UNITS Weekly (7 days)No Bids - TOWABLE SOLAR GENERATORS WITH BATTERY STORAGE (E.G., BOXPOWER, SOLMAN)Daily (24 hrs)No Bids - TOWABLE SOLAR GENERATORS WITH BATTERY STORAGE (E.G., BOXPOWER, SOLMAN)Monthly (28 days)No Bids - TOWABLE SOLAR GENERATORS WITH BATTERY STORAGE (E.G., BOXPOWER, SOLMAN)Weekly (7 days)No Bids - TRAILER-MOUNTED BATTERY ENERGY STORAGE SYSTEMS (BESS)Daily (24 hrs)No Bids - TRAILER-MOUNTED BATTERY ENERGY STORAGE SYSTEMS (BESS)Monthly (28 days)No Bids - TRAILER-MOUNTED BATTERY ENERGY STORAGE SYSTEMS (BESS)Weekly (7 days)No Bids - WIND + SOLAR HYBRID GENERATORS (E.G., UPRISE ENERGY)Daily (24 hrs)No Bids - WIND + SOLAR HYBRID GENERATORS (E.G., UPRISE ENERGY)Monthly (28 days)No Bids - WIND + SOLAR HYBRID GENERATORS (E.G., UPRISE ENERGY)Weekly (7 days)No Bids - EMERGENCY HAULING OVER 2500 GALLONS Daily (24 hrs)No Bids - EMERGENCY HAULING OVER 2500 GALLONS Monthly (28 days)No Bids - EMERGENCY HAULING OVER 2500 GALLONS Weekly (7 days)No Bids - EMERGENCY HAULING UP TO 2500 GALLONS Daily (24 hrs)No Bids - EMERGENCY HAULING UP TO 2500 GALLONS Monthly (28 days)No Bids - EMERGENCY HAULING UP TO 2500 GALLONS Weekly (7 days)No Bids - MANHOLE BOX 6FTX10FTX10FT Daily (24 hrs)No Bids - MANHOLE BOX 6FTX10FTX10FT Monthly (28 days)No Bids - MANHOLE BOX 6FTX10FTX10FT Weekly (7 days)No Bids - SLING 8FT 4LEG CABLE Daily (24 hrs)No Bids - SLING 8FT 4LEG CABLE Monthly (28 days)No Bids - SLING 8FT 4LEG CABLE Weekly (7 days)No Bids - STEEL PLATE 4FTX4FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 4FTX4FTX1IN Monthly (28 days)No Bids - STEEL PLATE 4FTX4FTX1IN Weekly (7 days)No Bids - STEEL PLATE 4FTX8FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 4FTX8FTX1IN Monthly (28 days)No Bids - STEEL PLATE 4FTX8FTX1IN Weekly (7 days)No Bids - STEEL PLATE 5FTX10FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 5FTX10FTX1IN Monthly (28 days)No Bids - STEEL PLATE 5FTX10FTX1IN Weekly (7 days)No Bids - STEEL PLATE 5FTX8FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 5FTX8FTX1IN Monthly (28 days)No Bids - STEEL PLATE 5FTX8FTX1IN Weekly (7 days)No Bids - STEEL PLATE 6FTX10FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 6FTX10FTX1IN Monthly (28 days)No Bids - STEEL PLATE 6FTX10FTX1IN Weekly (7 days)No Bids - STEEL PLATE 6FTX8FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 6FTX8FTX1IN Monthly (28 days)No Bids - STEEL PLATE 6FTX8FTX1IN Weekly (7 days)No Bids - STEEL PLATE 8FTX10FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX10FTX1IN Monthly (28 days)No Bids - STEEL PLATE 8FTX10FTX1IN Weekly (7 days)No Bids - STEEL PLATE 8FTX12FTX1.5IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX12FTX1.5IN Monthly (28 days)No Bids - STEEL PLATE 8FTX12FTX1.5IN Weekly (7 days)No Bids - STEEL PLATE 8FTX12FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX12FTX1IN Monthly (28 days)No Bids - STEEL PLATE 8FTX12FTX1IN Weekly (7 days)No Bids - STEEL PLATE 8FTX16FTX1.5IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX16FTX1.5IN Monthly (28 days)No Bids - STEEL PLATE 8FTX16FTX1.5IN Weekly (7 days)No Bids - STEEL PLATE 8FTX20FTX1IN Daily (24 hrs)No Bids - STEEL PLATE 8FTX20FTX1IN Monthly (28 days)No Bids - STEEL PLATE 8FTX20FTX1IN Weekly (7 days)No Bids - 35-40' REACH W/HOIST Daily (24 hrs)No Bids - BOARD ARROW VERTICAL TRAILER 15- LIGHT Daily (24 hrs)No Bids - BUS SHUTTLE GAS CDL Daily (24 hrs)No Bids - CRANE TRUCK 30' BOOM WITH POLE AUGER Daily (24 hrs)No Bids - CRANE TRUCK 40' BOOM WITH POLE AUGER Daily (24 hrs)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 11 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Daily (24 hrs)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 16YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Daily (24 hrs)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 9 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Daily (24 hrs)No Bids - TRACK BUCKET 30'+ WITH POLE AUGER Daily (24 hrs)No Bids - TRAILER TILT 14000LB FIXED TOP DECK Daily (24 hrs)No Bids - TRUCK DUMP 22-24 YD DSL Daily (24 hrs)No Bids - TRUCK DUMP 3-4 YD DSL Daily (24 hrs)No Bids - TRUCK DUMP 3-4 YD DSL Daily (24 hrs)No Bids - TRUCK FLAT DUMP 20FT 1-1/2T STD 2WD DSL Daily (24 hrs)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 12 FOOT Daily (24 hrs)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 14 FOOT Daily (24 hrs)No Bids - UTILITY BODY 3T CHASSIS SUPERCAB 14 FOOT w/MANLIFT Daily (24 hrs)No Bids - TRUCK FLAT DUMP 20FT 1-1/2T STD 2WD DSL Weekly (7 days)No Bids - TRUCK DUMP 22-24 YD DSL Weekly (7 days)No Bids - BOARD ARROW VERTICAL TRAILER 15- LIGHT Weekly (7 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 9 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Weekly (7 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 11 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Weekly (7 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 16YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Weekly (7 days)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 12 FOOT Weekly (7 days)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 14 FOOT Weekly (7 days)No Bids - UTILITY BODY 3T CHASSIS SUPERCAB 14 FOOT w/MANLIFT Weekly (7 days)No Bids - TRAILER TILT 14000LB FIXED TOP DECK Weekly (7 days)No Bids - BUS SHUTTLE GAS CDL Weekly (7 days)No Bids - CRANE TRUCK 30' BOOM WITH POLE AUGER Weekly (7 days)No Bids - CRANE TRUCK 40' BOOM WITH POLE AUGER Weekly (7 days)No Bids - CRANE TRUCK 50' BOOM WITH POLE AUGER Weekly (7 days)No Bids - CRANE TRUCK 60' BOOM WITH POLE AUGER Weekly (7 days)No Bids - TRACK BUCKET 30'+ WITH POLE AUGER Weekly (7 days)No Bids - POLE TRAILERS Weekly (7 days)No Bids - 35-40' REACH W/HOIST Weekly (7 days)No Bids - TRUCK DUMP 3-4 YD DSL Weekly (7 days)No Bids - TRUCK DUMP 3-4 YD DSL Weekly (7 days)No Bids - TRUCK FLAT DUMP 20FT 1-1/2T STD 2WD DSL Monthly (28 days)No Bids - TRUCK DUMP 22-24 YD DSL Monthly (28 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 9 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Monthly (28 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 11 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Monthly (28 days)No Bids - FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 16YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI.Monthly (28 days)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 12 FOOT Monthly (28 days)No Bids - UTILITY BODY 1.5T CHASSIS SUPER CAB 14 FOOT Monthly (28 days)No Bids - UTILITY BODY 3T CHASSIS SUPERCAB 14 FOOT w/MANLIFT Monthly (28 days)No Bids - TRAILER TILT 14000LB FIXED TOP DECK Monthly (28 days)No Bids - BUS SHUTTLE GAS CDL Monthly (28 days)No Bids - CRANE TRUCK 30' BOOM WITH POLE AUGER Monthly (28 days)No Bids - CRANE TRUCK 40' BOOM WITH POLE AUGER Monthly (28 days)No Bids - TRACK BUCKET 30'+ WITH POLE AUGER Monthly (28 days)No Bids - 35-40' REACH W/HOIST Monthly (28 days)No Bids - TRUCK DUMP 3-4 YD DSL Monthly (28 days)No Bids - TRUCK DUMP 3-4 YD DSL Monthly (28 days)No Bids - Lowest Bid Vendor(s) 2nd Lowest Bid Amount # of 2nd Lowest Bid Vendors H&E Equipment Services Inc Sunbelt Rentals Inc 76.00$ 1 Herc Rentals 219.45$ 1 Sunbelt Rentals Inc 238.00$ 1 Alta Construction Equipment Florida 451.00$ 1 Synergy Equipment 1,695.00$ 1 Herc Rentals 25.00$ 2 Herc Rentals 25.00$ 2 Herc Rentals 25.00$ 2 Herc Rentals 25.00$ 2 H&E Equipment Services Inc 50.00$ 2 Alta Construction Equipment Florida 250.00$ 2 Herc Rentals 315.00$ 2 Alta Construction Equipment Florida 400.00$ 2 Alta Construction Equipment Florida 500.00$ 2 Synergy Equipment 2,250.00$ 2 H&E Equipment Services Inc 8,950.00$ 2 Alta Construction Equipment Florida Linder Machinery 750.00$ 1 Alta Construction Equipment Florida Linder Machinery 1,350.00$ 1 H&E Equipment Services Inc Ring Power Corp - WCC 932.00$ 1 Linder Machinery Ring Power Corp - WCC 4,410.00$ 1 Synergy Equipment 9.00$ 1 Synergy Equipment 9.00$ 1 Sunbelt Rentals Inc 10.00$ 1 Synergy Equipment 9.00$ 1 Synergy Equipment 20.00$ 1 H&E Equipment Services Inc 20.00$ 1 Ring Power Corp - WCC 24.00$ 1 Synergy Equipment 23.00$ 1 Sunbelt Rentals Inc 20.00$ 1 Synergy Equipment 15.00$ 1 Synergy Equipment 15.00$ 1 Synergy Equipment 23.00$ 1 Synergy Equipment 30.00$ 1 Alta Construction Equipment Florida 31.00$ 1 Ring Power Corp - WCC 38.00$ 1 Ring Power Corp - WCC 42.00$ 1 Ring Power Corp - WCC 36.00$ 1 Synergy Equipment 20.00$ 1 Alta Construction Equipment Florida 42.00$ 1 Synergy Equipment 46.00$ 1 Synergy Equipment 23.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Alta Construction Equipment Florida 33.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Alta Construction Equipment Florida 33.00$ 1 Alta Construction Equipment Florida 33.00$ 1 Ring Power Corp - WCC 46.00$ 1 H&E Equipment Services Inc 25.00$ 1 Synergy Equipment 20.00$ 1 H&E Equipment Services Inc 17.00$ 1 Synergy Equipment 45.00$ 1 Sunbelt Rentals Inc 49.00$ 1 Ring Power Corp - WCC 50.00$ 1 A Coastal Equipment & Party Rental 35.00$ 1 Ring Power Corp - WCC 67.00$ 1 Synergy Equipment 38.00$ 1 Ring Power Corp - WCC 41.00$ 1 Synergy Equipment 66.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 68.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Synergy Equipment 76.00$ 1 H&E Equipment Services Inc 36.00$ 1 Synergy Equipment 40.00$ 1 Synergy Equipment 81.00$ 1 Synergy Equipment 78.00$ 1 Synergy Equipment 53.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Ring Power Corp - WCC 66.00$ 1 H&E Equipment Services Inc 80.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Alta Construction Equipment Florida 81.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Alta Construction Equipment Florida 81.00$ 1 Alta Construction Equipment Florida 81.00$ 1 Herc Rentals 95.00$ 1 Ring Power Corp - WCC 66.00$ 1 Synergy Equipment 30.00$ 1 Sunbelt Rentals Inc 95.00$ 1 Synergy Equipment 95.00$ 1 Alta Construction Equipment Florida 81.00$ 1 Ring Power Corp - WCC 100.00$ 1 Ring Power Corp - WCC 51.00$ 1 Synergy Equipment 45.00$ 1 H&E Equipment Services Inc 100.00$ 1 Synergy Equipment 113.00$ 1 Ring Power Corp - WCC 90.00$ 1 Synergy Equipment 66.00$ 1 H&E Equipment Services Inc 75.00$ 1 H&E Equipment Services Inc 54.00$ 1 Ring Power Corp - WCC 100.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Sunbelt Rentals Inc 76.00$ 1 H&E Equipment Services Inc 96.00$ 1 Sunbelt Rentals Inc 130.00$ 1 Ring Power Corp - WCC 125.00$ 1 Ring Power Corp - WCC 90.00$ 1 Sunbelt Rentals Inc 115.00$ 1 Sunbelt Rentals Inc 115.00$ 1 Herc Rentals 110.00$ 1 H&E Equipment Services Inc 88.00$ 1 Synergy Equipment 115.00$ 1 Synergy Equipment 107.10$ 1 Sunbelt Rentals Inc 136.00$ 1 A Coastal Equipment & Party Rental 136.00$ 1 Ring Power Corp - WCC 90.00$ 1 H&E Equipment Services Inc 115.00$ 1 H&E Equipment Services Inc 75.00$ 1 Ring Power Corp - WCC 111.00$ 1 Synergy Equipment 66.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 115.00$ 1 H&E Equipment Services Inc 115.00$ 1 H&E Equipment Services Inc 146.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 115.00$ 1 Ring Power Corp - WCC 140.00$ 1 H&E Equipment Services Inc 115.00$ 1 Ring Power Corp - WCC 128.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 140.00$ 1 Synergy Equipment 156.00$ 1 Herc Rentals 150.00$ 1 H&E Equipment Services Inc 49.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 166.00$ 1 H&E Equipment Services Inc 171.00$ 1 Sunbelt Rentals Inc 125.00$ 1 Synergy Equipment 130.00$ 1 Herc Rentals 125.00$ 1 Herc Rentals 125.00$ 1 Synergy Equipment 130.00$ 1 Sunbelt Rentals Inc 123.00$ 1 H&E Equipment Services Inc 131.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Sunbelt Rentals Inc 131.00$ 1 Synergy Equipment 141.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Alta Construction Equipment Florida 151.00$ 1 Synergy Equipment 90.00$ 1 Sunbelt Rentals Inc 216.00$ 1 Synergy Equipment 175.00$ 1 Ring Power Corp - WCC 183.00$ 1 Alta Construction Equipment Florida 200.00$ 1 Alta Construction Equipment Florida 200.00$ 1 Alta Construction Equipment Florida 200.00$ 1 Ring Power Corp - WCC 175.00$ 1 H&E Equipment Services Inc 175.00$ 1 H&E Equipment Services Inc 175.00$ 1 Herc Rentals 225.00$ 1 Ring Power Corp - WCC 191.00$ 1 Sunbelt Rentals Inc 195.00$ 1 H&E Equipment Services Inc 236.00$ 1 H&E Equipment Services Inc 108.00$ 1 Alta Construction Equipment Florida 225.00$ 1 Sunbelt Rentals Inc 61.00$ 1 Sunbelt Rentals Inc 250.00$ 1 Herc Rentals 250.00$ 1 Alta Construction Equipment Florida 255.00$ 1 Synergy Equipment 225.00$ 1 Synergy Equipment 225.00$ 1 Ring Power Corp - WCC 255.00$ 1 Ring Power Corp - WCC 250.00$ 1 Alta Construction Equipment Florida 257.00$ 1 Alta Construction Equipment Florida 226.00$ 1 H&E Equipment Services Inc 54.00$ 1 Synergy Equipment 226.00$ 1 Herc Rentals 195.00$ 1 Sunbelt Rentals Inc 261.00$ 1 H&E Equipment Services Inc 236.00$ 1 H&E Equipment Services Inc 195.00$ 1 H&E Equipment Services Inc 210.00$ 1 H&E Equipment Services Inc 266.00$ 1 H&E Equipment Services Inc 266.00$ 1 Ring Power Corp - WCC 153.00$ 1 H&E Equipment Services Inc 120.00$ 1 H&E Equipment Services Inc 285.00$ 1 H&E Equipment Services Inc 241.00$ 1 Ring Power Corp - WCC 206.00$ 1 H&E Equipment Services Inc 230.00$ 1 H&E Equipment Services Inc 250.00$ 1 Synergy Equipment 288.75$ 1 Alta Construction Equipment Florida 247.00$ 1 Sunbelt Rentals Inc 300.00$ 1 H&E Equipment Services Inc 146.00$ 1 Synergy Equipment 275.00$ 1 H&E Equipment Services Inc 267.00$ 1 Ring Power Corp - WCC 300.00$ 1 Synergy Equipment 300.00$ 1 Alta Construction Equipment Florida 290.00$ 1 Herc Rentals 300.00$ 1 Synergy Equipment 326.00$ 1 Alta Construction Equipment Florida 322.00$ 1 H&E Equipment Services Inc 285.00$ 1 H&E Equipment Services Inc 285.00$ 1 Sunbelt Rentals Inc 291.00$ 1 H&E Equipment Services Inc 275.00$ 1 Alta Construction Equipment Florida 278.25$ 1 H&E Equipment Services Inc 340.00$ 1 Linder Machinery 290.00$ 1 Sunbelt Rentals Inc 275.00$ 1 Herc Rentals 230.00$ 1 Sunbelt Rentals Inc 311.00$ 1 Sunbelt Rentals Inc 255.00$ 1 Sunbelt Rentals Inc 255.00$ 1 Sunbelt Rentals Inc 315.00$ 1 Alta Construction Equipment Florida 278.25$ 1 Herc Rentals 150.00$ 1 Ring Power Corp - WCC 225.00$ 1 Alta Construction Equipment Florida 300.00$ 1 Ring Power Corp - WCC 242.00$ 1 Ring Power Corp - WCC 300.00$ 1 Alta Construction Equipment Florida 342.00$ 1 Herc Rentals 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 Alta Construction Equipment Florida 350.00$ 1 Ring Power Corp - WCC 246.00$ 1 H&E Equipment Services Inc 271.00$ 1 Synergy Equipment 311.00$ 1 H&E Equipment Services Inc 355.00$ 1 Herc Rentals 330.00$ 1 Sunbelt Rentals Inc 356.00$ 1 H&E Equipment Services Inc 255.00$ 1 Sunbelt Rentals Inc 351.00$ 1 Alta Construction Equipment Florida 370.00$ 1 Herc Rentals 325.00$ 1 Alta Construction Equipment Florida 358.00$ 1 H&E Equipment Services Inc 315.00$ 1 Sunbelt Rentals Inc 351.00$ 1 Sunbelt Rentals Inc 261.00$ 1 Sunbelt Rentals Inc 241.00$ 1 Synergy Equipment 375.00$ 1 Herc Rentals 315.00$ 1 Synergy Equipment 360.00$ 1 Alta Construction Equipment Florida 395.00$ 1 Herc Rentals 395.00$ 1 Sunbelt Rentals Inc 351.00$ 1 H&E Equipment Services Inc 415.00$ 1 Herc Rentals 95.00$ 1 Sunbelt Rentals Inc 371.00$ 1 H&E Equipment Services Inc 371.00$ 1 H&E Equipment Services Inc 371.00$ 1 Synergy Equipment 420.00$ 1 Ring Power Corp - WCC 420.00$ 1 H&E Equipment Services Inc 395.00$ 1 H&E Equipment Services Inc 400.00$ 1 Sunbelt Rentals Inc 238.00$ 1 H&E Equipment Services Inc 381.00$ 1 H&E Equipment Services Inc 366.00$ 1 H&E Equipment Services Inc 306.00$ 1 Herc Rentals 350.00$ 1 Herc Rentals 350.00$ 1 Synergy Equipment 255.00$ 1 Herc Rentals 229.00$ 1 Synergy Equipment 255.00$ 1 Herc Rentals 150.00$ 1 Herc Rentals 150.00$ 1 Herc Rentals 150.00$ 1 Ring Power Corp - WCC 420.00$ 1 Sunbelt Rentals Inc 450.00$ 1 H&E Equipment Services Inc 371.00$ 1 Sunbelt Rentals Inc 371.00$ 1 Synergy Equipment 390.00$ 1 H&E Equipment Services Inc 321.00$ 1 H&E Equipment Services Inc 408.00$ 1 Sunbelt Rentals Inc 466.00$ 1 Alta Construction Equipment Florida 475.00$ 1 Alta Construction Equipment Florida 475.00$ 1 Herc Rentals 475.00$ 1 Synergy Equipment 436.00$ 1 Alta Construction Equipment Florida 480.00$ 1 Alta Construction Equipment Florida 446.00$ 1 H&E Equipment Services Inc 365.00$ 1 Ring Power Corp - WCC 425.00$ 1 Alta Construction Equipment Florida 450.00$ 1 H&E Equipment Services Inc 446.25$ 1 A Coastal Equipment & Party Rental 477.75$ 1 H&E Equipment Services Inc 351.00$ 1 H&E Equipment Services Inc 490.00$ 1 Synergy Equipment 260.00$ 1 H&E Equipment Services Inc 144.00$ 1 Herc Rentals 425.00$ 1 Herc Rentals 425.00$ 1 Alta Construction Equipment Florida 450.00$ 1 Herc Rentals 438.00$ 1 H&E Equipment Services Inc 475.00$ 1 Synergy Equipment 388.00$ 1 H&E Equipment Services Inc 511.00$ 1 Herc Rentals 475.00$ 1 Ring Power Corp - WCC 442.00$ 1 H&E Equipment Services Inc 500.00$ 1 H&E Equipment Services Inc 500.00$ 1 Ring Power Corp - WCC 436.00$ 1 Ring Power Corp - WCC 456.00$ 1 Sunbelt Rentals Inc 450.00$ 1 Synergy Equipment 575.00$ 1 Alta Construction Equipment Florida 520.00$ 1 Linder Machinery 575.00$ 1 Herc Rentals 525.00$ 1 H&E Equipment Services Inc 414.75$ 1 H&E Equipment Services Inc 425.00$ 1 H&E Equipment Services Inc 425.00$ 1 Synergy Equipment 540.75$ 1 Alta Construction Equipment Florida 625.00$ 1 H&E Equipment Services Inc 551.00$ 1 Ring Power Corp - WCC 541.00$ 1 Synergy Equipment 575.00$ 1 H&E Equipment Services Inc 582.75$ 1 H&E Equipment Services Inc 593.00$ 1 H&E Equipment Services Inc 582.75$ 1 H&E Equipment Services Inc 582.75$ 1 Synergy Equipment 381.00$ 1 Ring Power Corp - WCC 556.00$ 1 H&E Equipment Services Inc 515.00$ 1 H&E Equipment Services Inc 515.00$ 1 H&E Equipment Services Inc 515.00$ 1 Linder Machinery 600.00$ 1 H&E Equipment Services Inc 661.00$ 1 Ring Power Corp - WCC 630.00$ 1 Sunbelt Rentals Inc 611.00$ 1 Linder Machinery 690.00$ 1 Alta Construction Equipment Florida 635.00$ 1 Sunbelt Rentals Inc 600.00$ 1 Synergy Equipment 650.00$ 1 Synergy Equipment 650.00$ 1 H&E Equipment Services Inc 601.00$ 1 Herc Rentals 475.00$ 1 Synergy Equipment 630.00$ 1 H&E Equipment Services Inc 630.00$ 1 Alta Construction Equipment Florida 630.00$ 1 H&E Equipment Services Inc 610.00$ 1 Synergy Equipment 511.00$ 1 H&E Equipment Services Inc 484.05$ 1 Ring Power Corp - WCC 681.00$ 1 Herc Rentals 450.00$ 1 Synergy Equipment 636.00$ 1 Ring Power Corp - WCC 665.00$ 1 H&E Equipment Services Inc 371.00$ 1 Herc Rentals 550.00$ 1 Ring Power Corp - WCC 688.00$ 1 H&E Equipment Services Inc 716.00$ 1 Herc Rentals 760.00$ 1 Herc Rentals 735.00$ 1 Herc Rentals 679.00$ 1 Alta Construction Equipment Florida 725.00$ 1 Alta Construction Equipment Florida 750.00$ 1 Sunbelt Rentals Inc 725.00$ 1 Linder Machinery 600.00$ 1 H&E Equipment Services Inc 525.00$ 1 Alta Construction Equipment Florida 525.00$ 1 Herc Rentals 722.00$ 1 Sunbelt Rentals Inc 751.00$ 1 H&E Equipment Services Inc 795.00$ 1 H&E Equipment Services Inc 808.00$ 1 Sunbelt Rentals Inc 808.00$ 1 Sunbelt Rentals Inc 780.00$ 1 Alta Construction Equipment Florida 684.00$ 1 Sunbelt Rentals Inc 795.00$ 1 H&E Equipment Services Inc 721.00$ 1 Linder Machinery 725.00$ 1 Synergy Equipment 446.00$ 1 Alta Construction Equipment Florida 840.00$ 1 Alta Construction Equipment Florida 866.00$ 1 Sunbelt Rentals Inc 166.00$ 1 Alta Construction Equipment Florida 840.00$ 1 Synergy Equipment 716.00$ 1 H&E Equipment Services Inc 756.00$ 1 H&E Equipment Services Inc 756.00$ 1 H&E Equipment Services Inc 756.00$ 1 Linder Machinery 870.00$ 1 Sunbelt Rentals Inc 525.00$ 1 Synergy Equipment 646.00$ 1 Linder Machinery 700.00$ 1 Sunbelt Rentals Inc 636.00$ 1 Synergy Equipment 526.00$ 1 Synergy Equipment 646.00$ 1 H&E Equipment Services Inc 646.00$ 1 H&E Equipment Services Inc 540.75$ 1 H&E Equipment Services Inc 540.75$ 1 Sunbelt Rentals Inc 628.00$ 1 Alta Construction Equipment Florida 775.00$ 1 H&E Equipment Services Inc 798.00$ 1 Synergy Equipment 735.00$ 1 Alta Construction Equipment Florida 894.00$ 1 Ring Power Corp - WCC 784.00$ 1 Alta Construction Equipment Florida 900.00$ 1 Sunbelt Rentals Inc 580.00$ 1 Alta Construction Equipment Florida 930.00$ 1 H&E Equipment Services Inc 966.00$ 1 H&E Equipment Services Inc 976.00$ 1 Alta Construction Equipment Florida 970.00$ 1 Sunbelt Rentals Inc 950.00$ 1 Linder Machinery 800.00$ 1 Alta Construction Equipment Florida 894.00$ 1 Sunbelt Rentals Inc 795.00$ 1 H&E Equipment Services Inc 966.00$ 1 Sunbelt Rentals Inc 556.00$ 1 Synergy Equipment 781.00$ 1 H&E Equipment Services Inc 985.00$ 1 H&E Equipment Services Inc 701.00$ 1 Herc Rentals 730.00$ 1 Ring Power Corp - WCC 761.00$ 1 Ring Power Corp - WCC 840.00$ 1 Herc Rentals 945.00$ 1 Alta Construction Equipment Florida 1,020.00$ 1 Sunbelt Rentals Inc 881.00$ 1 H&E Equipment Services Inc 976.00$ 1 Ring Power Corp - WCC 1,046.00$ 1 Ring Power Corp - WCC 711.00$ 1 Herc Rentals 735.00$ 1 Herc Rentals 735.00$ 1 Herc Rentals 1,044.75$ 1 H&E Equipment Services Inc 1,051.00$ 1 Herc Rentals 1,020.00$ 1 Ring Power Corp - WCC 1,081.00$ 1 Herc Rentals 1,001.70$ 1 H&E Equipment Services Inc 900.00$ 1 H&E Equipment Services Inc 939.75$ 1 H&E Equipment Services Inc 908.00$ 1 Linder Machinery 796.00$ 1 Synergy Equipment 950.00$ 1 Synergy Equipment 1,000.00$ 1 Ring Power Corp - WCC 1,075.00$ 1 H&E Equipment Services Inc 1,111.00$ 1 H&E Equipment Services Inc 1,041.00$ 1 Ring Power Corp - WCC 1,150.00$ 1 H&E Equipment Services Inc 1,148.00$ 1 Herc Rentals 1,050.00$ 1 Linder Machinery 1,080.00$ 1 Herc Rentals 235.00$ 1 H&E Equipment Services Inc 1,025.00$ 1 H&E Equipment Services Inc 900.00$ 1 Herc Rentals 1,200.00$ 1 Herc Rentals 1,254.00$ 1 Alta Construction Equipment Florida 1,204.00$ 1 Linder Machinery 1,200.00$ 1 Sunbelt Rentals Inc 771.00$ 1 Ring Power Corp - WCC 1,050.00$ 1 Ring Power Corp - WCC 1,211.00$ 1 H&E Equipment Services Inc 1,213.00$ 1 H&E Equipment Services Inc 1,213.00$ 1 H&E Equipment Services Inc 771.00$ 1 Alta Construction Equipment Florida 1,204.00$ 1 H&E Equipment Services Inc 1,200.00$ 1 H&E Equipment Services Inc 1,200.00$ 1 Herc Rentals 1,200.00$ 1 Linder Machinery 1,200.00$ 1 Alta Construction Equipment Florida 1,307.00$ 1 H&E Equipment Services Inc 1,400.00$ 1 H&E Equipment Services Inc 1,400.00$ 1 Synergy Equipment 1,326.00$ 1 Linder Machinery 1,350.00$ 1 Ring Power Corp - WCC 1,350.00$ 1 Alta Construction Equipment Florida 162.00$ 1 Alta Construction Equipment Florida 910.00$ 1 Alta Construction Equipment Florida 340.00$ 1 Herc Rentals 1,275.00$ 1 Sunbelt Rentals Inc 1,501.00$ 1 Synergy Equipment 1,375.00$ 1 Synergy Equipment 1,256.00$ 1 Synergy Equipment 1,101.00$ 1 Ring Power Corp - WCC 1,526.00$ 1 Herc Rentals 1,365.00$ 1 H&E Equipment Services Inc 1,361.00$ 1 Sunbelt Rentals Inc 1,150.00$ 1 Synergy Equipment 1,351.00$ 1 H&E Equipment Services Inc 1,522.00$ 1 Sunbelt Rentals Inc 1,620.00$ 1 Ring Power Corp - WCC 1,585.00$ 1 H&E Equipment Services Inc 1,550.00$ 1 H&E Equipment Services Inc 1,522.00$ 1 H&E Equipment Services Inc 1,455.00$ 1 Sunbelt Rentals Inc 1,455.00$ 1 H&E Equipment Services Inc 1,522.00$ 1 Alta Construction Equipment Florida 1,395.00$ 1 Alta Construction Equipment Florida 1,265.00$ 1 Ring Power Corp - WCC 1,651.00$ 1 Linder Machinery 1,653.00$ 1 Sunbelt Rentals Inc 1,725.00$ 1 Sunbelt Rentals Inc 1,300.00$ 1 Synergy Equipment 1,725.00$ 1 Sunbelt Rentals Inc 1,650.00$ 1 Linder Machinery 1,690.00$ 1 Ring Power Corp - WCC 1,680.00$ 1 Synergy Equipment 1,575.00$ 1 Synergy Equipment 1,386.00$ 1 Ring Power Corp - WCC 1,811.00$ 1 Synergy Equipment 1,785.00$ 1 H&E Equipment Services Inc 1,785.00$ 1 H&E Equipment Services Inc 1,625.00$ 1 Synergy Equipment 1,151.00$ 1 Alta Construction Equipment Florida 1,851.00$ 1 Herc Rentals 1,350.00$ 1 H&E Equipment Services Inc 1,632.00$ 1 Sunbelt Rentals Inc 1,585.00$ 1 Linder Machinery 1,860.00$ 1 Alta Construction Equipment Florida 1,989.75$ 1 Synergy Equipment 1,736.00$ 1 Linder Machinery 1,850.00$ 1 Sunbelt Rentals Inc 1,995.00$ 1 H&E Equipment Services Inc 1,925.00$ 1 Sunbelt Rentals Inc 1,500.00$ 1 Alta Construction Equipment Florida 1,989.75$ 1 Sunbelt Rentals Inc 1,601.00$ 1 Sunbelt Rentals Inc 1,750.00$ 1 Linder Machinery 2,125.00$ 1 Synergy Equipment 1,551.00$ 1 Synergy Equipment 2,036.00$ 1 H&E Equipment Services Inc 1,396.00$ 1 Linder Machinery 1,800.00$ 1 Ring Power Corp - WCC 1,942.00$ 1 Sunbelt Rentals Inc 1,951.00$ 1 Ring Power Corp - WCC 2,100.00$ 1 H&E Equipment Services Inc 2,088.00$ 1 H&E Equipment Services Inc 1,995.00$ 1 H&E Equipment Services Inc 1,995.00$ 1 Sunbelt Rentals Inc 406.00$ 1 Linder Machinery 1,470.00$ 1 Synergy Equipment 2,150.00$ 1 Ring Power Corp - WCC 2,100.00$ 1 H&E Equipment Services Inc 2,022.00$ 1 H&E Equipment Services Inc 2,146.00$ 1 Linder Machinery 2,150.00$ 1 H&E Equipment Services Inc 920.00$ 1 Linder Machinery 2,126.00$ 1 Herc Rentals 2,095.00$ 1 Sunbelt Rentals Inc 1,626.00$ 1 Sunbelt Rentals Inc 1,551.00$ 1 H&E Equipment Services Inc 1,776.00$ 1 Ring Power Corp - WCC 1,575.00$ 1 Synergy Equipment 1,250.00$ 1 Herc Rentals 2,190.00$ 1 Ring Power Corp - WCC 1,916.00$ 1 Linder Machinery 2,400.00$ 1 Synergy Equipment 2,412.00$ 1 Alta Construction Equipment Florida 2,300.00$ 1 Sunbelt Rentals Inc 2,241.00$ 1 Sunbelt Rentals Inc 2,376.00$ 1 Sunbelt Rentals Inc 2,376.00$ 1 Ring Power Corp - WCC 2,346.00$ 1 H&E Equipment Services Inc 2,335.00$ 1 Ring Power Corp - WCC 2,501.00$ 1 Sunbelt Rentals Inc 2,100.00$ 1 Sunbelt Rentals Inc 2,100.00$ 1 Synergy Equipment 2,526.00$ 1 H&E Equipment Services Inc 2,195.00$ 1 Sunbelt Rentals Inc 2,424.00$ 1 Sunbelt Rentals Inc 2,050.00$ 1 Synergy Equipment 2,500.00$ 1 Synergy Equipment 2,500.00$ 1 H&E Equipment Services Inc 2,526.00$ 1 H&E Equipment Services Inc 2,426.00$ 1 Ring Power Corp - WCC 2,520.00$ 1 Synergy Equipment 2,600.00$ 1 Ring Power Corp - WCC 2,520.00$ 1 H&E Equipment Services Inc 2,645.00$ 1 Synergy Equipment 1,396.00$ 1 Sunbelt Rentals Inc 1,351.00$ 1 Synergy Equipment 1,396.00$ 1 Sunbelt Rentals Inc 1,755.00$ 1 H&E Equipment Services Inc 2,975.00$ 1 Synergy Equipment 2,900.00$ 1 Synergy Equipment 3,000.00$ 1 Synergy Equipment 2,406.00$ 1 Synergy Equipment 3,039.00$ 1 Ring Power Corp - WCC 2,675.00$ 1 Synergy Equipment 3,039.00$ 1 H&E Equipment Services Inc 3,092.00$ 1 H&E Equipment Services Inc 3,200.00$ 1 Sunbelt Rentals Inc 2,700.00$ 1 Sunbelt Rentals Inc 2,575.00$ 1 Linder Machinery 3,000.00$ 1 Ring Power Corp - WCC 3,296.00$ 1 H&E Equipment Services Inc 2,900.00$ 1 Sunbelt Rentals Inc 3,375.00$ 1 H&E Equipment Services Inc 1,851.00$ 1 Synergy Equipment 3,200.00$ 1 Synergy Equipment 3,200.00$ 1 Ring Power Corp - WCC 3,375.00$ 1 Herc Rentals 575.00$ 1 Ring Power Corp - WCC 3,600.00$ 1 Sunbelt Rentals Inc 3,250.00$ 1 H&E Equipment Services Inc 2,293.20$ 1 Sunbelt Rentals Inc 3,606.00$ 1 Ring Power Corp - WCC 3,885.00$ 1 Synergy Equipment 3,800.00$ 1 Alta Construction Equipment Florida 3,538.00$ 1 Herc Rentals 2,750.00$ 1 Sunbelt Rentals Inc 4,055.00$ 1 Ring Power Corp - WCC 4,001.00$ 1 Ring Power Corp - WCC 3,750.00$ 1 Ring Power Corp - WCC 3,691.00$ 1 Synergy Equipment 2,766.00$ 1 Linder Machinery 4,550.00$ 1 Synergy Equipment 4,410.00$ 1 H&E Equipment Services Inc 4,410.00$ 1 Synergy Equipment 2,801.00$ 1 H&E Equipment Services Inc 4,854.00$ 1 H&E Equipment Services Inc 4,854.00$ 1 Sunbelt Rentals Inc 3,500.00$ 1 Linder Machinery 4,986.00$ 1 Linder Machinery 4,550.00$ 1 Herc Rentals 4,550.00$ 1 Linder Machinery 5,225.00$ 1 Sunbelt Rentals Inc 5,100.00$ 1 H&E Equipment Services Inc 800.00$ 1 H&E Equipment Services Inc 5,048.00$ 1 H&E Equipment Services Inc 2,089.00$ 1 Linder Machinery 5,401.00$ 1 Ring Power Corp - WCC 4,410.00$ 1 Ring Power Corp - WCC 4,987.00$ 1 Sunbelt Rentals Inc 6,250.00$ 1 Sunbelt Rentals Inc 6,250.00$ 1 Synergy Equipment 5,500.00$ 1 Ring Power Corp - WCC 6,090.00$ 1 Synergy Equipment 5,800.00$ 1 Linder Machinery 5,401.00$ 1 Ring Power Corp - WCC 6,090.00$ 1 Synergy Equipment 6,001.00$ 1 Linder Machinery 5,251.00$ 1 Linder Machinery 7,000.00$ 1 Sunbelt Rentals Inc 6,978.00$ 1 Ring Power Corp - WCC 7,835.00$ 1 Linder Machinery 1,001.00$ 1 Linder Machinery 8,300.00$ 1 Linder Machinery 3,001.00$ 1 H&E Equipment Services Inc 8,500.00$ 1 H&E Equipment Services Inc 4,741.00$ 1 Alta Construction Equipment Florida 61.00$ 1 Alta Construction Equipment Florida 371.00$ 1 Alta Construction Equipment Florida 136.00$ 1 Alta Construction Equipment Florida 85.00$ 1 Alta Construction Equipment Florida 515.00$ 1 Alta Construction Equipment Florida 196.00$ 1 H&E Equipment Services Inc 966.00$ 1 Linder Machinery 710.00$ 1 H&E Equipment Services Inc 6,000.00$ 1 H&E Equipment Services Inc 1,950.00$ 1 Alta Construction Equipment Florida 8,225.00$ 1 Synergy Equipment 11,500.00$ 1 Ring Power Corp - WCC 10,711.00$ 1 Alta Construction Equipment Florida 66.00$ 1 Alta Construction Equipment Florida 441.00$ 1 Alta Construction Equipment Florida 161.00$ 1 Alta Construction Equipment Florida 85.00$ 1 Alta Construction Equipment Florida 515.00$ 1 Alta Construction Equipment Florida 196.00$ 1 Herc Rentals 2,550.00$ 1 Synergy Equipment 6,301.00$ 1 Ring Power Corp - WCC 11,025.00$ 1 Synergy Equipment 14,600.00$ 1 Ring Power Corp - WCC 16,716.00$ 1 Herc Rentals 2,021.25$ 1 Ring Power Corp - WCC 27,041.00$ 1 1 H&E Equipment Services Inc 40.00$ 3 Synergy Equipment 15.00$ 2 Sunbelt Rentals Inc 5.00$ 2 Sunbelt Rentals Inc 25.00$ 2 H&E Equipment Services Inc 375.00$ 2 Herc Rentals 200.00$ 2 H&E Equipment Services Inc Ring Power Corp - WCC Synergy Equipment $ 214.00 1 Ring Power Corp - WCC Synergy Equipment 48.00$ 1 Ring Power Corp - WCC 40.00$ 1 Ring Power Corp - WCC 171.00$ 1 Ring Power Corp - WCC 100.00$ 1 Ring Power Corp - WCC 54.00$ 1 Herc Rentals 292.00$ 1 Ring Power Corp - WCC 120.00$ 1 Ring Power Corp - WCC 35.00$ 1 Ring Power Corp - WCC 160.00$ 1 Ring Power Corp - WCC 80.00$ 1 Ring Power Corp - WCC 38.00$ 1 Herc Rentals 234.00$ 1 Ring Power Corp - WCC 90.00$ 1 Herc Rentals 13.00$ 1 Herc Rentals 117.00$ 1 Herc Rentals 39.00$ 1 Ring Power Corp - WCC 30.00$ 1 Ring Power Corp - WCC 150.00$ 1 Ring Power Corp - WCC 80.00$ 1 Ring Power Corp - WCC 20.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 33.00$ 1 Ring Power Corp - WCC 114.00$ 1 Ring Power Corp - WCC 39.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 300.00$ 1 Herc Rentals 150.00$ 1 Herc Rentals 60.00$ 1 Herc Rentals 360.00$ 1 Herc Rentals 180.00$ 1 Herc Rentals 30.00$ 1 Herc Rentals 270.00$ 1 Herc Rentals 90.00$ 1 Synergy Equipment 51.00$ 1 Herc Rentals 450.00$ 1 Herc Rentals 150.00$ 1 Herc Rentals 81.00$ 1 Herc Rentals 720.00$ 1 Herc Rentals 240.00$ 1 Herc Rentals 60.00$ 1 Herc Rentals 540.00$ 1 Herc Rentals 181.00$ 1 Synergy Equipment 114.00$ 1 Herc Rentals 720.00$ 1 Herc Rentals 240.00$ 1 Herc Rentals 15.00$ 1 H&E Equipment Services Inc 96.00$ 1 H&E Equipment Services Inc 35.00$ 1 Synergy Equipment 74.00$ 1 Synergy Equipment 551.00$ 1 Synergy Equipment 202.00$ 1 Synergy Equipment 74.00$ 1 Synergy Equipment 551.00$ 1 Synergy Equipment 202.00$ 1 Synergy Equipment 83.00$ 1 Synergy Equipment 642.00$ 1 Synergy Equipment 219.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 900.00$ 1 Herc Rentals 300.00$ 1 Ring Power Corp - WCC 67.00$ 1 Herc Rentals 500.00$ 1 Herc Rentals 167.00$ 1 Ring Power Corp - WCC 77.00$ 1 Herc Rentals 500.00$ 1 Ring Power Corp - WCC 190.00$ 1 Ring Power Corp - WCC 204.00$ 1 Ring Power Corp - WCC 1,161.00$ 1 Ring Power Corp - WCC 589.00$ 1 Ring Power Corp - WCC 100.00$ 1 Ring Power Corp - WCC 750.00$ 1 Ring Power Corp - WCC 378.00$ 1 Synergy Equipment 44.00$ 1 Synergy Equipment 375.00$ 1 Synergy Equipment 129.00$ 1 Ring Power Corp - WCC 5.00$ 1 Ring Power Corp - WCC 30.00$ 1 Ring Power Corp - WCC 10.00$ 1 Synergy Equipment 46.00$ 1 Synergy Equipment 300.00$ 1 Synergy Equipment 113.00$ 1 Synergy Equipment 100.00$ 1 Synergy Equipment 870.00$ 1 Synergy Equipment 291.00$ 1 Herc Rentals 15.00$ 1 Herc Rentals 15.00$ 1 H&E Equipment Services Inc 69.00$ 1 H&E Equipment Services Inc 69.00$ 1 Herc Rentals 30.00$ 1 Herc Rentals 30.00$ 1 Herc Rentals 15.00$ 1 H&E Equipment Services Inc 87.00$ 1 Synergy Equipment 15.00$ 1 Synergy Equipment 121.00$ 1 Synergy Equipment 42.00$ 1 Synergy Equipment 46.00$ 1 Synergy Equipment 300.00$ 1 Synergy Equipment 114.00$ 1 Synergy Equipment 46.00$ 1 Synergy Equipment 300.00$ 1 Synergy Equipment 114.00$ 1 Synergy Equipment 59.00$ 1 Synergy Equipment 510.00$ 1 Synergy Equipment 180.00$ 1 Synergy Equipment 98.00$ 1 Herc Rentals 635.00$ 1 Synergy Equipment 290.00$ 1 Synergy Equipment 122.00$ 1 Synergy Equipment 1,081.00$ 1 Synergy Equipment 361.00$ 1 Synergy Equipment 42.00$ 1 Synergy Equipment 237.00$ 1 Synergy Equipment 122.00$ 1 Synergy Equipment 68.00$ 1 Synergy Equipment 421.00$ 1 Synergy Equipment 201.00$ 1 Synergy Equipment 68.00$ 1 Herc Rentals 450.00$ 1 Synergy Equipment 201.00$ 1 Synergy Equipment 18.00$ 1 Synergy Equipment 151.00$ 1 Synergy Equipment 51.00$ 1 Synergy Equipment 42.00$ 1 Synergy Equipment 272.00$ 1 Synergy Equipment 104.00$ 1 Synergy Equipment 94.00$ 1 Synergy Equipment 709.00$ 1 Synergy Equipment 261.00$ 1 Herc Rentals 120.00$ 1 Herc Rentals 600.00$ 1 Synergy Equipment 201.00$ 1 Synergy Equipment 9.00$ 1 Synergy Equipment 31.00$ 1 Synergy Equipment 16.00$ 1 Synergy Equipment 8.00$ 1 Synergy Equipment 51.00$ 1 Synergy Equipment 21.00$ 1 Synergy Equipment 9.00$ 1 Herc Rentals 39.00$ 1 Synergy Equipment 16.00$ 1 Synergy Equipment 9.00$ 1 Herc Rentals 39.00$ 1 Synergy Equipment 16.00$ 1 Synergy Equipment 18.00$ 1 Synergy Equipment 151.00$ 1 Synergy Equipment 51.00$ 1 Synergy Equipment 62.00$ 1 Synergy Equipment 330.00$ 1 Synergy Equipment 155.00$ 1 Synergy Equipment 21.00$ 1 Synergy Equipment 125.00$ 1 Synergy Equipment 61.00$ 1 Synergy Equipment 21.00$ 1 Herc Rentals 153.00$ 1 Synergy Equipment 61.00$ 1 Ring Power Corp - WCC 25.00$ 1 Ring Power Corp - WCC 189.00$ 1 Herc Rentals 60.00$ 1 Ring Power Corp - WCC 16.00$ 1 Ring Power Corp - WCC 97.00$ 1 Ring Power Corp - WCC 39.00$ 1 Ring Power Corp - WCC 29.00$ 1 Herc Rentals 180.00$ 1 Herc Rentals 60.00$ 1 Ring Power Corp - WCC 16.00$ 1 Ring Power Corp - WCC 97.00$ 1 Ring Power Corp - WCC 40.00$ 1 Ring Power Corp - WCC 25.00$ 1 Ring Power Corp - WCC 193.00$ 1 Ring Power Corp - WCC 59.00$ 1 Ring Power Corp - WCC 25.00$ 1 Ring Power Corp - WCC 193.00$ 1 Ring Power Corp - WCC 59.00$ 1 Sunbelt Rentals Inc 13.00$ 1 Sunbelt Rentals Inc 41.00$ 1 Sunbelt Rentals Inc 21.00$ 1 Sunbelt Rentals Inc 56.00$ 1 Sunbelt Rentals Inc 382.00$ 1 Sunbelt Rentals Inc 144.00$ 1 Sunbelt Rentals Inc 112.00$ 1 Sunbelt Rentals Inc 665.00$ 1 Sunbelt Rentals Inc 222.00$ 1 Sunbelt Rentals Inc 49.00$ 1 Sunbelt Rentals Inc 384.00$ 1 Sunbelt Rentals Inc 138.00$ 1 Sunbelt Rentals Inc 107.00$ 1 Sunbelt Rentals Inc 733.00$ 1 Sunbelt Rentals Inc 266.00$ 1 Herc Rentals 90.00$ 1 Synergy Equipment 36.00$ 1 Synergy Equipment 30.00$ 1 Synergy Equipment 163.00$ 1 Synergy Equipment 70.00$ 1 Synergy Equipment 76.00$ 1 Synergy Equipment 388.00$ 1 Synergy Equipment 159.00$ 1 Herc Rentals 120.00$ 1 Synergy Equipment 1,039.00$ 1 Synergy Equipment 373.00$ 1 Synergy Equipment 190.00$ 1 Synergy Equipment 1,702.00$ 1 Synergy Equipment 568.00$ 1 Synergy Equipment 114.00$ 1 Synergy Equipment 1,032.00$ 1 Synergy Equipment 363.00$ 1 Synergy Equipment 60.00$ 1 Synergy Equipment 386.00$ 1 Synergy Equipment 144.00$ 1 Synergy Equipment 60.00$ 1 Synergy Equipment 386.00$ 1 Synergy Equipment 144.00$ 1 Synergy Equipment 52.00$ 1 Synergy Equipment 237.00$ 1 Synergy Equipment 105.00$ 1 Synergy Equipment 52.00$ 1 Synergy Equipment 237.00$ 1 Synergy Equipment 105.00$ 1 Synergy Equipment 52.00$ 1 Synergy Equipment 237.00$ 1 Synergy Equipment 105.00$ 1 Synergy Equipment 60.00$ 1 Synergy Equipment 386.00$ 1 Synergy Equipment 144.00$ 1 H&E Equipment Services Inc 73.00$ 1 H&E Equipment Services Inc 38.00$ 1 H&E Equipment Services Inc 73.00$ 1 H&E Equipment Services Inc 38.00$ 1 Synergy Equipment 31.00$ 1 Synergy Equipment 276.00$ 1 Synergy Equipment 101.00$ 1 Synergy Equipment 31.00$ 1 Synergy Equipment 276.00$ 1 Synergy Equipment 101.00$ 1 Synergy Equipment 86.00$ 1 Herc Rentals 720.00$ 1 Herc Rentals 240.00$ 1 Synergy Equipment 86.00$ 1 Herc Rentals 720.00$ 1 Herc Rentals 240.00$ 1 Synergy Equipment 58.00$ 1 Herc Rentals 378.00$ 1 Synergy Equipment 143.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 226.00$ 1 Herc Rentals 75.00$ 1 Ring Power Corp - WCC 43.00$ 1 Ring Power Corp - WCC 262.00$ 1 Ring Power Corp - WCC 126.00$ 1 Ring Power Corp - WCC 650.25$ 1 Ring Power Corp - WCC 324.00$ 1 Ring Power Corp - WCC 996.50$ 1 Ring Power Corp - WCC 2,650.00$ 1 Ring Power Corp - WCC 1,500.00$ 1 Ring Power Corp - WCC 1,446.50$ 1 Ring Power Corp - WCC 3,938.00$ 1 Ring Power Corp - WCC 2,168.50$ 1 Ring Power Corp - WCC 619.25$ 1 Ring Power Corp - WCC 1,638.50$ 1 Ring Power Corp - WCC 965.50$ 1 Herc Rentals 328.00$ 1 Synergy Equipment 1,325.00$ 1 Synergy Equipment 651.00$ 1 Alta Construction Equipment Florida 696.00$ 1 Herc Rentals 4,410.00$ 1 Alta Construction Equipment Florida 2,091.00$ 1 H&E Equipment Services Inc 86.00$ 1 H&E Equipment Services Inc 606.00$ 1 H&E Equipment Services Inc 286.00$ 1 Sunbelt Rentals Inc 96.00$ 1 Sunbelt Rentals Inc 676.00$ 1 Sunbelt Rentals Inc 316.00$ 1 H&E Equipment Services Inc 108.00$ 1 H&E Equipment Services Inc 697.00$ 1 H&E Equipment Services Inc 337.00$ 1 A Coastal Equipment & Party Rental 134.40$ 1 Sunbelt Rentals Inc 511.00$ 1 Sunbelt Rentals Inc 3,101.00$ 1 Sunbelt Rentals Inc 1,286.00$ 1 Sunbelt Rentals Inc 3,101.00$ 1 Sunbelt Rentals Inc 1,286.00$ 1 A Coastal Equipment & Party Rental 69.00$ 1 Herc Rentals 185.00$ 1 Herc Rentals 185.00$ 1 Ring Power Corp - WCC 950.00$ 1 Ring Power Corp - WCC 950.00$ 1 Ring Power Corp - WCC 410.00$ 1 Ring Power Corp - WCC 410.00$ 1 Ring Power Corp - WCC 243.00$ 1 Ring Power Corp - WCC 243.00$ 1 Ring Power Corp - WCC 1,100.00$ 1 Ring Power Corp - WCC 1,100.00$ 1 Ring Power Corp - WCC 546.00$ 1 Ring Power Corp - WCC 546.00$ 1 Ring Power Corp - WCC 910.00$ 1 Ring Power Corp - WCC 350.00$ 1 Herc Rentals 134.00$ 1 Herc Rentals 479.85$ 1 Herc Rentals 2,998.80$ 1 Herc Rentals 1,195.95$ 1 Synergy Equipment 3,332.70$ 1 Synergy Equipment 1,383.90$ 1 Herc Rentals 450.00$ 1 Herc Rentals 2,450.00$ 1 Herc Rentals 950.00$ 1 Herc Rentals 425.00$ 1 Herc Rentals 2,500.00$ 1 Herc Rentals 1,200.00$ 1 Herc Rentals 577.00$ 1 Sunbelt Rentals Inc 3,801.00$ 1 Sunbelt Rentals Inc 1,476.00$ 1 Herc Rentals 525.00$ 1 Sunbelt Rentals Inc 3,801.00$ 1 Sunbelt Rentals Inc 1,476.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 515.00$ 1 Herc Rentals 285.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Ring Power Corp - WCC 146.00$ 1 Ring Power Corp - WCC 826.00$ 1 Ring Power Corp - WCC 406.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Ring Power Corp - WCC 51.00$ 1 Ring Power Corp - WCC 336.00$ 1 Ring Power Corp - WCC 115.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Ring Power Corp - WCC 51.00$ 1 Ring Power Corp - WCC 336.00$ 1 Ring Power Corp - WCC 115.00$ 1 Ring Power Corp - WCC 51.00$ 1 Ring Power Corp - WCC 336.00$ 1 Ring Power Corp - WCC 115.00$ 1 H&E Equipment Services Inc 565.00$ 1 H&E Equipment Services Inc 3,113.00$ 1 H&E Equipment Services Inc 1,344.00$ 1 Ring Power Corp - WCC 366.00$ 1 Herc Rentals 2,553.00$ 1 Herc Rentals 1,063.00$ 1 Synergy Equipment 796.00$ 1 Herc Rentals 5,784.00$ 1 Synergy Equipment 2,126.00$ 1 H&E Equipment Services Inc 1,151.00$ 1 H&E Equipment Services Inc 7,101.00$ 1 H&E Equipment Services Inc 2,946.00$ 1 Herc Rentals 1,200.00$ 1 Herc Rentals 9,700.00$ 1 Herc Rentals 3,800.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 66.00$ 1 Alta Construction Equipment Florida 441.00$ 1 Alta Construction Equipment Florida 161.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 44.00$ 1 Alta Construction Equipment Florida 301.00$ 1 Alta Construction Equipment Florida 105.00$ 1 Alta Construction Equipment Florida 66.00$ 1 Alta Construction Equipment Florida 441.00$ 1 Alta Construction Equipment Florida 161.00$ 1 Alta Construction Equipment Florida 85.00$ 1 Alta Construction Equipment Florida 515.00$ 1 Alta Construction Equipment Florida 196.00$ 1 Alta Construction Equipment Florida 85.00$ 1 Alta Construction Equipment Florida 515.00$ 1 Alta Construction Equipment Florida 196.00$ 1 Alta Construction Equipment Florida 85.00$ 1 Alta Construction Equipment Florida 515.00$ 1 Alta Construction Equipment Florida 196.00$ 1 Alta Construction Equipment Florida 61.00$ 1 Alta Construction Equipment Florida 371.00$ 1 Alta Construction Equipment Florida 136.00$ 1 Alta Construction Equipment Florida 61.00$ 1 Alta Construction Equipment Florida 371.00$ 1 Alta Construction Equipment Florida 136.00$ 1 Alta Construction Equipment Florida 61.00$ 1 Alta Construction Equipment Florida 371.00$ 1 Alta Construction Equipment Florida 136.00$ 1 Alta Construction Equipment Florida 61.00$ 1 Alta Construction Equipment Florida 371.00$ 1 Alta Construction Equipment Florida 136.00$ 1 Synergy Equipment 281.00$ 1 Synergy Equipment 1,416.00$ 1 Synergy Equipment 746.00$ 1 Herc Rentals 10,400.00$ 1 Ring Power Corp - WCC 11,601.00$ 1 Herc Rentals 10,400.00$ 1 H&E Equipment Services Inc 379.00$ 1 H&E Equipment Services Inc 153.00$ 1 Synergy Equipment 165.00$ 1 Ring Power Corp - WCC 668.00$ 1 Ring Power Corp - WCC 338.00$ 1 Herc Rentals 2,600.00$ 1 Herc Rentals 2,600.00$ 1 Herc Rentals 2,600.00$ 1 H&E Equipment Services Inc 1,826.00$ 1 H&E Equipment Services Inc 806.00$ 1 H&E Equipment Services Inc 271.00$ 1 H&E Equipment Services Inc 1,826.00$ 1 H&E Equipment Services Inc 806.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 100.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 200.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Sunbelt Rentals Inc 1,726.00$ 1 Sunbelt Rentals Inc 836.00$ 1 Herc Rentals 300.00$ 1 Herc Rentals 1,775.00$ 1 Ring Power Corp - WCC 610.00$ 1 Herc Rentals 1,775.00$ 1 Ring Power Corp - WCC 610.00$ 1 Herc Rentals 490.00$ 1 Herc Rentals 3,090.00$ 1 Herc Rentals 1,210.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 450.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 450.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 450.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 450.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 350.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 350.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 95.00$ 1 Herc Rentals 350.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 325.00$ 1 Herc Rentals 1,680.00$ 1 Herc Rentals 765.00$ 1 Synergy Equipment 96.00$ 1 Synergy Equipment 606.00$ 1 Synergy Equipment 267.00$ 1 Herc Rentals 165.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 660.00$ 1 Herc Rentals 4,065.00$ 1 Herc Rentals 1,870.00$ 1 Herc Rentals 360.00$ 1 Herc Rentals 1,920.00$ 1 Herc Rentals 740.00$ 1 Herc Rentals 360.00$ 1 Herc Rentals 1,920.00$ 1 Herc Rentals 740.00$ 1 Herc Rentals 2,740.00$ 1 Herc Rentals 1,365.00$ 1 Herc Rentals 525.00$ 1 Herc Rentals 2,740.00$ 1 Herc Rentals 1,365.00$ 1 Herc Rentals 525.00$ 1 Herc Rentals 2,740.00$ 1 Herc Rentals 1,365.00$ 1 Herc Rentals 525.00$ 1 Herc Rentals 2,740.00$ 1 Herc Rentals 1,365.00$ 1 Herc Rentals 359.00$ 1 Herc Rentals 1,918.00$ 1 Herc Rentals 945.00$ 1 Sunbelt Rentals Inc 110.00$ 1 Sunbelt Rentals Inc 1,300.00$ 1 Sunbelt Rentals Inc 590.00$ 1 Sunbelt Rentals Inc 75.00$ 1 Sunbelt Rentals Inc 639.00$ 1 Herc Rentals 262.00$ 1 Sunbelt Rentals Inc 231.00$ 1 Herc Rentals 1,249.00$ 1 Sunbelt Rentals Inc 651.00$ 1 Sunbelt Rentals Inc 166.00$ 1 Herc Rentals 1,271.00$ 1 Sunbelt Rentals Inc 451.00$ 1 Herc Rentals 219.00$ 1 Herc Rentals 1,249.00$ 1 Herc Rentals 637.00$ 1 Sunbelt Rentals Inc 115.00$ 1 Sunbelt Rentals Inc 656.00$ 1 Sunbelt Rentals Inc 296.00$ 1 Sunbelt Rentals Inc 126.00$ 1 Sunbelt Rentals Inc 911.00$ 1 Sunbelt Rentals Inc 381.00$ 1 H&E Equipment Services Inc 252.00$ 1 H&E Equipment Services Inc 1,485.00$ 1 Ring Power Corp - WCC 545.00$ 1 H&E Equipment Services Inc 279.00$ 1 H&E Equipment Services Inc 1,503.00$ 1 Ring Power Corp - WCC 456.00$ 1 Ring Power Corp - WCC 3,296.00$ 1 Ring Power Corp - WCC 1,211.00$ 1 Sunbelt Rentals Inc 191.00$ 1 Sunbelt Rentals Inc 1,031.00$ 1 Sunbelt Rentals Inc 461.00$ 1 Ring Power Corp - WCC 221.00$ 1 Ring Power Corp - WCC 1,136.00$ 1 Ring Power Corp - WCC 486.00$ 1 Ring Power Corp - WCC 3,691.00$ 1 Ring Power Corp - WCC 27,041.00$ 1 Ring Power Corp - WCC 10,711.00$ 1 Ring Power Corp - WCC 216.00$ 1 Ring Power Corp - WCC 1,341.00$ 1 Ring Power Corp - WCC 621.00$ 1 Ring Power Corp - WCC 681.00$ 1 Ring Power Corp - WCC 4,001.00$ 1 Ring Power Corp - WCC 1,811.00$ 1 Ring Power Corp - WCC 286.00$ 1 Ring Power Corp - WCC 1,541.00$ 1 Ring Power Corp - WCC 656.00$ 1 Ring Power Corp - WCC 1,032.00$ 1 Ring Power Corp - WCC 6,301.00$ 1 Ring Power Corp - WCC 2,176.00$ 1 Ring Power Corp - WCC 1,032.00$ 1 Ring Power Corp - WCC 6,301.00$ 1 Ring Power Corp - WCC 2,427.00$ 1 Ring Power Corp - WCC 1,046.00$ 1 Ring Power Corp - WCC 6,400.00$ 1 Ring Power Corp - WCC 2,731.00$ 1 Sunbelt Rentals Inc 6,301.00$ 1 Ring Power Corp - WCC 2,392.00$ 1 Ring Power Corp - WCC 17,001.00$ 1 Ring Power Corp - WCC 6,301.00$ 1 Ring Power Corp - WCC 2,501.00$ 1 Ring Power Corp - WCC 18,901.00$ 1 Ring Power Corp - WCC 6,901.00$ 1 Ring Power Corp - WCC 456.00$ 1 Ring Power Corp - WCC 3,296.00$ 1 Ring Power Corp - WCC 1,211.00$ 1 Ring Power Corp - WCC 191.00$ 1 Ring Power Corp - WCC 1,031.00$ 1 Ring Power Corp - WCC 461.00$ 1 Ring Power Corp - WCC 91.00$ 1 Herc Rentals 780.00$ 1 Herc Rentals 260.00$ 1 Ring Power Corp - WCC 171.00$ 1 Herc Rentals 980.00$ 1 Ring Power Corp - WCC 471.00$ 1 Ring Power Corp - WCC 161.00$ 1 Herc Rentals 975.00$ 1 Ring Power Corp - WCC 456.00$ 1 Herc Rentals 111.00$ 1 Herc Rentals 1,000.00$ 1 Herc Rentals 333.00$ 1 Herc Rentals 111.00$ 1 Herc Rentals 1,000.00$ 1 Herc Rentals 333.00$ 1 Herc Rentals 133.00$ 1 Herc Rentals 1,200.00$ 1 Herc Rentals 400.00$ 1 Ring Power Corp - WCC 116.00$ 1 Ring Power Corp - WCC 979.00$ 1 Ring Power Corp - WCC 361.00$ 1 Ring Power Corp - WCC 91.00$ 1 Ring Power Corp - WCC 556.00$ 1 Ring Power Corp - WCC 256.00$ 1 Synergy Equipment 208.00$ 1 Synergy Equipment 220.00$ 1 Synergy Equipment 220.00$ 1 Synergy Equipment 280.00$ 1 Ring Power Corp - WCC 372.00$ 1 Synergy Equipment 527.00$ 1 Synergy Equipment 576.00$ 1 Herc Rentals 696.00$ 1 Synergy Equipment 1,842.00$ 1 Synergy Equipment 250.00$ 1 Synergy Equipment 250.00$ 1 Synergy Equipment 310.00$ 1 Synergy Equipment 310.00$ 1 Synergy Equipment 460.00$ 1 Synergy Equipment 691.00$ 1 Synergy Equipment 691.00$ 1 Synergy Equipment 270.00$ 1 Synergy Equipment 376.00$ 1 Synergy Equipment 624.00$ 1 Synergy Equipment 700.00$ 1 Synergy Equipment 700.00$ 1 Synergy Equipment 850.00$ 1 Ring Power Corp - WCC 1,114.00$ 1 Synergy Equipment 1,130.00$ 1 Synergy Equipment 1,791.00$ 1 Herc Rentals 2,087.00$ 1 Synergy Equipment 5,477.00$ 1 Synergy Equipment 775.00$ 1 Synergy Equipment 775.00$ 1 Synergy Equipment 925.00$ 1 Synergy Equipment 925.00$ 1 Synergy Equipment 1,160.00$ 1 Synergy Equipment 1,951.00$ 1 Synergy Equipment 1,951.00$ 1 Synergy Equipment 791.00$ 1 Synergy Equipment 1,081.00$ 1 Synergy Equipment 181.00$ 1 Sunbelt Rentals Inc 185.00$ 1 Ring Power Corp - WCC 875.00$ 1 Ring Power Corp - WCC 425.00$ 1 Ring Power Corp - WCC 280.00$ 1 Sunbelt Rentals Inc 1,700.00$ 1 Sunbelt Rentals Inc 650.00$ 1 Herc Rentals 691.00$ 1 H&E Equipment Services Inc 164.00$ 1 Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC 741.00$ 1 Herc Rentals 1,680.00$ 1 Herc Rentals 1,680.00$ 1 Sunbelt Rentals Inc 431.00$ 1 Ring Power Corp - WCC 771.00$ 1 Environmental Products Group/EP Rents LLC 1,801.00$ 1 Herc Rentals 5,250.00$ 1 Herc Rentals 5,250.00$ 1 Herc Rentals 1,450.00$ 1 Ring Power Corp - WCC 2,451.00$ 1 Environmental Products Group/EP Rents LLC 4,751.00$ 1 Ring Power Corp - WCC 2,036.00$ 1 H&E Equipment Services Inc 457.00$ 1 Herc Rentals 1,562.00$ 1 Herc Rentals 15,750.00$ 1 Herc Rentals 16,750.00$ 1 Sunbelt Rentals Inc 2,801.00$ 1 Ring Power Corp - WCC 5,451.00$ 1 Environmental Products Group/EP Rents LLC 18,001.00$ 1 Ring Power Corp - WCC 4,696.00$ 1 Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment 851.00$ 1 H&E Equipment Services Inc 1,163.00$ 1 Herc Rentals 3,862.00$ 1 Synergy Equipment 1,891.00$ 1 Synergy Equipment 1,800.00$ 1 Synergy Equipment 1,800.00$ 1 Synergy Equipment 2,200.00$ 1 Ring Power Corp - WCC 3,342.00$ 1 Synergy Equipment 2,938.00$ 1 Synergy Equipment 5,616.00$ 1 Herc Rentals 6,261.00$ 1 Synergy Equipment 14,879.00$ 1 Synergy Equipment 2,000.00$ 1 Synergy Equipment 2,000.00$ 1 Synergy Equipment 2,400.00$ 1 Synergy Equipment 2,400.00$ 1 Synergy Equipment 3,000.00$ 1 Herc Rentals 5,027.00$ 1 Herc Rentals 5,027.00$ 1 Herc Rentals 1,995.00$ 1 Synergy Equipment 2,901.00$ 1 Synergy Equipment 426.00$ 1 H&E Equipment Services IncHerc Rentals - Herc Rentals Synergy Equipment - H&E Equipment Services Inc Herc Rentals - H&E Equipment Services Inc Herc Rentals - H&E Equipment Services Inc Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - H&E Equipment Services Inc - H&E Equipment Services Inc - H&E Equipment Services Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Alta Construction Equipment Florida - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Environmental Products Group/EP Rents LLC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - - - Environmental Products Group/EP Rents LLC - - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Environmental Products Group/EP Rents LLC - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Environmental Products Group/EP Rents LLC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - - - Environmental Products Group/EP Rents LLC - - Environmental Products Group/EP Rents LLC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 2nd Lowest Bid Vendor(s) 3rd Lowest Bid Amount # of 3rd Lowest Vendors Synergy Equipment 86.00$ 2 Sunbelt Rentals Inc 275.00$ 2 A Coastal Equipment & Party Rental 375.00$ 2 Herc Rentals 475.00$ 2 H&E Equipment Services Inc 1,800.00$ 2 Alta Construction Equipment Florida H&E Equipment Services Inc 95.00$ 1 Alta Construction Equipment Florida H&E Equipment Services Inc 95.00$ 1 Alta Construction Equipment Florida H&E Equipment Services Inc 95.00$ 1 Alta Construction Equipment Florida H&E Equipment Services Inc 95.00$ 1 Ring Power Corp - WCC Sunbelt Rentals Inc 105.00$ 1 H&E Equipment Services Inc Synergy Equipment 275.00$ 1 H&E Equipment Services Inc Ring Power Corp - WCC 350.00$ 1 H&E Equipment Services Inc Linder Machinery 446.25$ 1 H&E Equipment Services Inc Linder Machinery 551.25$ 1 Alta Construction Equipment Florida H&E Equipment Services Inc 2,526.00$ 1 Alta Construction Equipment Florida Linder Machinery 9,300.00$ 1 H&E Equipment Services Inc 825.00$ 1 H&E Equipment Services Inc 1,420.00$ 1 Herc Rentals 1,803.00$ 1 Alta Construction Equipment Florida 4,726.00$ 1 Herc Rentals 10.00$ 1 Herc Rentals 15.00$ 1 Herc Rentals 15.00$ 1 Herc Rentals 20.00$ 1 Ring Power Corp - WCC 22.00$ 1 Ring Power Corp - WCC 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 Herc Rentals 25.00$ 1 H&E Equipment Services Inc 27.00$ 1 H&E Equipment Services Inc 31.00$ 1 Herc Rentals 40.00$ 1 H&E Equipment Services Inc 42.00$ 1 Herc Rentals 42.00$ 1 Herc Rentals 45.00$ 1 Herc Rentals 45.00$ 1 Herc Rentals 45.00$ 1 Ring Power Corp - WCC 46.00$ 1 Ring Power Corp - WCC 46.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Herc Rentals 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Herc Rentals 50.00$ 1 Alta Construction Equipment Florida 50.00$ 1 Ring Power Corp - WCC 58.00$ 1 Synergy Equipment 59.00$ 1 Ring Power Corp - WCC 63.00$ 1 Herc Rentals 65.00$ 1 H&E Equipment Services Inc 66.00$ 1 Synergy Equipment 66.00$ 1 Herc Rentals 69.00$ 1 Ring Power Corp - WCC 72.00$ 1 Herc Rentals 75.00$ 1 Herc Rentals 75.00$ 1 Ring Power Corp - WCC 75.00$ 1 A Coastal Equipment & Party Rental 75.00$ 1 H&E Equipment Services Inc 75.00$ 1 H&E Equipment Services Inc 75.00$ 1 H&E Equipment Services Inc 75.00$ 1 H&E Equipment Services Inc 75.00$ 1 Herc Rentals 78.00$ 1 Synergy Equipment 82.00$ 1 Ring Power Corp - WCC 82.00$ 1 Herc Rentals 85.00$ 1 Sunbelt Rentals Inc 86.00$ 1 Herc Rentals 95.00$ 1 Alta Construction Equipment Florida 95.00$ 1 Alta Construction Equipment Florida 95.00$ 1 Alta Construction Equipment Florida 95.00$ 1 Alta Construction Equipment Florida 95.00$ 1 Herc Rentals 95.00$ 1 Sunbelt Rentals Inc 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Herc Rentals 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Alta Construction Equipment Florida 100.00$ 1 Herc Rentals 100.00$ 1 Herc Rentals 100.00$ 1 H&E Equipment Services Inc 100.00$ 1 Herc Rentals 100.00$ 1 H&E Equipment Services Inc 101.00$ 1 H&E Equipment Services Inc 101.00$ 1 H&E Equipment Services Inc 101.00$ 1 Herc Rentals 105.00$ 1 Herc Rentals 109.00$ 1 Synergy Equipment 113.00$ 1 Ring Power Corp - WCC 114.00$ 1 Alta Construction Equipment Florida 115.00$ 1 Herc Rentals 120.00$ 1 H&E Equipment Services Inc 120.00$ 1 Herc Rentals 120.00$ 1 Alta Construction Equipment Florida 120.00$ 1 Synergy Equipment 121.00$ 1 Synergy Equipment 121.00$ 1 Ring Power Corp - WCC 125.00$ 1 Synergy Equipment 126.00$ 1 Herc Rentals 130.00$ 1 H&E Equipment Services Inc 131.00$ 1 Synergy Equipment 131.00$ 1 H&E Equipment Services Inc 133.00$ 1 H&E Equipment Services Inc 136.00$ 1 H&E Equipment Services Inc 136.00$ 1 Sunbelt Rentals Inc 140.00$ 1 Ring Power Corp - WCC 142.00$ 1 Ring Power Corp - WCC 143.00$ 1 Sunbelt Rentals Inc 145.00$ 1 Herc Rentals 145.00$ 1 Herc Rentals 145.00$ 1 H&E Equipment Services Inc 148.00$ 1 Herc Rentals 149.00$ 1 Sunbelt Rentals Inc 150.00$ 1 Herc Rentals 150.00$ 1 Herc Rentals 150.00$ 1 Ring Power Corp - WCC 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 Synergy Equipment 150.00$ 1 Herc Rentals 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 150.00$ 1 H&E Equipment Services Inc 152.25$ 1 Synergy Equipment 157.00$ 1 A Coastal Equipment & Party Rental 161.50$ 1 H&E Equipment Services Inc 165.00$ 1 Synergy Equipment 165.00$ 1 Herc Rentals 168.00$ 1 Ring Power Corp - WCC 171.00$ 1 Synergy Equipment 175.00$ 1 Ring Power Corp - WCC 176.00$ 1 Herc Rentals 180.00$ 1 Synergy Equipment 182.00$ 1 H&E Equipment Services Inc 182.00$ 1 Ring Power Corp - WCC 185.00$ 1 H&E Equipment Services Inc 185.00$ 1 H&E Equipment Services Inc 185.00$ 1 Ring Power Corp - WCC 190.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 190.00$ 1 Alta Construction Equipment Florida 190.00$ 1 Alta Construction Equipment Florida 190.00$ 1 Alta Construction Equipment Florida 190.00$ 1 Alta Construction Equipment Florida 190.00$ 1 Herc Rentals 190.00$ 1 Herc Rentals 195.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Herc Rentals 200.00$ 1 Ring Power Corp - WCC 201.00$ 1 Herc Rentals 225.00$ 1 Ring Power Corp - WCC 225.00$ 1 Sunbelt Rentals Inc 225.00$ 1 Ring Power Corp - WCC 226.00$ 1 Ring Power Corp - WCC 226.00$ 1 Ring Power Corp - WCC 226.00$ 1 H&E Equipment Services Inc 226.00$ 1 Ring Power Corp - WCC 230.00$ 1 Ring Power Corp - WCC 230.00$ 1 H&E Equipment Services Inc 230.00$ 1 Herc Rentals 235.00$ 1 H&E Equipment Services Inc 238.00$ 1 Herc Rentals 239.00$ 1 Synergy Equipment 247.00$ 1 H&E Equipment Services Inc 250.00$ 1 Herc Rentals 250.00$ 1 H&E Equipment Services Inc 251.00$ 1 H&E Equipment Services Inc 254.00$ 1 H&E Equipment Services Inc 257.00$ 1 H&E Equipment Services Inc 259.00$ 1 H&E Equipment Services Inc 262.00$ 1 H&E Equipment Services Inc 262.50$ 1 H&E Equipment Services Inc 271.00$ 1 Sunbelt Rentals Inc 275.00$ 1 Herc Rentals 275.00$ 1 Synergy Equipment 276.00$ 1 Herc Rentals 281.00$ 1 H&E Equipment Services Inc 285.00$ 1 Herc Rentals 288.00$ 1 Sunbelt Rentals Inc 288.00$ 1 Ring Power Corp - WCC 294.00$ 1 Ring Power Corp - WCC 298.00$ 1 Herc Rentals 299.25$ 1 Herc Rentals 299.25$ 1 Synergy Equipment 300.00$ 1 Sunbelt Rentals Inc 300.00$ 1 Ring Power Corp - WCC 300.00$ 1 Herc Rentals 300.00$ 1 Herc Rentals 300.00$ 1 Herc Rentals 305.00$ 1 Ring Power Corp - WCC 308.00$ 1 Sunbelt Rentals Inc 311.00$ 1 Synergy Equipment 311.00$ 1 Synergy Equipment 315.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 315.00$ 1 Herc Rentals 315.00$ 1 Synergy Equipment 315.00$ 1 Herc Rentals 320.00$ 1 H&E Equipment Services Inc 320.00$ 1 Ring Power Corp - WCC 328.00$ 1 Herc Rentals 333.90$ 1 Ring Power Corp - WCC 336.00$ 1 Ring Power Corp - WCC 338.00$ 1 Ring Power Corp - WCC 338.00$ 1 Herc Rentals 338.00$ 1 Synergy Equipment 340.00$ 1 Sunbelt Rentals Inc 340.00$ 1 Sunbelt Rentals Inc 341.00$ 1 Alta Construction Equipment Florida 341.25$ 1 H&E Equipment Services Inc 346.00$ 1 H&E Equipment Services Inc 349.00$ 1 Herc Rentals 350.00$ 1 H&E Equipment Services Inc 350.00$ 1 H&E Equipment Services Inc 350.00$ 1 Ring Power Corp - WCC 350.00$ 1 Sunbelt Rentals Inc 350.00$ 1 Alta Construction Equipment Florida 350.00$ 1 Synergy Equipment 355.00$ 1 H&E Equipment Services Inc 356.00$ 1 Synergy Equipment 357.00$ 1 Synergy Equipment 357.00$ 1 Sunbelt Rentals Inc 358.00$ 1 Synergy Equipment 360.00$ 1 Alta Construction Equipment Florida 360.00$ 1 H&E Equipment Services Inc 366.00$ 1 Herc Rentals 367.00$ 1 Herc Rentals 368.00$ 1 Herc Rentals 370.00$ 1 Sunbelt Rentals Inc 371.00$ 1 Synergy Equipment 372.00$ 1 Herc Rentals 375.00$ 1 Herc Rentals 375.00$ 1 Herc Rentals 375.00$ 1 H&E Equipment Services Inc 381.00$ 1 Sunbelt Rentals Inc 382.00$ 1 Ring Power Corp - WCC 385.00$ 1 Synergy Equipment 391.00$ 1 Herc Rentals 395.00$ 1 Herc Rentals 405.00$ 1 Herc Rentals 405.00$ 1 H&E Equipment Services Inc 406.00$ 1 Ring Power Corp - WCC 412.00$ 1 Ring Power Corp - WCC 413.00$ 1 Synergy Equipment 414.00$ 1 Synergy Equipment 414.00$ 1 Herc Rentals 414.00$ 1 Synergy Equipment 416.00$ 1 H&E Equipment Services Inc 420.00$ 1 Herc Rentals 423.00$ 1 Herc Rentals 425.00$ 1 Herc Rentals 425.00$ 1 H&E Equipment Services Inc 426.00$ 1 Sunbelt Rentals Inc 426.00$ 1 Synergy Equipment 431.00$ 1 Synergy Equipment 431.00$ 1 Synergy Equipment 436.00$ 1 Herc Rentals 439.00$ 1 Herc Rentals 439.00$ 1 Herc Rentals 440.00$ 1 H&E Equipment Services Inc 440.00$ 1 H&E Equipment Services Inc 440.00$ 1 Herc Rentals 450.00$ 1 Sunbelt Rentals Inc 450.00$ 1 Herc Rentals 450.00$ 1 Alta Construction Equipment Florida 450.00$ 1 Alta Construction Equipment Florida 450.00$ 1 Alta Construction Equipment Florida 450.00$ 1 Sunbelt Rentals Inc 451.00$ 1 Ring Power Corp - WCC 456.00$ 1 Herc Rentals 460.00$ 1 Herc Rentals 460.00$ 1 Ring Power Corp - WCC 460.00$ 1 Herc Rentals 461.00$ 1 Synergy Equipment 461.00$ 1 Herc Rentals 475.00$ 1 Synergy Equipment 477.00$ 1 Synergy Equipment 477.00$ 1 Synergy Equipment 477.00$ 1 Herc Rentals 477.75$ 1 Herc Rentals 490.00$ 1 Herc Rentals 490.00$ 1 Ring Power Corp - WCC 494.00$ 1 H&E Equipment Services Inc 496.00$ 1 Linder Machinery 500.00$ 1 Sunbelt Rentals Inc 511.00$ 1 Sunbelt Rentals Inc 511.00$ 1 Herc Rentals 515.00$ 1 Ring Power Corp - WCC 515.00$ 1 Ring Power Corp - WCC 523.00$ 1 Synergy Equipment 524.00$ 1 Ring Power Corp - WCC 525.00$ 1 Ring Power Corp - WCC 525.00$ 1 Linder Machinery 525.00$ 1 A Coastal Equipment & Party Rental 525.00$ 1 Ring Power Corp - WCC 526.00$ 1 A Coastal Equipment & Party Rental 528.15$ 1 Ring Power Corp - WCC 531.00$ 1 Ring Power Corp - WCC 531.00$ 1 Herc Rentals 550.00$ 1 Synergy Equipment 561.00$ 1 Synergy Equipment 561.00$ 1 Herc Rentals 575.00$ 1 Herc Rentals 577.00$ 1 H&E Equipment Services Inc 580.00$ 1 H&E Equipment Services Inc 581.00$ 1 Linder Machinery 582.00$ 1 Alta Construction Equipment Florida 582.00$ 1 H&E Equipment Services Inc 582.00$ 1 Sunbelt Rentals Inc 600.00$ 1 Ring Power Corp - WCC 601.00$ 1 Ring Power Corp - WCC 601.00$ 1 Sunbelt Rentals Inc 628.00$ 1 H&E Equipment Services Inc 630.00$ 1 Herc Rentals 630.00$ 1 Herc Rentals 630.00$ 1 H&E Equipment Services Inc 630.00$ 1 Sunbelt Rentals Inc 631.00$ 1 Sunbelt Rentals Inc 639.00$ 1 Sunbelt Rentals Inc 641.00$ 1 Sunbelt Rentals Inc 641.00$ 1 Herc Rentals 660.00$ 1 Herc Rentals 660.00$ 1 Ring Power Corp - WCC 668.00$ 1 Ring Power Corp - WCC 668.00$ 1 Ring Power Corp - WCC 668.00$ 1 Alta Construction Equipment Florida 670.00$ 1 Herc Rentals 675.00$ 1 Sunbelt Rentals Inc 681.00$ 1 Herc Rentals 684.00$ 1 H&E Equipment Services Inc 700.00$ 1 H&E Equipment Services Inc 700.00$ 1 Linder Machinery 700.00$ 1 H&E Equipment Services Inc 701.00$ 1 H&E Equipment Services Inc 701.00$ 1 Herc Rentals 710.00$ 1 H&E Equipment Services Inc 719.00$ 1 Sunbelt Rentals Inc 721.00$ 1 Sunbelt Rentals Inc 721.00$ 1 Sunbelt Rentals Inc 725.00$ 1 Herc Rentals 730.00$ 1 Herc Rentals 730.00$ 1 Sunbelt Rentals Inc 731.00$ 1 Herc Rentals 735.00$ 1 Synergy Equipment 740.00$ 1 Herc Rentals 741.00$ 1 Synergy Equipment 744.00$ 1 Herc Rentals 745.00$ 1 H&E Equipment Services Inc 750.00$ 1 Synergy Equipment 761.00$ 1 Herc Rentals 765.00$ 1 H&E Equipment Services Inc 780.00$ 1 Sunbelt Rentals Inc 780.00$ 1 Synergy Equipment 787.50$ 1 H&E Equipment Services Inc 792.00$ 1 H&E Equipment Services Inc 792.00$ 1 H&E Equipment Services Inc 795.00$ 1 Synergy Equipment 796.00$ 1 Sunbelt Rentals Inc 800.00$ 1 Linder Machinery 801.00$ 1 Synergy Equipment 808.00$ 1 Herc Rentals 812.00$ 1 Sunbelt Rentals Inc 816.00$ 1 Ring Power Corp - WCC 825.00$ 1 Ring Power Corp - WCC 825.00$ 1 Ring Power Corp - WCC 840.00$ 1 Synergy Equipment 846.00$ 1 Linder Machinery 847.00$ 1 Herc Rentals 850.00$ 1 H&E Equipment Services Inc 851.00$ 1 Herc Rentals 858.00$ 1 Sunbelt Rentals Inc 860.00$ 1 Herc Rentals 869.00$ 1 Herc Rentals 870.00$ 1 Sunbelt Rentals Inc 875.00$ 1 Herc Rentals 875.00$ 1 Herc Rentals 880.00$ 1 Herc Rentals 880.00$ 1 Herc Rentals 880.00$ 1 Alta Construction Equipment Florida 891.45$ 1 H&E Equipment Services Inc 900.00$ 1 Herc Rentals 900.00$ 1 Alta Construction Equipment Florida 900.00$ 1 Herc Rentals 900.00$ 1 Herc Rentals 900.00$ 1 Herc Rentals 900.00$ 1 Herc Rentals 900.00$ 1 Sunbelt Rentals Inc 910.00$ 1 Sunbelt Rentals Inc 910.00$ 1 Ring Power Corp - WCC 910.00$ 1 H&E Equipment Services Inc 916.00$ 1 Sunbelt Rentals Inc 925.00$ 1 Sunbelt Rentals Inc 926.00$ 1 Ring Power Corp - WCC 939.00$ 1 Synergy Equipment 945.00$ 1 Synergy Equipment 950.00$ 1 Synergy Equipment 966.00$ 1 H&E Equipment Services Inc 966.00$ 1 Herc Rentals 975.00$ 1 Ring Power Corp - WCC 991.00$ 1 H&E Equipment Services Inc 991.00$ 1 Linder Machinery 993.00$ 1 Alta Construction Equipment Florida 995.00$ 1 Ring Power Corp - WCC 995.00$ 1 Linder Machinery 995.00$ 1 Herc Rentals 1,000.00$ 1 Herc Rentals 1,000.00$ 1 Herc Rentals 1,001.70$ 1 Synergy Equipment 1,011.00$ 1 Herc Rentals 1,020.00$ 1 Ring Power Corp - WCC 1,030.00$ 1 Sunbelt Rentals Inc 1,032.00$ 1 Sunbelt Rentals Inc 1,032.00$ 1 Synergy Equipment 1,034.00$ 1 Synergy Equipment 1,041.00$ 1 Herc Rentals 1,044.00$ 1 Herc Rentals 1,050.00$ 1 Herc Rentals 1,050.00$ 1 Herc Rentals 1,050.00$ 1 Sunbelt Rentals Inc 1,052.00$ 1 Sunbelt Rentals Inc 1,052.00$ 1 Sunbelt Rentals Inc 1,053.00$ 1 Herc Rentals 1,068.00$ 1 Synergy Equipment 1,082.00$ 1 Herc Rentals 1,100.00$ 1 Sunbelt Rentals Inc 1,114.00$ 1 Ring Power Corp - WCC 1,131.00$ 1 Sunbelt Rentals Inc 1,148.00$ 1 Synergy Equipment 1,150.00$ 1 Herc Rentals 1,155.00$ 1 H&E Equipment Services Inc 1,157.00$ 1 Ring Power Corp - WCC 1,160.00$ 1 H&E Equipment Services Inc 1,161.00$ 1 Herc Rentals 1,175.00$ 1 Herc Rentals 1,175.00$ 1 H&E Equipment Services Inc 1,178.00$ 1 Ring Power Corp - WCC 1,201.00$ 1 Ring Power Corp - WCC 1,201.00$ 1 Alta Construction Equipment Florida 1,207.50$ 1 H&E Equipment Services Inc 1,216.00$ 1 Ring Power Corp - WCC 1,251.00$ 1 Linder Machinery 1,251.00$ 1 Ring Power Corp - WCC 1,260.00$ 1 Synergy Equipment 1,275.00$ 1 Ring Power Corp - WCC 1,300.00$ 1 Alta Construction Equipment Florida 1,300.00$ 1 Herc Rentals 1,300.00$ 1 Sunbelt Rentals Inc 1,301.00$ 1 Herc Rentals 1,312.00$ 1 Synergy Equipment 1,316.00$ 1 Synergy Equipment 1,316.00$ 1 Herc Rentals 1,330.00$ 1 Ring Power Corp - WCC 1,350.00$ 1 Ring Power Corp - WCC 1,361.00$ 1 Ring Power Corp - WCC 1,361.00$ 1 Ring Power Corp - WCC 1,365.00$ 1 Alta Construction Equipment Florida 1,396.00$ 1 Ring Power Corp - WCC 1,400.00$ 1 Ring Power Corp - WCC 1,425.00$ 1 Ring Power Corp - WCC 1,425.00$ 1 Herc Rentals 1,450.00$ 1 Alta Construction Equipment Florida 1,470.00$ 1 Synergy Equipment 1,486.00$ 1 Herc Rentals 1,500.00$ 1 Herc Rentals 1,500.00$ 1 Herc Rentals 1,500.00$ 1 H&E Equipment Services Inc 1,500.00$ 1 Herc Rentals 1,516.00$ 1 H&E Equipment Services Inc 1,522.00$ 1 Herc Rentals 1,522.00$ 1 Herc Rentals 1,522.50$ 1 Herc Rentals 1,550.00$ 1 Ring Power Corp - WCC 1,575.00$ 1 Herc Rentals 1,595.00$ 1 H&E Equipment Services Inc 1,600.00$ 1 Herc Rentals 1,615.00$ 1 Sunbelt Rentals Inc 1,622.00$ 1 Synergy Equipment 1,626.00$ 1 Synergy Equipment 1,631.00$ 1 Sunbelt Rentals Inc 1,651.00$ 1 Sunbelt Rentals Inc 1,651.00$ 1 Synergy Equipment 1,675.00$ 1 Synergy Equipment 1,675.00$ 1 Sunbelt Rentals Inc 1,675.00$ 1 Synergy Equipment 1,681.00$ 1 Synergy Equipment 1,681.00$ 1 Herc Rentals 1,725.00$ 1 Sunbelt Rentals Inc 1,750.00$ 1 H&E Equipment Services Inc 1,750.00$ 1 H&E Equipment Services Inc 1,752.00$ 1 Alta Construction Equipment Florida 1,771.00$ 1 H&E Equipment Services Inc 1,780.00$ 1 H&E Equipment Services Inc 1,800.00$ 1 Sunbelt Rentals Inc 1,801.00$ 1 Sunbelt Rentals Inc 1,806.00$ 1 Herc Rentals 1,830.00$ 1 Herc Rentals 1,837.00$ 1 Sunbelt Rentals Inc 1,851.00$ 1 Sunbelt Rentals Inc 1,851.00$ 1 Sunbelt Rentals Inc 1,867.00$ 1 Herc Rentals 1,870.00$ 1 Herc Rentals 1,915.00$ 1 Synergy Equipment 1,920.00$ 1 Sunbelt Rentals Inc 1,925.00$ 1 Ring Power Corp - WCC 1,950.00$ 1 H&E Equipment Services Inc 1,966.00$ 1 Sunbelt Rentals Inc 2,000.00$ 1 Herc Rentals 2,021.25$ 1 H&E Equipment Services Inc 2,060.00$ 1 H&E Equipment Services Inc 2,072.00$ 1 Alta Construction Equipment Florida 2,076.00$ 1 H&E Equipment Services Inc 2,089.00$ 1 Sunbelt Rentals Inc 2,100.00$ 1 Herc Rentals 2,100.00$ 1 Linder Machinery 2,100.00$ 1 Synergy Equipment 2,126.00$ 1 Herc Rentals 2,145.00$ 1 Herc Rentals 2,150.00$ 1 Herc Rentals 2,162.00$ 1 Alta Construction Equipment Florida 2,175.00$ 1 Sunbelt Rentals Inc 2,176.00$ 1 Herc Rentals 2,182.00$ 1 Sunbelt Rentals Inc 2,195.00$ 1 Synergy Equipment 2,206.00$ 1 Synergy Equipment 2,211.00$ 1 Synergy Equipment 2,211.00$ 1 Herc Rentals 2,230.00$ 1 Alta Construction Equipment Florida 2,246.00$ 1 H&E Equipment Services Inc 2,250.00$ 1 H&E Equipment Services Inc 2,250.00$ 1 Synergy Equipment 2,276.00$ 1 Synergy Equipment 2,276.00$ 1 Alta Construction Equipment Florida 2,300.00$ 1 Herc Rentals 2,300.00$ 1 Herc Rentals 2,310.00$ 1 Synergy Equipment 2,310.00$ 1 Herc Rentals 2,356.00$ 1 Herc Rentals 2,356.00$ 1 Herc Rentals 2,385.00$ 1 Sunbelt Rentals Inc 2,392.00$ 1 H&E Equipment Services Inc 2,396.00$ 1 Sunbelt Rentals Inc 2,400.00$ 1 Sunbelt Rentals Inc 2,427.00$ 1 Alta Construction Equipment Florida 2,450.00$ 1 Ring Power Corp - WCC 2,450.00$ 1 H&E Equipment Services Inc 2,491.00$ 1 Herc Rentals 2,497.00$ 1 Herc Rentals 2,500.00$ 1 Herc Rentals 2,500.00$ 1 Herc Rentals 2,500.00$ 1 Synergy Equipment 2,501.00$ 1 Herc Rentals 2,520.00$ 1 Linder Machinery 2,525.00$ 1 Linder Machinery 2,525.00$ 1 Herc Rentals 2,545.00$ 1 Sunbelt Rentals Inc 2,551.00$ 1 Herc Rentals 2,575.00$ 1 Linder Machinery 2,575.00$ 1 Alta Construction Equipment Florida 2,619.00$ 1 H&E Equipment Services Inc 2,651.00$ 1 Herc Rentals 2,661.00$ 1 Herc Rentals 2,661.00$ 1 Sunbelt Rentals Inc 2,675.00$ 1 H&E Equipment Services Inc 2,701.00$ 1 Sunbelt Rentals Inc 2,731.00$ 1 Synergy Equipment 2,801.00$ 1 Herc Rentals 2,845.00$ 1 Herc Rentals 2,845.00$ 1 Herc Rentals 2,845.00$ 1 Ring Power Corp - WCC 2,941.00$ 1 Synergy Equipment 2,996.00$ 1 Ring Power Corp - WCC 3,000.00$ 1 H&E Equipment Services Inc 3,039.00$ 1 Herc Rentals 3,039.75$ 1 Sunbelt Rentals Inc 3,100.00$ 1 Alta Construction Equipment Florida 3,100.00$ 1 Sunbelt Rentals Inc 3,101.00$ 1 Sunbelt Rentals Inc 3,200.00$ 1 Synergy Equipment 3,226.00$ 1 H&E Equipment Services Inc 3,240.00$ 1 H&E Equipment Services Inc 3,306.00$ 1 Alta Construction Equipment Florida 3,350.00$ 1 Herc Rentals 3,360.00$ 1 Linder Machinery 3,386.00$ 1 H&E Equipment Services Inc 3,415.00$ 1 Herc Rentals 3,500.00$ 1 Linder Machinery 3,596.00$ 1 Linder Machinery 3,596.00$ 1 Sunbelt Rentals Inc 3,651.00$ 1 H&E Equipment Services Inc 3,780.00$ 1 Alta Construction Equipment Florida 3,960.00$ 1 H&E Equipment Services Inc 3,968.00$ 1 Sunbelt Rentals Inc 3,975.00$ 1 Herc Rentals 4,000.00$ 1 Sunbelt Rentals Inc 4,001.00$ 1 Alta Construction Equipment Florida 4,046.00$ 1 Synergy Equipment 4,046.00$ 1 Synergy Equipment 4,065.00$ 1 Ring Power Corp - WCC 4,076.00$ 1 Herc Rentals 4,095.00$ 1 Sunbelt Rentals Inc 4,117.00$ 1 Herc Rentals 4,200.00$ 1 Herc Rentals 4,275.00$ 1 H&E Equipment Services Inc 4,685.00$ 1 Sunbelt Rentals Inc 4,741.00$ 1 Sunbelt Rentals Inc 4,741.00$ 1 Herc Rentals 4,925.00$ 1 Synergy Equipment 4,996.00$ 1 Synergy Equipment 4,996.00$ 1 H&E Equipment Services Inc 5,048.00$ 1 Synergy Equipment 5,251.00$ 1 H&E Equipment Services Inc 5,252.00$ 1 H&E Equipment Services Inc 5,312.00$ 1 Synergy Equipment 5,400.00$ 1 Linder Machinery 5,400.00$ 1 Synergy Equipment 5,600.00$ 1 Synergy Equipment 5,600.00$ 1 Synergy Equipment 5,600.00$ 1 Herc Rentals 5,784.00$ 1 Sunbelt Rentals Inc 6,301.00$ 1 Sunbelt Rentals Inc 6,301.00$ 1 H&E Equipment Services Inc 6,350.00$ 1 H&E Equipment Services Inc 6,350.00$ 1 Linder Machinery 6,400.00$ 1 Sunbelt Rentals Inc 6,400.00$ 1 Alta Construction Equipment Florida 6,411.00$ 1 Herc Rentals 6,600.00$ 1 Sunbelt Rentals Inc 6,901.00$ 1 Herc Rentals 7,000.00$ 1 Herc Rentals 7,000.00$ 1 Synergy Equipment 7,200.00$ 1 Ring Power Corp - WCC 8,101.00$ 1 Sunbelt Rentals Inc 8,664.00$ 1 Herc Rentals 8,800.00$ 1 Herc Rentals 8,800.00$ 1 Herc Rentals 8,800.00$ 1 Linder Machinery 9,101.00$ 1 Herc Rentals 9,350.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,600.00$ 1 Herc Rentals 9,760.00$ 1 H&E Equipment Services Inc 10,600.00$ 1 Linder Machinery 10,600.00$ 1 Linder Machinery 10,600.00$ 1 Synergy Equipment 10,600.00$ 1 Alta Construction Equipment Florida 11,501.00$ 1 Herc Rentals 11,550.00$ 1 Herc Rentals 12,400.00$ 1 Herc Rentals 12,400.00$ 1 Herc Rentals 12,400.00$ 1 Herc Rentals 12,400.00$ 1 Herc Rentals 12,400.00$ 1 Herc Rentals 12,400.00$ 1 Synergy Equipment 14,600.00$ 1 Herc Rentals 14,600.00$ 1 Sunbelt Rentals Inc 17,001.00$ 1 Ring Power Corp - WCC 17,501.00$ 1 Sunbelt Rentals Inc 18,901.00$ 1 Sunbelt Rentals Inc 24,690.00$ 1 Herc Rentals 28,875.00$ 1 Ring Power Corp - WCC 1 Herc Rentals Ring Power Corp - WCC Sunbelt Rentals Inc - H&E Equipment Services Inc Herc Rentals - Herc Rentals Ring Power Corp - WCC - Herc Rentals Ring Power Corp - WCC - Ring Power Corp - WCC Synergy Equipment - H&E Equipment Services Inc Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Synergy Equipment - Synergy Equipment - H&E Equipment Services Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - H&E Equipment Services Inc - H&E Equipment Services Inc - Herc Rentals - Herc Rentals - H&E Equipment Services Inc - H&E Equipment Services Inc - H&E Equipment Services Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Herc Rentals - Synergy Equipment - Synergy Equipment - Herc Rentals - Synergy Equipment - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Alta Construction Equipment Florida - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - A Coastal Equipment & Party Rental - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Synergy Equipment - Synergy Equipment - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - H&E Equipment Services Inc - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Synergy Equipment - Ring Power Corp - WCC - Herc Rentals - Synergy Equipment - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Synergy Equipment - Ring Power Corp - WCC - Herc Rentals - Synergy Equipment - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - - - - - - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Sunbelt Rentals Inc - Sunbelt Rentals Inc - Herc Rentals - Herc Rentals - Herc Rentals - Herc Rentals - - - - - - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Synergy Equipment - Ring Power Corp - WCC - Herc Rentals - Synergy Equipment - Herc Rentals - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Ring Power Corp - WCC - Herc Rentals - Synergy Equipment - Synergy Equipment - Synergy Equipment - Herc Rentals - Herc Rentals - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 3rd Lowest Bid Vendor(s) A Coastal Equipment & Party Rental Alta Construction Equipment Florida A Coastal Equipment & Party Rental Herc Rentals 86.00 No Bid H&E Equipment Services Inc Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC Synergy Equipment 238.00 No Bid H&E Equipment Services Inc Synergy Equipment No Bid 350.00 Alta Construction Equipment Florida Ring Power Corp - WCC No Bid 1,800.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Herc Rentals No Bid No Bid Herc Rentals No Bid 150.00 Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid 360.00 Sunbelt Rentals Inc No Bid 450.00 Herc Rentals No Bid 2,250.00 Synergy Equipment No Bid 8,950.00 Synergy Equipment No Bid 600.00 Synergy Equipment No Bid 1,000.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid 4,410.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc 96.00 No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid 25.00 H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc 68.00 No Bid H&E Equipment Services Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals 88.00 25.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid 25.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals 29.00 No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc 68.00 No Bid Alta Construction Equipment Florida No Bid 75.00 Alta Construction Equipment Florida No Bid 75.00 Alta Construction Equipment Florida No Bid 75.00 Alta Construction Equipment Florida No Bid 75.00 Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 25.00 H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Alta Construction Equipment Florida 189.00 100.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals 108.00 No Bid Ring Power Corp - WCC No Bid 75.00 Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid 100.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 75.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid 50.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid 150.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC 198.00 No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC 108.00 No Bid Herc Rentals No Bid No Bid A Coastal Equipment & Party Rental 149.00 No Bid Ring Power Corp - WCC No Bid No Bid H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid H&E Equipment Services Inc No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 150.00 Alta Construction Equipment Florida No Bid 150.00 Alta Construction Equipment Florida No Bid 150.00 Alta Construction Equipment Florida No Bid 150.00 Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc 128.00 No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid A Coastal Equipment & Party Rental 168.00 No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC 198.00 No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid No Bid H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc No Bid No Bid Herc Rentals No Bid 150.00 Herc Rentals No Bid 150.00 Herc Rentals No Bid 150.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc 278.00 No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid 200.00 Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid 180.00 Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 200.00 H&E Equipment Services Inc No Bid 150.00 Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Alta Construction Equipment Florida No Bid 300.00 Alta Construction Equipment Florida No Bid 300.00 Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid 195.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid 225.00 A Coastal Equipment & Party Rental 328.00 No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals 384.00 200.00 Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid A Coastal Equipment & Party Rental 338.00 No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 220.00 Herc Rentals 425.00 No Bid Sunbelt Rentals Inc No Bid 290.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 350.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 220.00 Ring Power Corp - WCC No Bid 150.00 A Coastal Equipment & Party Rental 355.00 No Bid Herc Rentals No Bid 225.00 Herc Rentals 378.00 No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid 280.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 150.00 Herc Rentals No Bid 250.00 Sunbelt Rentals Inc No Bid No Bid A Coastal Equipment & Party Rental 368.00 No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals 495.00 No Bid Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc No Bid No Bid Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid 250.00 Synergy Equipment No Bid No Bid H&E Equipment Services Inc 498.00 280.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid 275.00 Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment 490.00 No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 150.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc 568.00 No Bid Sunbelt Rentals Inc No Bid 350.00 Sunbelt Rentals Inc No Bid 350.00 Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid 300.00 Ring Power Corp - WCC No Bid 300.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 400.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals 378.00 No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid 400.00 Ring Power Corp - WCC 438.00 No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc 388.00 No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid 400.00 Sunbelt Rentals Inc No Bid 575.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid 550.00 Sunbelt Rentals Inc No Bid 900.00 Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid 900.00 H&E Equipment Services Inc No Bid 600.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 700.00 Synergy Equipment No Bid 600.00 Alta Construction Equipment Florida No Bid 700.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 600.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid 700.00 Sunbelt Rentals Inc No Bid 650.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid 490.00 Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid 825.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid 575.00 Synergy Equipment No Bid 1,100.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid A Coastal Equipment & Party Rental 858.00 No Bid H&E Equipment Services Inc No Bid 660.00 Ring Power Corp - WCC No Bid 600.00 Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid 660.00 H&E Equipment Services Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid 870.00 Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid 700.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid 650.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid 850.00 Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc No Bid 650.00 Herc Rentals No Bid No Bid Herc Rentals No Bid 750.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid 750.00 Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 800.00 H&E Equipment Services Inc No Bid 850.00 H&E Equipment Services Inc No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid 800.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid 1,080.00 Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc No Bid $1050 Herc Rentals No Bid 900.00 H&E Equipment Services Inc No Bid 1,200.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid 900.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid 1,200.00 Linder Machinery No Bid 1,200.00 Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid $1050 Sunbelt Rentals Inc No Bid 1,350.00 Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid 100.00 Ring Power Corp - WCC No Bid 900.00 Ring Power Corp - WCC No Bid 300.00 Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Sunbelt Rentals Inc No Bid $1050 Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Synergy Equipment No Bid 1,825.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Alta Construction Equipment Florida No Bid 1,675.00 Herc Rentals No Bid 1,250.00 Herc Rentals No Bid 900.00 Sunbelt Rentals Inc No Bid No Bid Alta Construction Equipment Florida No Bid 1,750.00 Synergy Equipment No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid 1,725.00 Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 1,800.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 1,825.00 Ring Power Corp - WCC No Bid No Bid Alta Construction Equipment Florida No Bid 1,925.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid 2,300.00 H&E Equipment Services Inc No Bid 1,980.00 Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 2,550.00 Herc Rentals No Bid 1,925.00 Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid 1,980.00 Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 2,100.00 Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid H&E Equipment Services Inc No Bid No Bid Synergy Equipment No Bid No Bid H&E Equipment Services Inc No Bid 1,800.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid 3,050.00 Synergy Equipment No Bid No Bid Herc Rentals No Bid 2,300.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid 1,470.00 Alta Construction Equipment Florida No Bid 2,250.00 Alta Construction Equipment Florida No Bid 2,250.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 2,150.00 Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 2,400.00 H&E Equipment Services Inc No Bid No Bid Herc Rentals No Bid 1,900.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc No Bid 3,250.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid No Bid H&E Equipment Services Inc No Bid 2,610.00 Sunbelt Rentals Inc No Bid 2,500.00 Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Alta Construction Equipment Florida No Bid 2,675.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid 3,250.00 Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid 3,250.00 Sunbelt Rentals Inc No Bid No Bid H&E Equipment Services Inc No Bid 3,250.00 Herc Rentals No Bid 2,675.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Alta Construction Equipment Florida No Bid 3,240.00 Herc Rentals No Bid No Bid H&E Equipment Services Inc No Bid 3,000.00 Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid 3,600.00 Herc Rentals No Bid 3,600.00 Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid 3,600.00 Synergy Equipment No Bid 4,050.00 Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid 3,800.00 Herc Rentals No Bid 2,700.00 Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid 4,900.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid 5,350.00 Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Alta Construction Equipment Florida No Bid 5,400.00 Synergy Equipment No Bid 6,250.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Synergy Equipment No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Linder Machinery No Bid No Bid Linder Machinery No Bid 9,500.00 Alta Construction Equipment Florida No Bid 6,400.00 Herc Rentals No Bid No Bid Herc Rentals No Bid 5,800.00 Sunbelt Rentals Inc No Bid No Bid Herc Rentals No Bid No Bid Alta Construction Equipment Florida No Bid 7,000.00 Alta Construction Equipment Florida No Bid 7,000.00 Alta Construction Equipment Florida No Bid 7,200.00 Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid 7,850.00 Herc Rentals No Bid 11,500.00 Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid 25.00 Ring Power Corp - WCC No Bid 150.00 Ring Power Corp - WCC No Bid 75.00 Ring Power Corp - WCC No Bid No Bid Ring Power Corp - WCC No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Herc Rentals No Bid No Bid Ring Power Corp - WCC No Bid No Bid Sunbelt Rentals Inc No Bid No Bid Ring Power Corp - WCC No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 490.00 No Bid 4,410.00 No Bid 1,470.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 94.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 68.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 134.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid 25.00 No Bid 150.00 No Bid 75.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Altec Industries Inc Non-Responsive Environmental Products Group/EP Rents LLC H&E Equipment Services Inc Herc Rentals Linder Machinery Ring Power Corp - WCC No Bid No Bid 75.00 86.00 No Bid No Bid No Bid No Bid 275.00 216.00 No Bid 275.00 No Bid No Bid No Bid 416.00 No Bid 375.00 No Bid No Bid 475.00 451.00 No Bid 773.00 No Bid No Bid 1,695.00 No Bid No Bid 1,800.00 No Bid No Bid 25.00 11.00 No Bid 95.00 No Bid No Bid 25.00 11.00 No Bid 95.00 No Bid No Bid 25.00 11.00 No Bid 95.00 No Bid No Bid 25.00 12.00 No Bid 95.00 No Bid No Bid 30.00 105.00 No Bid 50.00 No Bid No Bid 250.00 275.00 No Bid 315.00 No Bid No Bid 315.00 231.00 No Bid 315.00 No Bid No Bid 400.00 596.00 400.00 550.00 No Bid No Bid 500.00 681.00 500.00 1,200.00 No Bid No Bid 2,250.00 2,526.00 No Bid 2,545.00 No Bid No Bid 8,550.00 11,501.00 8,950.00 12,400.00 No Bid No Bid 750.00 986.00 600.00 1,020.00 No Bid No Bid 1,350.00 1,681.00 1,000.00 12,400.00 No Bid No Bid 750.00 932.00 No Bid 750.00 No Bid No Bid No Bid 4,726.00 4,400.00 4,400.00 No Bid No Bid No Bid 9.00 No Bid 10.00 No Bid No Bid No Bid 9.00 No Bid 15.00 No Bid No Bid No Bid 10.00 No Bid 15.00 No Bid No Bid No Bid 9.00 No Bid 20.00 No Bid No Bid No Bid 22.00 No Bid 20.00 No Bid No Bid 15.00 30.00 No Bid 20.00 No Bid No Bid 25.00 24.00 No Bid 10.00 No Bid No Bid No Bid 23.00 No Bid 25.00 No Bid No Bid No Bid 20.00 No Bid $25.00 No Bid No Bid 15.00 27.00 No Bid No Bid No Bid No Bid 15.00 31.00 No Bid No Bid No Bid No Bid No Bid 23.00 No Bid 40.00 No Bid No Bid 30.00 42.00 No Bid No Bid No Bid No Bid 75.00 31.00 No Bid 42.00 No Bid No Bid 45.00 38.00 No Bid 28.00 No Bid No Bid 45.00 42.00 No Bid 32.00 No Bid No Bid 45.00 36.00 No Bid 25.00 No Bid No Bid No Bid 46.00 No Bid 20.00 No Bid No Bid 75.00 46.00 No Bid 42.00 No Bid No Bid No Bid 46.00 No Bid 50.00 No Bid No Bid No Bid 23.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 33.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 20.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 33.00 No Bid 50.00 No Bid No Bid No Bid 33.00 No Bid 50.00 No Bid No Bid No Bid 46.00 No Bid 42.00 No Bid No Bid 15.00 No Bid No Bid 50.00 No Bid No Bid No Bid 58.00 No Bid 20.00 No Bid No Bid 15.00 59.00 No Bid No Bid No Bid No Bid No Bid 63.00 No Bid 45.00 No Bid No Bid No Bid 49.00 No Bid 65.00 No Bid No Bid 50.00 66.00 No Bid 29.00 No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid 95.00 67.00 No Bid 65.00 No Bid No Bid No Bid 72.00 No Bid 38.00 No Bid No Bid 75.00 41.00 No Bid 28.00 No Bid No Bid No Bid 66.00 No Bid $75.00 No Bid No Bid 75.00 31.00 No Bid 50.00 No Bid No Bid 75.00 55.00 No Bid No Bid No Bid No Bid 50.00 31.00 No Bid 190.00 No Bid No Bid 50.00 31.00 No Bid 190.00 No Bid No Bid 50.00 31.00 No Bid 190.00 No Bid No Bid 50.00 32.00 No Bid 190.00 No Bid No Bid 95.00 76.00 No Bid No Bid No Bid No Bid 30.00 82.00 No Bid No Bid No Bid No Bid No Bid 82.00 No Bid 40.00 No Bid No Bid 95.00 81.00 No Bid 85.00 No Bid No Bid 95.00 86.00 No Bid No Bid No Bid No Bid 95.00 53.00 No Bid 165.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 12.00 No Bid 95.00 No Bid No Bid 95.00 66.00 No Bid 55.00 No Bid No Bid 30.00 105.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid 95.00 85.00 No Bid 165.00 No Bid No Bid No Bid 66.00 No Bid 55.00 No Bid No Bid 30.00 101.00 No Bid No Bid No Bid No Bid 95.00 101.00 No Bid 175.00 No Bid No Bid 95.00 101.00 No Bid No Bid No Bid No Bid 195.00 81.00 No Bid 105.00 No Bid No Bid 125.00 100.00 No Bid 65.00 No Bid No Bid No Bid 113.00 No Bid 45.00 No Bid No Bid No Bid 114.00 No Bid 45.00 No Bid No Bid 95.00 No Bid No Bid 165.00 No Bid No Bid No Bid 113.00 No Bid 120.00 No Bid No Bid 90.00 120.00 No Bid 65.00 No Bid No Bid No Bid 66.00 No Bid $120.00 No Bid No Bid 30.00 No Bid No Bid 120.00 No Bid No Bid 50.00 121.00 No Bid No Bid No Bid No Bid No Bid 121.00 No Bid 87.00 No Bid No Bid 195.00 131.00 No Bid 105.00 No Bid No Bid No Bid 126.00 No Bid No Bid No Bid No Bid 95.00 96.00 No Bid 165.00 No Bid No Bid 130.00 131.00 No Bid No Bid No Bid No Bid No Bid 131.00 No Bid 105.00 No Bid No Bid 90.00 133.00 No Bid 70.00 No Bid No Bid 115.00 136.00 No Bid No Bid No Bid No Bid 115.00 136.00 No Bid No Bid No Bid No Bid No Bid 67.00 No Bid No Bid No Bid No Bid 75.00 142.00 No Bid $88.00 No Bid No Bid No Bid 143.00 No Bid $115.00 No Bid No Bid No Bid 161.00 No Bid 145.00 No Bid No Bid No Bid 136.00 No Bid 145.00 No Bid No Bid No Bid 136.00 No Bid 145.00 No Bid No Bid 90.00 148.00 No Bid 75.00 No Bid No Bid 95.00 115.00 No Bid 185.00 No Bid No Bid 45.00 380.00 No Bid $150.00 No Bid No Bid 150.00 111.00 No Bid 85.00 No Bid No Bid No Bid 66.00 No Bid $150.00 No Bid No Bid 150.00 81.00 No Bid 100.00 No Bid No Bid 115.00 96.00 No Bid 200.00 No Bid No Bid 95.00 No Bid No Bid 165.00 No Bid No Bid 125.00 146.00 No Bid 1,200.00 No Bid No Bid 100.00 91.00 No Bid 450.00 No Bid No Bid 100.00 91.00 No Bid 450.00 No Bid No Bid 100.00 91.00 No Bid 350.00 No Bid No Bid 100.00 95.00 No Bid 350.00 No Bid No Bid 115.00 101.00 No Bid 165.00 No Bid No Bid 140.00 156.00 No Bid 117.00 No Bid No Bid 95.00 No Bid No Bid 165.00 No Bid No Bid No Bid No Bid No Bid 43.00 No Bid No Bid 95.00 61.00 No Bid 165.00 No Bid No Bid No Bid 96.00 No Bid 165.00 No Bid No Bid No Bid 156.00 No Bid No Bid No Bid No Bid No Bid 111.00 No Bid 150.00 No Bid No Bid 30.00 175.00 No Bid No Bid No Bid No Bid 115.00 176.00 No Bid 150.00 No Bid No Bid 125.00 166.00 No Bid 370.00 No Bid No Bid 125.00 196.00 No Bid 182.00 No Bid No Bid 125.00 196.00 No Bid 182.00 No Bid No Bid No Bid 185.00 No Bid $130.00 No Bid No Bid 125.00 115.00 No Bid 185.00 No Bid No Bid 125.00 115.00 No Bid 185.00 No Bid No Bid No Bid 190.00 No Bid $130.00 No Bid No Bid No Bid 123.00 No Bid $190.00 No Bid No Bid 115.00 131.00 No Bid 190.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 32.00 No Bid 190.00 No Bid No Bid No Bid 131.00 No Bid 190.00 No Bid No Bid 195.00 141.00 No Bid 285.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 201.00 No Bid 90.00 No Bid No Bid 225.00 216.00 No Bid 365.00 No Bid No Bid 225.00 231.00 No Bid 175.00 No Bid No Bid 225.00 232.00 No Bid 150.00 No Bid No Bid No Bid 226.00 No Bid 200.00 No Bid No Bid No Bid 226.00 No Bid 200.00 No Bid No Bid No Bid 226.00 No Bid 200.00 No Bid No Bid 175.00 226.00 No Bid 76.00 No Bid No Bid 150.00 230.00 No Bid 175.00 No Bid No Bid 150.00 230.00 No Bid 175.00 No Bid No Bid 225.00 206.00 No Bid No Bid No Bid No Bid 235.00 191.00 No Bid 135.00 No Bid No Bid 195.00 286.00 No Bid No Bid No Bid No Bid 195.00 236.00 No Bid 275.00 No Bid No Bid 50.00 247.00 No Bid No Bid No Bid No Bid 225.00 No Bid No Bid 304.00 No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid 250.00 276.00 No Bid 251.00 No Bid No Bid 250.00 226.00 No Bid $254.00 No Bid No Bid 255.00 311.00 No Bid 306.00 No Bid No Bid 225.00 281.00 No Bid No Bid No Bid No Bid 225.00 306.00 No Bid No Bid No Bid No Bid 255.00 296.00 No Bid 238.00 No Bid No Bid 250.00 271.00 No Bid 150.00 No Bid No Bid 275.00 311.00 No Bid 322.00 No Bid No Bid 275.00 226.00 No Bid 315.00 No Bid No Bid 50.00 276.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid 450.00 No Bid No Bid 195.00 166.00 No Bid 285.00 No Bid No Bid No Bid 261.00 No Bid No Bid No Bid No Bid 235.00 291.00 No Bid 288.00 No Bid No Bid 150.00 294.00 No Bid $195.00 No Bid No Bid 150.00 298.00 No Bid $210.00 No Bid No Bid 260.00 266.00 No Bid No Bid No Bid No Bid 260.00 266.00 No Bid 304.00 No Bid No Bid No Bid 300.00 No Bid $130.00 No Bid No Bid 45.00 400.00 No Bid $300.00 No Bid No Bid 200.00 No Bid No Bid 285.00 No Bid No Bid 225.00 241.00 No Bid 315.00 No Bid No Bid No Bid 206.00 No Bid 135.00 No Bid No Bid 150.00 230.00 No Bid 425.00 No Bid No Bid 150.00 308.00 No Bid $250.00 No Bid No Bid No Bid 311.00 No Bid No Bid No Bid No Bid No Bid 311.00 No Bid 322.00 No Bid No Bid No Bid 406.00 No Bid 315.00 No Bid No Bid 125.00 146.00 No Bid 315.00 No Bid No Bid No Bid 275.00 No Bid 315.00 No Bid No Bid 200.00 267.00 No Bid 315.00 No Bid No Bid No Bid 361.00 No Bid 260.00 No Bid No Bid No Bid 300.00 No Bid $320.00 No Bid No Bid 290.00 346.00 No Bid 421.00 No Bid No Bid No Bid 245.00 No Bid 300.00 No Bid No Bid No Bid 326.00 No Bid 375.00 No Bid No Bid No Bid 336.00 No Bid 322.00 No Bid No Bid 200.00 No Bid No Bid 285.00 No Bid No Bid 200.00 No Bid No Bid 285.00 No Bid No Bid No Bid 291.00 No Bid No Bid No Bid No Bid 250.00 340.00 No Bid 515.00 No Bid No Bid 340.00 366.00 No Bid 525.00 No Bid No Bid 335.00 341.00 No Bid 488.00 No Bid No Bid 375.00 501.00 285.00 490.00 No Bid No Bid 275.00 346.00 No Bid No Bid No Bid No Bid 230.00 171.00 No Bid 425.00 No Bid No Bid 360.00 311.00 No Bid 358.00 No Bid No Bid 255.00 350.00 No Bid No Bid No Bid No Bid 255.00 350.00 No Bid No Bid No Bid No Bid No Bid 350.00 No Bid 315.00 No Bid No Bid 350.00 381.00 No Bid 525.00 No Bid No Bid No Bid 95.00 No Bid 350.00 No Bid No Bid No Bid 357.00 No Bid 105.00 No Bid No Bid 300.00 356.00 No Bid 421.00 No Bid No Bid No Bid 357.00 No Bid 161.00 No Bid No Bid No Bid 676.00 No Bid 222.00 No Bid No Bid 370.00 376.00 No Bid 358.00 No Bid No Bid No Bid 131.00 No Bid 360.00 No Bid No Bid 50.00 No Bid No Bid 360.00 No Bid No Bid 350.00 366.00 No Bid 525.00 No Bid No Bid No Bid 246.00 No Bid 152.00 No Bid No Bid 225.00 271.00 No Bid No Bid No Bid No Bid No Bid 311.00 No Bid No Bid No Bid No Bid 350.00 371.00 No Bid 442.00 No Bid No Bid No Bid 181.00 No Bid No Bid No Bid No Bid 375.00 356.00 385.00 No Bid No Bid No Bid 225.00 255.00 No Bid 450.00 No Bid No Bid No Bid 351.00 No Bid 375.00 No Bid No Bid 370.00 381.00 No Bid 525.00 No Bid No Bid 3,320.00 321.00 No Bid 397.00 No Bid No Bid 385.00 396.00 No Bid 358.00 No Bid No Bid 275.00 391.00 No Bid 450.00 No Bid No Bid No Bid 351.00 No Bid 425.00 No Bid No Bid No Bid 261.00 No Bid 405.00 No Bid No Bid No Bid 241.00 No Bid 405.00 No Bid No Bid 375.00 406.00 No Bid 2,000.00 No Bid No Bid No Bid 267.00 No Bid 315.00 No Bid No Bid 450.00 413.00 No Bid 360.00 No Bid No Bid No Bid 416.00 No Bid No Bid No Bid No Bid No Bid 381.00 No Bid 525.00 No Bid No Bid No Bid 351.00 No Bid 414.00 No Bid No Bid 390.00 416.00 No Bid 565.00 No Bid No Bid 95.00 66.00 No Bid No Bid No Bid No Bid 3,350.00 371.00 No Bid 511.00 No Bid No Bid 310.00 371.00 No Bid 425.00 No Bid No Bid 325.00 371.00 No Bid 425.00 No Bid No Bid 420.00 426.00 No Bid 565.00 No Bid No Bid No Bid 426.00 No Bid 345.00 No Bid No Bid 375.00 506.00 No Bid 431.00 No Bid No Bid 395.00 431.00 No Bid 570.00 No Bid No Bid No Bid 436.00 No Bid No Bid No Bid No Bid 325.00 381.00 No Bid 439.00 No Bid No Bid 295.00 366.00 No Bid 439.00 No Bid No Bid 225.00 306.00 No Bid 440.00 No Bid No Bid 350.00 306.00 No Bid 440.00 No Bid No Bid 350.00 306.00 No Bid 440.00 No Bid No Bid No Bid 255.00 No Bid 450.00 No Bid No Bid No Bid 226.00 No Bid 450.00 No Bid No Bid No Bid 255.00 No Bid 450.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 451.00 No Bid 195.00 No Bid No Bid 575.00 456.00 No Bid 450.00 No Bid No Bid 300.00 371.00 No Bid 460.00 No Bid No Bid No Bid 371.00 No Bid 460.00 No Bid No Bid No Bid 460.00 No Bid 390.00 No Bid No Bid 250.00 321.00 No Bid 1,200.00 No Bid No Bid 275.00 461.00 No Bid 665.00 No Bid No Bid 475.00 466.00 No Bid 701.00 No Bid No Bid 500.00 No Bid No Bid 773.00 No Bid No Bid 525.00 501.00 No Bid 773.00 No Bid No Bid No Bid 466.00 No Bid 773.00 No Bid No Bid No Bid 436.00 No Bid 820.00 No Bid No Bid No Bid 480.00 No Bid 490.00 No Bid No Bid No Bid 446.00 No Bid 490.00 No Bid No Bid 350.00 494.00 No Bid 365.00 No Bid No Bid 425.00 496.00 No Bid 228.00 No Bid No Bid 500.00 546.00 450.00 604.00 No Bid No Bid 310.00 656.00 No Bid 511.00 No Bid No Bid No Bid 511.00 No Bid No Bid No Bid No Bid 250.00 351.00 No Bid 515.00 No Bid No Bid 475.00 551.00 No Bid 490.00 No Bid No Bid No Bid 523.00 No Bid $260.00 No Bid No Bid 50.00 524.00 No Bid No Bid No Bid No Bid No Bid 401.00 No Bid 425.00 No Bid No Bid No Bid 401.00 No Bid 425.00 No Bid No Bid No Bid 546.00 450.00 604.00 No Bid No Bid No Bid 351.00 No Bid 525.00 No Bid No Bid 295.00 526.00 No Bid 475.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 310.00 656.00 No Bid 511.00 No Bid No Bid No Bid 316.00 No Bid 475.00 No Bid No Bid 550.00 442.00 No Bid 370.00 No Bid No Bid 475.00 561.00 No Bid 575.00 No Bid No Bid 475.00 561.00 No Bid 575.00 No Bid No Bid 575.00 436.00 No Bid 405.00 No Bid No Bid No Bid 456.00 No Bid 267.00 No Bid No Bid 450.00 606.00 No Bid No Bid No Bid No Bid 575.00 581.00 No Bid No Bid No Bid No Bid No Bid 616.00 520.00 645.00 No Bid No Bid 725.00 796.00 530.00 990.00 No Bid No Bid 525.00 491.00 No Bid No Bid No Bid No Bid 375.00 600.00 No Bid 1,840.00 No Bid No Bid 315.00 601.00 No Bid 425.00 No Bid No Bid 315.00 601.00 No Bid 425.00 No Bid No Bid No Bid 950.00 No Bid 628.00 No Bid No Bid 625.00 846.00 No Bid 806.00 No Bid No Bid 550.00 551.00 No Bid 730.00 No Bid No Bid No Bid 541.00 No Bid 405.00 No Bid No Bid 575.00 644.00 No Bid No Bid No Bid No Bid 550.00 631.00 No Bid 650.00 No Bid No Bid 555.00 716.00 No Bid 639.00 No Bid No Bid 555.00 641.00 No Bid No Bid No Bid No Bid 555.00 641.00 No Bid 663.00 No Bid No Bid No Bid 381.00 No Bid 660.00 No Bid No Bid 750.00 556.00 No Bid 450.00 No Bid No Bid 350.00 No Bid No Bid 515.00 No Bid No Bid 350.00 No Bid No Bid 515.00 No Bid No Bid 350.00 No Bid No Bid 515.00 No Bid No Bid 670.00 801.00 520.00 822.00 No Bid No Bid 500.00 661.00 No Bid 675.00 No Bid No Bid No Bid 681.00 No Bid 278.00 No Bid No Bid 740.00 611.00 No Bid 875.00 No Bid No Bid 690.00 801.00 520.00 No Bid No Bid No Bid 635.00 No Bid No Bid 893.00 No Bid No Bid No Bid 850.00 600.00 1,200.00 No Bid No Bid 650.00 701.00 No Bid 1,200.00 No Bid No Bid 650.00 701.00 No Bid 1,200.00 No Bid No Bid 315.00 601.00 No Bid 1,045.00 No Bid No Bid 475.00 369.00 No Bid 725.00 No Bid No Bid No Bid 721.00 No Bid No Bid No Bid No Bid 540.00 721.00 No Bid 850.00 No Bid No Bid 725.00 846.00 No Bid 869.00 No Bid No Bid 475.00 610.00 No Bid 730.00 No Bid No Bid No Bid 511.00 No Bid 730.00 No Bid No Bid 400.00 731.00 No Bid No Bid No Bid No Bid No Bid 681.00 No Bid 329.00 No Bid No Bid No Bid 356.00 No Bid 740.00 No Bid No Bid No Bid 636.00 No Bid 900.00 No Bid No Bid No Bid 744.00 No Bid 315.00 No Bid No Bid 350.00 371.00 No Bid 745.00 No Bid No Bid 550.00 426.00 No Bid 750.00 No Bid No Bid No Bid 761.00 No Bid 483.00 No Bid No Bid 715.00 716.00 No Bid 881.00 No Bid No Bid 760.00 751.00 No Bid 1,096.00 No Bid No Bid No Bid 676.00 No Bid 780.00 No Bid No Bid No Bid 636.00 No Bid No Bid No Bid No Bid 725.00 851.00 No Bid No Bid No Bid No Bid 750.00 901.00 No Bid 981.00 No Bid No Bid 725.00 851.00 No Bid 795.00 No Bid No Bid No Bid 796.00 520.00 No Bid No Bid No Bid 500.00 846.00 No Bid 5,300.00 No Bid No Bid No Bid 801.00 525.00 4,400.00 No Bid No Bid No Bid 466.00 No Bid No Bid No Bid No Bid 930.00 751.00 No Bid 812.00 No Bid No Bid 775.00 816.00 No Bid 1,575.00 No Bid No Bid 595.00 No Bid No Bid 808.00 No Bid No Bid No Bid 936.00 No Bid 808.00 No Bid No Bid No Bid 876.00 No Bid 780.00 No Bid No Bid No Bid 846.00 No Bid 869.00 No Bid No Bid 995.00 1,001.00 795.00 9,000.00 No Bid No Bid 540.00 721.00 No Bid 850.00 No Bid No Bid 725.00 851.00 530.00 990.00 No Bid No Bid No Bid 446.00 No Bid No Bid No Bid No Bid 860.00 966.00 No Bid 1,082.00 No Bid No Bid No Bid 866.00 No Bid 869.00 No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid 875.00 991.00 No Bid 1,082.00 No Bid No Bid 875.00 716.00 No Bid No Bid No Bid No Bid 575.00 756.00 No Bid 880.00 No Bid No Bid 750.00 756.00 No Bid 880.00 No Bid No Bid 750.00 756.00 No Bid 880.00 No Bid No Bid 1,150.00 1,266.00 790.00 1,250.00 No Bid No Bid 525.00 900.00 No Bid No Bid No Bid No Bid No Bid 646.00 No Bid 900.00 No Bid No Bid 950.00 1,306.00 665.00 No Bid No Bid No Bid No Bid 636.00 No Bid 900.00 No Bid No Bid No Bid 526.00 No Bid 900.00 No Bid No Bid No Bid 646.00 No Bid 900.00 No Bid No Bid 550.00 646.00 No Bid 900.00 No Bid No Bid 475.00 910.00 No Bid No Bid No Bid No Bid 475.00 910.00 No Bid No Bid No Bid No Bid No Bid 910.00 No Bid 628.00 No Bid No Bid 775.00 916.00 No Bid 981.00 No Bid No Bid 795.00 951.00 No Bid 995.00 No Bid No Bid No Bid 926.00 No Bid No Bid No Bid No Bid 960.00 1,200.00 No Bid 894.00 No Bid No Bid No Bid 1,756.00 No Bid 667.00 No Bid No Bid 950.00 986.00 No Bid 1,038.00 No Bid No Bid No Bid 966.00 No Bid No Bid No Bid No Bid 930.00 966.00 No Bid 1,082.00 No Bid No Bid 810.00 966.00 No Bid 1,200.00 No Bid No Bid 850.00 991.00 No Bid 976.00 No Bid No Bid 970.00 991.00 No Bid 1,082.00 No Bid No Bid 1,150.00 993.00 950.00 No Bid No Bid No Bid 995.00 1,306.00 695.00 8,000.00 No Bid No Bid 995.00 1,210.00 No Bid 894.00 No Bid No Bid 995.00 No Bid 795.00 No Bid No Bid No Bid 875.00 966.00 No Bid 1,200.00 No Bid No Bid No Bid 556.00 No Bid No Bid No Bid No Bid No Bid 781.00 No Bid 1,114.00 No Bid No Bid 950.00 1,011.00 No Bid 2,000.00 No Bid No Bid 500.00 701.00 No Bid 1,200.00 No Bid No Bid No Bid 610.00 No Bid 730.00 No Bid No Bid No Bid 1,032.00 No Bid 356.00 No Bid No Bid No Bid 1,032.00 No Bid 533.00 No Bid No Bid No Bid 860.00 No Bid No Bid No Bid No Bid No Bid 1,041.00 No Bid No Bid No Bid No Bid No Bid 881.00 No Bid 1,044.00 No Bid No Bid 675.00 976.00 No Bid 1,050.00 No Bid No Bid No Bid 1,046.00 No Bid 637.00 No Bid No Bid No Bid 711.00 No Bid 455.00 No Bid No Bid No Bid 636.00 No Bid 1,052.00 No Bid No Bid No Bid 601.00 No Bid 1,052.00 No Bid No Bid No Bid 861.00 No Bid 1,200.00 No Bid No Bid 995.00 1,051.00 No Bid 1,564.00 No Bid No Bid No Bid 991.00 No Bid 1,082.00 No Bid No Bid No Bid 1,081.00 No Bid 910.00 No Bid No Bid No Bid 861.00 No Bid 1,114.00 No Bid No Bid 635.00 1,131.00 No Bid 900.00 No Bid No Bid 775.00 1,371.00 No Bid 1,148.00 No Bid No Bid 575.00 1,150.00 No Bid 1,440.00 No Bid No Bid No Bid 796.00 520.00 1,200.00 No Bid No Bid 950.00 1,176.00 No Bid 1,157.00 No Bid No Bid No Bid 1,160.00 No Bid 1,000.00 No Bid No Bid 1,075.00 1,161.00 No Bid 683.00 No Bid No Bid 1,090.00 1,111.00 No Bid 1,344.00 No Bid No Bid 1,030.00 1,041.00 No Bid 1,344.00 No Bid No Bid 1,150.00 1,501.00 No Bid 1,145.00 No Bid No Bid 775.00 1,371.00 No Bid 1,148.00 No Bid No Bid No Bid 696.00 No Bid 1,050.00 No Bid No Bid 1,300.00 1,526.00 1,050.00 1,500.00 No Bid No Bid 235.00 191.00 No Bid No Bid No Bid No Bid 995.00 1,251.00 No Bid 1,025.00 No Bid No Bid 770.00 1,251.00 900.00 13,400.00 No Bid No Bid No Bid 1,046.00 No Bid 1,200.00 No Bid No Bid 1,275.00 1,211.00 No Bid 2,035.00 No Bid No Bid No Bid 1,300.00 No Bid 1,204.00 No Bid No Bid 1,300.00 1,396.00 1,100.00 1,553.00 No Bid No Bid No Bid 771.00 No Bid 1,330.00 No Bid No Bid No Bid 1,301.00 No Bid 585.00 No Bid No Bid No Bid 1,211.00 No Bid 800.00 No Bid No Bid 1,075.00 1,316.00 No Bid No Bid No Bid No Bid 1,075.00 1,316.00 No Bid 1,331.00 No Bid No Bid 550.00 771.00 No Bid 1,330.00 No Bid No Bid No Bid 1,350.00 No Bid 1,204.00 No Bid No Bid 595.00 1,361.00 No Bid 1,200.00 No Bid No Bid 595.00 1,361.00 No Bid 1,200.00 No Bid No Bid No Bid 1,046.00 No Bid 1,200.00 No Bid No Bid No Bid 1,396.00 1,100.00 1,553.00 No Bid No Bid No Bid 1,736.00 1,400.00 1,307.00 No Bid No Bid 1,200.00 1,681.00 No Bid 1,400.00 No Bid No Bid 1,200.00 1,681.00 No Bid 1,400.00 No Bid No Bid 1,450.00 1,326.00 No Bid 2,035.00 No Bid No Bid 1,500.00 1,826.00 1,325.00 2,400.00 No Bid No Bid No Bid 1,486.00 No Bid 945.00 No Bid No Bid No Bid 162.00 No Bid 1,500.00 No Bid No Bid No Bid 910.00 No Bid 1,500.00 No Bid No Bid No Bid 340.00 No Bid 1,500.00 No Bid No Bid 1,275.00 1,201.00 No Bid 1,600.00 No Bid No Bid 1,550.00 1,501.00 No Bid 1,900.00 No Bid No Bid 1,375.00 No Bid No Bid 2,035.00 No Bid No Bid No Bid 1,256.00 No Bid 2,035.00 No Bid No Bid No Bid 1,101.00 No Bid 1,670.00 No Bid No Bid No Bid 1,526.00 No Bid 1,256.00 No Bid No Bid No Bid 1,351.00 No Bid 1,365.00 No Bid No Bid 595.00 1,361.00 No Bid 2,545.00 No Bid No Bid 1,150.00 1,600.00 No Bid 1,840.00 No Bid No Bid No Bid 1,351.00 No Bid 2,845.00 No Bid No Bid 1,425.00 1,771.00 No Bid 1,915.00 No Bid No Bid No Bid 1,626.00 No Bid No Bid No Bid No Bid No Bid 1,631.00 No Bid 1,450.00 No Bid No Bid 1,525.00 1,651.00 No Bid 1,792.00 No Bid No Bid 1,125.00 1,651.00 No Bid 1,800.00 No Bid No Bid 1,290.00 No Bid No Bid 1,675.00 No Bid No Bid No Bid 1,976.00 No Bid 1,675.00 No Bid No Bid 1,350.00 1,771.00 No Bid 1,768.00 No Bid No Bid No Bid 1,681.00 No Bid 13,200.00 No Bid No Bid No Bid 1,681.00 No Bid 10,600.00 No Bid No Bid No Bid 1,651.00 No Bid 1,600.00 No Bid No Bid 1,850.00 2,096.00 1,500.00 2,060.00 No Bid No Bid 1,725.00 2,051.00 No Bid 1,965.00 No Bid No Bid 1,300.00 1,911.00 No Bid No Bid No Bid No Bid No Bid 1,771.00 No Bid 1,915.00 No Bid No Bid 1,650.00 1,946.00 No Bid 2,535.00 No Bid No Bid 1,690.00 1,966.00 1,600.00 2,245.00 No Bid No Bid No Bid 1,801.00 No Bid 833.00 No Bid No Bid No Bid 1,806.00 No Bid No Bid No Bid No Bid No Bid 1,386.00 No Bid 1,830.00 No Bid No Bid No Bid 1,811.00 No Bid 987.00 No Bid No Bid No Bid 1,851.00 No Bid No Bid No Bid No Bid 1,520.00 1,851.00 No Bid 3,500.00 No Bid No Bid 1,595.00 1,931.00 No Bid 1,867.00 No Bid No Bid No Bid 1,151.00 No Bid 1,870.00 No Bid No Bid No Bid 1,851.00 No Bid 1,915.00 No Bid No Bid No Bid 750.00 No Bid 1,920.00 No Bid No Bid 1,575.00 1,976.00 No Bid 2,435.00 No Bid No Bid No Bid 2,101.00 No Bid 1,585.00 No Bid No Bid 1,860.00 1,966.00 1,600.00 No Bid No Bid No Bid 2,000.00 2,426.00 No Bid 2,545.00 No Bid No Bid No Bid 1,736.00 No Bid 2,469.00 No Bid No Bid 1,850.00 2,311.00 1,500.00 2,060.00 No Bid No Bid 1,995.00 2,496.00 No Bid 2,072.00 No Bid No Bid 1,650.00 2,076.00 No Bid 2,435.00 No Bid No Bid 1,500.00 2,228.00 No Bid 5,300.00 No Bid No Bid 2,100.00 2,526.00 No Bid 2,545.00 No Bid No Bid No Bid 1,601.00 No Bid No Bid No Bid No Bid No Bid 2,300.00 1,750.00 2,239.00 No Bid No Bid No Bid 2,126.00 1,600.00 No Bid No Bid No Bid No Bid 1,551.00 No Bid 2,145.00 No Bid No Bid 2,150.00 2,036.00 No Bid No Bid No Bid No Bid 1,175.00 1,396.00 No Bid 2,845.00 No Bid No Bid 2,175.00 2,491.00 1,700.00 2,469.00 No Bid No Bid No Bid 2,176.00 No Bid 1,600.00 No Bid No Bid 2,250.00 1,951.00 No Bid 2,395.00 No Bid No Bid No Bid 4,000.00 No Bid 2,000.00 No Bid No Bid 1,950.00 2,206.00 No Bid No Bid No Bid No Bid 1,800.00 2,211.00 No Bid 2,500.00 No Bid No Bid 1,800.00 2,211.00 No Bid 2,500.00 No Bid No Bid No Bid 406.00 No Bid No Bid No Bid No Bid No Bid 2,246.00 1,395.00 4,400.00 No Bid No Bid 2,150.00 2,426.00 No Bid 2,545.00 No Bid No Bid 2,100.00 2,696.00 No Bid 2,072.00 No Bid No Bid 1,800.00 2,276.00 No Bid 2,500.00 No Bid No Bid 1,985.00 2,276.00 No Bid 2,500.00 No Bid No Bid 2,300.00 3,046.00 1,800.00 No Bid No Bid No Bid 750.00 920.00 No Bid 2,300.00 No Bid No Bid No Bid 2,126.00 1,600.00 3,800.00 No Bid No Bid No Bid 1,776.00 No Bid 3,600.00 No Bid No Bid No Bid 1,626.00 No Bid 2,356.00 No Bid No Bid No Bid 1,551.00 No Bid 2,356.00 No Bid No Bid 1,595.00 1,776.00 No Bid 2,385.00 No Bid No Bid No Bid 2,392.00 No Bid 1,134.00 No Bid No Bid 1,250.00 2,396.00 No Bid 2,845.00 No Bid No Bid No Bid 1,901.00 No Bid No Bid No Bid No Bid No Bid 2,427.00 No Bid 1,067.00 No Bid No Bid 2,450.00 3,046.00 1,995.00 8,000.00 No Bid No Bid 2,450.00 3,451.00 No Bid 2,412.00 No Bid No Bid 2,300.00 2,491.00 No Bid 2,585.00 No Bid No Bid No Bid 2,241.00 No Bid 2,497.00 No Bid No Bid No Bid 2,376.00 No Bid 2,500.00 No Bid No Bid No Bid 2,376.00 No Bid 2,500.00 No Bid No Bid No Bid 2,346.00 No Bid 2,027.00 No Bid No Bid 2,275.00 2,501.00 No Bid 4,400.00 No Bid No Bid No Bid 2,501.00 No Bid 1,524.00 No Bid No Bid 2,525.00 No Bid 2,100.00 No Bid No Bid No Bid 2,525.00 2,551.00 2,100.00 9,000.00 No Bid No Bid No Bid 2,526.00 No Bid 2,545.00 No Bid No Bid 2,175.00 2,551.00 No Bid 3,531.00 No Bid No Bid 2,575.00 2,424.00 2,600.00 No Bid No Bid No Bid 2,575.00 2,806.00 2,050.00 3,300.00 No Bid No Bid No Bid 2,651.00 No Bid No Bid No Bid No Bid 2,500.00 2,651.00 No Bid 3,113.00 No Bid No Bid 2,075.00 2,526.00 No Bid 2,661.00 No Bid No Bid 1,975.00 2,426.00 No Bid 2,661.00 No Bid No Bid No Bid 3,050.00 No Bid 2,452.00 No Bid No Bid 2,600.00 2,701.00 No Bid 3,113.00 No Bid No Bid No Bid 2,731.00 No Bid 1,911.00 No Bid No Bid 2,300.00 2,801.00 No Bid 3,262.00 No Bid No Bid No Bid 1,396.00 No Bid 2,845.00 No Bid No Bid No Bid 1,351.00 No Bid 2,845.00 No Bid No Bid No Bid 1,396.00 No Bid 2,845.00 No Bid No Bid No Bid 2,941.00 No Bid 1,755.00 No Bid No Bid 2,900.00 2,996.00 No Bid 4,035.00 No Bid No Bid No Bid 3,000.00 No Bid 2,900.00 No Bid No Bid 3,000.00 No Bid No Bid 4,035.00 No Bid No Bid No Bid 2,406.00 No Bid 3,490.00 No Bid No Bid 3,100.00 3,301.00 No Bid 4,035.00 No Bid No Bid No Bid 3,100.00 No Bid 2,452.00 No Bid No Bid No Bid 3,101.00 No Bid 4,035.00 No Bid No Bid 2,800.00 3,226.00 No Bid 4,000.00 No Bid No Bid 2,800.00 3,226.00 No Bid 4,000.00 No Bid No Bid 2,700.00 3,261.00 3,300.00 4,500.00 No Bid No Bid 2,575.00 3,306.00 No Bid 5,300.00 No Bid No Bid 3,350.00 4,046.00 2,900.00 12,400.00 No Bid No Bid No Bid 3,296.00 No Bid 2,400.00 No Bid No Bid 1,990.00 3,386.00 2,900.00 13,400.00 No Bid No Bid 3,375.00 4,251.00 No Bid 3,415.00 No Bid No Bid 1,430.00 1,851.00 No Bid 3,500.00 No Bid No Bid No Bid 3,596.00 3,200.00 3,867.00 No Bid No Bid No Bid 3,596.00 3,200.00 3,867.00 No Bid No Bid No Bid 3,651.00 No Bid 3,150.00 No Bid No Bid 575.00 436.00 No Bid No Bid No Bid No Bid No Bid 3,960.00 4,100.00 3,323.00 No Bid No Bid 3,250.00 4,176.00 4,350.00 5,500.00 No Bid No Bid 29.00 3,975.00 No Bid No Bid No Bid No Bid No Bid 3,606.00 No Bid No Bid No Bid No Bid No Bid 4,001.00 No Bid 2,500.00 No Bid No Bid No Bid 4,046.00 No Bid 13,200.00 No Bid No Bid No Bid 4,046.00 No Bid 10,600.00 No Bid No Bid No Bid 2,261.00 No Bid 4,065.00 No Bid No Bid No Bid 4,076.00 No Bid 4,055.00 No Bid No Bid No Bid 4,001.00 No Bid 2,960.00 No Bid No Bid No Bid 4,117.00 No Bid 3,675.00 No Bid No Bid No Bid 3,691.00 No Bid 1,660.00 No Bid No Bid No Bid 2,766.00 No Bid 4,275.00 No Bid No Bid 4,550.00 5,751.00 4,500.00 5,252.00 No Bid No Bid No Bid 4,741.00 No Bid No Bid No Bid No Bid 3,950.00 4,741.00 No Bid $9.350.00 No Bid No Bid No Bid 2,801.00 No Bid 4,925.00 No Bid No Bid 4,500.00 4,996.00 No Bid 6,300.00 No Bid No Bid 4,500.00 4,996.00 No Bid 6,300.00 No Bid No Bid 3,500.00 5,069.00 No Bid 5,300.00 No Bid No Bid No Bid 5,251.00 4,500.00 6,216.00 No Bid No Bid 4,550.00 6,001.00 400.00 5,252.00 No Bid No Bid 4,550.00 4,411.00 No Bid No Bid No Bid No Bid No Bid 6,411.00 4,900.00 6,588.00 No Bid No Bid No Bid 6,000.00 5,100.00 6,851.00 No Bid No Bid 500.00 No Bid No Bid 5,600.00 No Bid No Bid 3,500.00 No Bid No Bid 5,600.00 No Bid No Bid 1,500.00 No Bid No Bid 5,600.00 No Bid No Bid No Bid 5,401.00 4,800.00 No Bid No Bid No Bid No Bid 6,301.00 No Bid 3,200.00 No Bid No Bid No Bid 6,301.00 No Bid 4,800.00 No Bid No Bid 6,250.00 No Bid 6,350.00 No Bid No Bid No Bid 6,250.00 8,151.00 6,350.00 9,000.00 No Bid No Bid No Bid 8,400.00 5,500.00 No Bid No Bid No Bid No Bid 6,400.00 No Bid 5,733.00 No Bid No Bid No Bid 6,411.00 No Bid 7,391.00 No Bid No Bid No Bid 5,401.00 4,800.00 9,700.00 No Bid No Bid No Bid 6,901.00 No Bid 4,573.00 No Bid No Bid No Bid 6,001.00 No Bid No Bid No Bid No Bid No Bid 5,251.00 4,500.00 No Bid No Bid No Bid No Bid 8,400.00 6,200.00 8,000.00 No Bid No Bid No Bid 8,101.00 No Bid 6,978.00 No Bid No Bid No Bid 8,664.00 No Bid 7,600.00 No Bid No Bid No Bid 1,001.00 520.00 8,800.00 No Bid No Bid No Bid 8,300.00 4,500.00 8,800.00 No Bid No Bid No Bid 3,001.00 1,600.00 8,800.00 No Bid No Bid 5,250.00 9,101.00 8,500.00 13,400.00 No Bid No Bid 3,650.00 4,741.00 No Bid 9,350.00 No Bid No Bid No Bid 61.00 No Bid 9,600.00 No Bid No Bid No Bid 371.00 No Bid 9,600.00 No Bid No Bid No Bid 136.00 No Bid 9,600.00 No Bid No Bid No Bid 85.00 No Bid 9,600.00 No Bid No Bid No Bid 515.00 No Bid 9,600.00 No Bid No Bid No Bid 196.00 No Bid 9,600.00 No Bid No Bid 775.00 966.00 No Bid 9,760.00 No Bid No Bid 710.00 No Bid 700.00 10,600.00 No Bid No Bid 4,750.00 No Bid 6,000.00 10,600.00 No Bid No Bid 1,850.00 No Bid 1,950.00 10,600.00 No Bid No Bid No Bid 11,501.00 No Bid 10,600.00 No Bid No Bid No Bid 11,501.00 No Bid 13,200.00 No Bid No Bid No Bid 10,711.00 No Bid 4,982.00 No Bid No Bid No Bid 66.00 No Bid 12,400.00 No Bid No Bid No Bid 441.00 No Bid 12,400.00 No Bid No Bid No Bid 161.00 No Bid 12,400.00 No Bid No Bid No Bid 85.00 No Bid 12,400.00 No Bid No Bid No Bid 515.00 No Bid 12,400.00 No Bid No Bid No Bid 196.00 No Bid 12,400.00 No Bid No Bid No Bid 2,296.00 No Bid 14,600.00 No Bid No Bid No Bid 6,301.00 No Bid 14,600.00 No Bid No Bid No Bid 17,001.00 No Bid 10,206.00 No Bid No Bid No Bid 17,501.00 No Bid 14,600.00 No Bid No Bid No Bid 18,901.00 No Bid 13,718.00 No Bid No Bid No Bid 1,776.00 No Bid 24,690.00 No Bid No Bid No Bid 27,041.00 No Bid 14,946.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 15.00 40.00 No Bid 40.00 No Bid No Bid 15.00 15.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid 5.00 No Bid No Bid No Bid 25.00 No Bid 25.00 No Bid No Bid 275.00 No Bid No Bid 375.00 No Bid No Bid 200.00 150.00 No Bid 200.00 No Bid No Bid 175.00 214.00 No Bid 175.00 No Bid No Bid No Bid 48.00 No Bid 15.00 No Bid No Bid No Bid 40.00 No Bid 16.00 No Bid No Bid No Bid 171.00 No Bid $146.00 No Bid No Bid No Bid 100.00 No Bid 49.00 No Bid No Bid No Bid 54.00 No Bid 32.00 No Bid No Bid No Bid 240.00 No Bid $292.00 No Bid No Bid No Bid 120.00 No Bid 98.00 No Bid No Bid No Bid 35.00 No Bid 16.00 No Bid No Bid No Bid 160.00 No Bid $146.00 No Bid No Bid No Bid 80.00 No Bid 49.00 No Bid No Bid No Bid 38.00 No Bid 26.00 No Bid No Bid No Bid 160.00 No Bid $234.00 No Bid No Bid No Bid 90.00 No Bid 78.00 No Bid No Bid No Bid 10.00 No Bid 13.00 No Bid No Bid No Bid 40.00 No Bid $117.00 No Bid No Bid No Bid 20.00 No Bid 39.00 No Bid No Bid No Bid 30.00 No Bid 13.00 No Bid No Bid No Bid 150.00 No Bid $117.00 No Bid No Bid No Bid 80.00 No Bid 39.00 No Bid No Bid No Bid 20.00 No Bid 11.00 No Bid No Bid No Bid 34.00 No Bid $100.00 No Bid No Bid No Bid 20.00 No Bid 33.00 No Bid No Bid No Bid No Bid No Bid 20.00 No Bid No Bid No Bid No Bid No Bid 7.00 No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 351.00 No Bid No Bid No Bid No Bid No Bid 126.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 384.00 No Bid No Bid No Bid No Bid No Bid 129.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 384.00 No Bid No Bid No Bid No Bid No Bid 129.00 No Bid No Bid No Bid No Bid No Bid 114.00 No Bid No Bid No Bid No Bid No Bid 681.00 No Bid No Bid No Bid No Bid No Bid 231.00 No Bid No Bid No Bid No Bid 15.00 10.00 No Bid No Bid No Bid No Bid 50.00 96.00 No Bid No Bid No Bid No Bid 30.00 35.00 No Bid No Bid No Bid No Bid No Bid 74.00 No Bid No Bid No Bid No Bid No Bid 551.00 No Bid No Bid No Bid No Bid No Bid 202.00 No Bid No Bid No Bid No Bid No Bid 74.00 No Bid No Bid No Bid No Bid No Bid 551.00 No Bid No Bid No Bid No Bid No Bid 202.00 No Bid No Bid No Bid No Bid No Bid 83.00 No Bid No Bid No Bid No Bid No Bid 642.00 No Bid No Bid No Bid No Bid No Bid 219.00 No Bid No Bid No Bid No Bid No Bid 67.00 No Bid 100.00 No Bid No Bid No Bid 271.00 No Bid $900.00 No Bid No Bid No Bid 118.00 No Bid 300.00 No Bid No Bid No Bid 67.00 No Bid 56.00 No Bid No Bid No Bid 271.00 No Bid $500.00 No Bid No Bid No Bid 118.00 No Bid 167.00 No Bid No Bid No Bid 77.00 No Bid 56.00 No Bid No Bid No Bid 474.00 No Bid $500.00 No Bid No Bid No Bid 190.00 No Bid 167.00 No Bid No Bid No Bid 204.00 No Bid 100.00 No Bid No Bid No Bid 1,161.00 No Bid $900.00 No Bid No Bid No Bid 589.00 No Bid 300.00 No Bid No Bid No Bid 100.00 No Bid 56.00 No Bid No Bid No Bid 750.00 No Bid $500.00 No Bid No Bid No Bid 378.00 No Bid 167.00 No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 375.00 No Bid No Bid No Bid No Bid No Bid 129.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid 2.00 No Bid No Bid No Bid 30.00 No Bid $20.00 No Bid No Bid No Bid 10.00 No Bid 7.00 No Bid No Bid No Bid 46.00 No Bid No Bid No Bid No Bid No Bid 300.00 No Bid No Bid No Bid No Bid No Bid 113.00 No Bid No Bid No Bid No Bid No Bid 100.00 No Bid No Bid No Bid No Bid No Bid 870.00 No Bid No Bid No Bid No Bid No Bid 291.00 No Bid No Bid No Bid No Bid 15.00 9.00 No Bid No Bid No Bid No Bid 15.00 9.00 No Bid No Bid No Bid No Bid 50.00 69.00 No Bid No Bid No Bid No Bid 50.00 69.00 No Bid No Bid No Bid No Bid 30.00 24.00 No Bid No Bid No Bid No Bid 30.00 24.00 No Bid No Bid No Bid No Bid 15.00 12.00 No Bid No Bid No Bid No Bid 50.00 87.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid 121.00 No Bid No Bid No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 46.00 No Bid No Bid No Bid No Bid No Bid 300.00 No Bid No Bid No Bid No Bid No Bid 114.00 No Bid No Bid No Bid No Bid No Bid 46.00 No Bid No Bid No Bid No Bid No Bid 300.00 No Bid No Bid No Bid No Bid No Bid 114.00 No Bid No Bid No Bid No Bid No Bid 59.00 No Bid No Bid No Bid No Bid No Bid 510.00 No Bid No Bid No Bid No Bid No Bid 180.00 No Bid No Bid No Bid No Bid No Bid 98.00 No Bid No Bid No Bid No Bid No Bid 631.00 No Bid No Bid No Bid No Bid No Bid 290.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 1,081.00 No Bid No Bid No Bid No Bid No Bid 361.00 No Bid No Bid No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 68.00 No Bid No Bid No Bid No Bid No Bid 421.00 No Bid No Bid No Bid No Bid No Bid 201.00 No Bid No Bid No Bid No Bid No Bid 68.00 No Bid No Bid No Bid No Bid No Bid 421.00 No Bid No Bid No Bid No Bid No Bid 201.00 No Bid No Bid No Bid No Bid No Bid 18.00 No Bid No Bid No Bid No Bid No Bid 151.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 272.00 No Bid No Bid No Bid No Bid No Bid 104.00 No Bid No Bid No Bid No Bid No Bid 94.00 No Bid No Bid No Bid No Bid No Bid 709.00 No Bid No Bid No Bid No Bid No Bid 261.00 No Bid No Bid No Bid No Bid No Bid 82.00 No Bid No Bid No Bid No Bid No Bid 523.00 No Bid No Bid No Bid No Bid No Bid 201.00 No Bid No Bid No Bid No Bid No Bid 9.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 8.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid No Bid No Bid No Bid No Bid 9.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 9.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 18.00 No Bid No Bid No Bid No Bid No Bid 151.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 62.00 No Bid No Bid No Bid No Bid No Bid 330.00 No Bid No Bid No Bid No Bid No Bid 155.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid No Bid No Bid No Bid No Bid 125.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid No Bid No Bid No Bid No Bid 125.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 25.00 No Bid 20.00 No Bid No Bid No Bid 189.00 No Bid $180.00 No Bid No Bid No Bid 58.00 No Bid 60.00 No Bid No Bid No Bid 16.00 No Bid 10.00 No Bid No Bid No Bid 97.00 No Bid $90.00 No Bid No Bid No Bid 39.00 No Bid 30.00 No Bid No Bid No Bid 29.00 No Bid 20.00 No Bid No Bid No Bid 143.00 No Bid $180.00 No Bid No Bid No Bid 55.00 No Bid 60.00 No Bid No Bid No Bid 16.00 No Bid 10.00 No Bid No Bid No Bid 97.00 No Bid $90.00 No Bid No Bid No Bid 40.00 No Bid 30.00 No Bid No Bid No Bid 25.00 No Bid 10.00 No Bid No Bid No Bid 193.00 No Bid $90.00 No Bid No Bid No Bid 59.00 No Bid 30.00 No Bid No Bid No Bid 25.00 No Bid 10.00 No Bid No Bid No Bid 193.00 No Bid $90.00 No Bid No Bid No Bid 59.00 No Bid 30.00 No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 41.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid No Bid No Bid No Bid No Bid 56.00 No Bid No Bid No Bid No Bid No Bid 382.00 No Bid No Bid No Bid No Bid No Bid 144.00 No Bid No Bid No Bid No Bid No Bid 112.00 No Bid No Bid No Bid No Bid No Bid 665.00 No Bid No Bid No Bid No Bid No Bid 222.00 No Bid No Bid No Bid No Bid No Bid 49.00 No Bid No Bid No Bid No Bid No Bid 384.00 No Bid No Bid No Bid No Bid No Bid 138.00 No Bid No Bid No Bid No Bid No Bid 107.00 No Bid No Bid No Bid No Bid No Bid 733.00 No Bid No Bid No Bid No Bid No Bid 266.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 36.00 No Bid No Bid No Bid No Bid No Bid 30.00 No Bid No Bid No Bid No Bid No Bid 163.00 No Bid No Bid No Bid No Bid No Bid 70.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 388.00 No Bid No Bid No Bid No Bid No Bid 159.00 No Bid No Bid No Bid No Bid No Bid 115.00 No Bid No Bid No Bid No Bid No Bid 1,039.00 No Bid No Bid No Bid No Bid No Bid 373.00 No Bid No Bid No Bid No Bid No Bid 190.00 No Bid No Bid No Bid No Bid No Bid 1,702.00 No Bid No Bid No Bid No Bid No Bid 568.00 No Bid No Bid No Bid No Bid No Bid 114.00 No Bid No Bid No Bid No Bid No Bid 1,032.00 No Bid No Bid No Bid No Bid No Bid 363.00 No Bid No Bid No Bid No Bid No Bid 60.00 No Bid No Bid No Bid No Bid No Bid 386.00 No Bid No Bid No Bid No Bid No Bid 144.00 No Bid No Bid No Bid No Bid No Bid 60.00 No Bid No Bid No Bid No Bid No Bid 386.00 No Bid No Bid No Bid No Bid No Bid 144.00 No Bid No Bid No Bid No Bid No Bid 52.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 52.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 52.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 60.00 No Bid No Bid No Bid No Bid No Bid 386.00 No Bid No Bid No Bid No Bid No Bid 144.00 No Bid No Bid No Bid No Bid 50.00 73.00 No Bid No Bid No Bid No Bid 30.00 38.00 No Bid No Bid No Bid No Bid 50.00 73.00 No Bid No Bid No Bid No Bid 30.00 38.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 276.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 276.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid 86.00 No Bid No Bid No Bid No Bid No Bid 501.00 No Bid No Bid No Bid No Bid No Bid 218.00 No Bid No Bid No Bid No Bid No Bid 86.00 No Bid No Bid No Bid No Bid No Bid 501.00 No Bid No Bid No Bid No Bid No Bid 218.00 No Bid No Bid No Bid No Bid No Bid 58.00 No Bid No Bid No Bid No Bid No Bid 375.00 No Bid No Bid No Bid No Bid No Bid 143.00 No Bid No Bid No Bid No Bid No Bid 7.00 No Bid No Bid No Bid No Bid No Bid 55.00 No Bid No Bid No Bid No Bid No Bid 20.00 No Bid No Bid No Bid No Bid No Bid 43.00 No Bid 19.00 No Bid No Bid No Bid 262.00 No Bid $175.00 No Bid No Bid No Bid 126.00 No Bid 58.00 No Bid No Bid No Bid No Bid No Bid 390.00 No Bid No Bid No Bid No Bid No Bid 130.00 No Bid No Bid No Bid No Bid No Bid 260.00 No Bid No Bid No Bid No Bid No Bid 2,340.00 No Bid No Bid No Bid No Bid No Bid 780.00 No Bid No Bid No Bid No Bid No Bid 347.00 No Bid No Bid No Bid No Bid No Bid 3,120.00 No Bid No Bid No Bid No Bid No Bid 1,040.00 No Bid No Bid No Bid No Bid No Bid 119.00 No Bid No Bid No Bid No Bid No Bid 1,073.00 No Bid No Bid No Bid No Bid No Bid 358.00 No Bid No Bid No Bid 165.00 No Bid No Bid No Bid No Bid No Bid 1,325.00 No Bid No Bid No Bid No Bid No Bid 651.00 No Bid No Bid No Bid No Bid No Bid 696.00 No Bid No Bid No Bid No Bid No Bid 4,201.00 No Bid No Bid No Bid No Bid No Bid 2,091.00 No Bid No Bid No Bid No Bid 75.00 86.00 No Bid No Bid No Bid No Bid 450.00 606.00 No Bid No Bid No Bid No Bid 195.00 286.00 No Bid No Bid No Bid No Bid No Bid 96.00 No Bid No Bid No Bid No Bid No Bid 676.00 No Bid No Bid No Bid No Bid No Bid 316.00 No Bid No Bid No Bid No Bid 95.00 No Bid No Bid No Bid No Bid No Bid 575.00 No Bid No Bid No Bid No Bid No Bid 235.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 511.00 No Bid No Bid No Bid No Bid No Bid 3,101.00 No Bid No Bid No Bid No Bid No Bid 1,286.00 No Bid No Bid No Bid No Bid No Bid 3,101.00 No Bid No Bid No Bid No Bid No Bid 1,286.00 No Bid No Bid No Bid No Bid No Bid 69.00 No Bid No Bid No Bid No Bid No Bid 143.00 No Bid 185.00 No Bid No Bid No Bid 143.00 No Bid 185.00 No Bid No Bid No Bid 950.00 No Bid 700.00 No Bid No Bid No Bid 950.00 No Bid 700.00 No Bid No Bid No Bid 410.00 No Bid 350.00 No Bid No Bid No Bid 410.00 No Bid 350.00 No Bid No Bid No Bid 243.00 No Bid 185.00 No Bid No Bid No Bid 243.00 No Bid 185.00 No Bid No Bid No Bid 1,100.00 No Bid 700.00 No Bid No Bid No Bid 1,100.00 No Bid 700.00 No Bid No Bid No Bid 546.00 No Bid 350.00 No Bid No Bid No Bid 546.00 No Bid 350.00 No Bid No Bid No Bid 910.00 No Bid 628.00 No Bid No Bid No Bid 350.00 No Bid 315.00 No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 249.00 No Bid No Bid No Bid No Bid No Bid 1,601.00 No Bid No Bid No Bid No Bid No Bid 726.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 146.00 No Bid 450.00 No Bid No Bid No Bid 751.00 No Bid 2,450.00 No Bid No Bid No Bid 325.00 No Bid 950.00 No Bid No Bid No Bid 371.00 No Bid 425.00 No Bid No Bid No Bid 2,276.00 No Bid 2,500.00 No Bid No Bid No Bid 966.00 No Bid 1,200.00 No Bid No Bid No Bid 516.00 No Bid No Bid No Bid No Bid No Bid 3,801.00 No Bid No Bid No Bid No Bid No Bid 1,476.00 No Bid No Bid No Bid No Bid No Bid 516.00 No Bid No Bid No Bid No Bid No Bid 3,801.00 No Bid No Bid No Bid No Bid No Bid 1,476.00 No Bid No Bid No Bid No Bid No Bid 53.00 No Bid 165.00 No Bid No Bid No Bid 340.00 No Bid 515.00 No Bid No Bid No Bid 141.00 No Bid 285.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 141.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 146.00 No Bid 50.00 No Bid No Bid No Bid 826.00 No Bid 200.00 No Bid No Bid No Bid 406.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 51.00 No Bid 50.00 No Bid No Bid No Bid 336.00 No Bid 200.00 No Bid No Bid No Bid 115.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 31.00 No Bid 50.00 No Bid No Bid No Bid 150.00 No Bid 200.00 No Bid No Bid No Bid 81.00 No Bid 100.00 No Bid No Bid No Bid 51.00 No Bid 50.00 No Bid No Bid No Bid 336.00 No Bid 200.00 No Bid No Bid No Bid 115.00 No Bid 100.00 No Bid No Bid No Bid 51.00 No Bid 50.00 No Bid No Bid No Bid 336.00 No Bid 200.00 No Bid No Bid No Bid 115.00 No Bid 100.00 No Bid No Bid 450.00 No Bid No Bid 565.00 No Bid No Bid 2,800.00 No Bid No Bid 3,113.00 No Bid No Bid 1,200.00 No Bid No Bid 1,344.00 No Bid No Bid No Bid 366.00 No Bid 339.00 No Bid No Bid No Bid 2,426.00 No Bid 2,553.00 No Bid No Bid No Bid 966.00 No Bid 1,063.00 No Bid No Bid No Bid 796.00 No Bid No Bid No Bid No Bid No Bid 5,401.00 No Bid No Bid No Bid No Bid No Bid 2,126.00 No Bid No Bid No Bid No Bid 690.00 1,151.00 No Bid No Bid No Bid No Bid 4,550.00 7,101.00 No Bid No Bid No Bid No Bid 1,800.00 2,946.00 No Bid No Bid No Bid No Bid No Bid 796.00 No Bid 1,200.00 No Bid No Bid No Bid 5,401.00 No Bid 9,700.00 No Bid No Bid No Bid 2,126.00 No Bid 3,800.00 No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid No Bid 441.00 No Bid No Bid No Bid No Bid No Bid 161.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 105.00 No Bid No Bid No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid No Bid 441.00 No Bid No Bid No Bid No Bid No Bid 161.00 No Bid No Bid No Bid No Bid No Bid 85.00 No Bid No Bid No Bid No Bid No Bid 515.00 No Bid No Bid No Bid No Bid No Bid 196.00 No Bid No Bid No Bid No Bid No Bid 85.00 No Bid No Bid No Bid No Bid No Bid 515.00 No Bid No Bid No Bid No Bid No Bid 196.00 No Bid No Bid No Bid No Bid No Bid 85.00 No Bid No Bid No Bid No Bid No Bid 515.00 No Bid No Bid No Bid No Bid No Bid 196.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 371.00 No Bid No Bid No Bid No Bid No Bid 136.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 371.00 No Bid No Bid No Bid No Bid No Bid 136.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 371.00 No Bid No Bid No Bid No Bid No Bid 136.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 371.00 No Bid No Bid No Bid No Bid No Bid 136.00 No Bid No Bid No Bid No Bid No Bid 281.00 No Bid No Bid No Bid No Bid No Bid 1,416.00 No Bid No Bid No Bid No Bid No Bid 746.00 No Bid No Bid No Bid No Bid No Bid 1,651.00 No Bid 10,400.00 No Bid No Bid No Bid 11,601.00 No Bid 10,400.00 No Bid No Bid No Bid 3,901.00 No Bid 10,400.00 No Bid No Bid 200.00 379.00 No Bid No Bid No Bid No Bid 150.00 153.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 165.00 No Bid No Bid No Bid No Bid No Bid 515.00 No Bid No Bid No Bid No Bid No Bid 285.00 No Bid No Bid No Bid 161.00 No Bid 2,600.00 No Bid No Bid No Bid 1,178.00 No Bid 2,600.00 No Bid No Bid No Bid 426.00 No Bid 2,600.00 No Bid No Bid 1,695.00 1,826.00 No Bid No Bid No Bid No Bid 635.00 806.00 No Bid No Bid No Bid No Bid 225.00 271.00 No Bid No Bid No Bid No Bid 1,695.00 1,826.00 No Bid No Bid No Bid No Bid 635.00 806.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid 50.00 No Bid No Bid No Bid 151.00 No Bid 200.00 No Bid No Bid No Bid 56.00 No Bid 100.00 No Bid No Bid No Bid No Bid No Bid 50.00 No Bid No Bid No Bid No Bid No Bid 200.00 No Bid No Bid No Bid No Bid No Bid 100.00 No Bid No Bid No Bid 1,726.00 No Bid No Bid No Bid No Bid No Bid 836.00 No Bid No Bid No Bid No Bid No Bid 245.00 No Bid 300.00 No Bid No Bid No Bid 1,151.00 No Bid 1,775.00 No Bid No Bid No Bid 610.00 No Bid 600.00 No Bid No Bid No Bid 1,151.00 No Bid 1,775.00 No Bid No Bid No Bid 610.00 No Bid 600.00 No Bid No Bid No Bid 266.00 No Bid 490.00 No Bid No Bid No Bid 1,586.00 No Bid 3,090.00 No Bid No Bid No Bid 736.00 No Bid 1,210.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 66.00 No Bid 165.00 No Bid No Bid No Bid 442.00 No Bid 730.00 No Bid No Bid No Bid 166.00 No Bid 315.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 66.00 No Bid 165.00 No Bid No Bid No Bid 442.00 No Bid 730.00 No Bid No Bid No Bid 166.00 No Bid 315.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 66.00 No Bid 165.00 No Bid No Bid No Bid 442.00 No Bid 730.00 No Bid No Bid No Bid 166.00 No Bid 315.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 450.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 66.00 No Bid 165.00 No Bid No Bid No Bid 442.00 No Bid 730.00 No Bid No Bid No Bid 166.00 No Bid 315.00 No Bid No Bid No Bid 66.00 No Bid 165.00 No Bid No Bid No Bid 442.00 No Bid 730.00 No Bid No Bid No Bid 166.00 No Bid 315.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 350.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 11.00 No Bid 95.00 No Bid No Bid No Bid 91.00 No Bid 350.00 No Bid No Bid No Bid 31.00 No Bid 190.00 No Bid No Bid No Bid 12.00 No Bid 95.00 No Bid No Bid No Bid 95.00 No Bid 350.00 No Bid No Bid No Bid 32.00 No Bid 190.00 No Bid No Bid No Bid 81.00 No Bid No Bid No Bid No Bid No Bid 413.00 No Bid No Bid No Bid No Bid No Bid 231.00 No Bid No Bid No Bid No Bid No Bid 96.00 No Bid No Bid No Bid No Bid No Bid 606.00 No Bid No Bid No Bid No Bid No Bid 267.00 No Bid No Bid No Bid No Bid No Bid 96.00 No Bid 165.00 No Bid No Bid No Bid 610.00 No Bid 730.00 No Bid No Bid No Bid 267.00 No Bid 315.00 No Bid No Bid No Bid 431.00 No Bid 660.00 No Bid No Bid No Bid 2,301.00 No Bid 4,065.00 No Bid No Bid No Bid 1,246.00 No Bid 1,870.00 No Bid No Bid No Bid 166.00 No Bid 360.00 No Bid No Bid No Bid 971.00 No Bid 1,920.00 No Bid No Bid No Bid 406.00 No Bid 740.00 No Bid No Bid No Bid 166.00 No Bid 360.00 No Bid No Bid No Bid 971.00 No Bid 1,920.00 No Bid No Bid No Bid 411.00 No Bid 740.00 No Bid No Bid No Bid 1,776.00 No Bid 2,740.00 No Bid No Bid No Bid 861.00 No Bid 1,365.00 No Bid No Bid No Bid 376.00 No Bid 525.00 No Bid No Bid No Bid 1,936.00 No Bid 2,740.00 No Bid No Bid No Bid 926.00 No Bid 1,365.00 No Bid No Bid No Bid 326.00 No Bid 525.00 No Bid No Bid No Bid 1,736.00 No Bid 2,740.00 No Bid No Bid No Bid 781.00 No Bid 1,365.00 No Bid No Bid No Bid 351.00 No Bid 525.00 No Bid No Bid No Bid 1,776.00 No Bid 2,740.00 No Bid No Bid No Bid 861.00 No Bid 1,365.00 No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 1,856.00 No Bid No Bid No Bid No Bid No Bid 846.00 No Bid No Bid No Bid No Bid No Bid 110.00 No Bid No Bid No Bid No Bid No Bid 1,300.00 No Bid No Bid No Bid No Bid No Bid 590.00 No Bid No Bid No Bid No Bid No Bid 75.00 No Bid No Bid No Bid No Bid No Bid 639.00 No Bid No Bid No Bid No Bid No Bid 246.00 No Bid No Bid No Bid No Bid No Bid 231.00 No Bid No Bid No Bid No Bid No Bid 1,151.00 No Bid No Bid No Bid No Bid No Bid 651.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 951.00 No Bid No Bid No Bid No Bid No Bid 451.00 No Bid No Bid No Bid No Bid No Bid 211.00 No Bid No Bid No Bid No Bid No Bid 1,021.00 No Bid No Bid No Bid No Bid No Bid 606.00 No Bid No Bid No Bid No Bid No Bid 115.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 296.00 No Bid No Bid No Bid No Bid No Bid 126.00 No Bid No Bid No Bid No Bid No Bid 911.00 No Bid No Bid No Bid No Bid No Bid 381.00 No Bid No Bid No Bid No Bid 225.00 No Bid No Bid 252.00 No Bid No Bid 1,090.00 No Bid No Bid 1,485.00 No Bid No Bid 545.00 No Bid No Bid 522.00 No Bid No Bid 225.00 No Bid No Bid 279.00 No Bid No Bid 1,090.00 No Bid No Bid 1,503.00 No Bid No Bid No Bid 456.00 No Bid 267.00 No Bid No Bid No Bid 3,296.00 No Bid 2,400.00 No Bid No Bid No Bid 1,211.00 No Bid 800.00 No Bid No Bid No Bid 191.00 No Bid No Bid No Bid No Bid No Bid 1,031.00 No Bid No Bid No Bid No Bid No Bid 461.00 No Bid No Bid No Bid No Bid No Bid 221.00 No Bid 76.00 No Bid No Bid No Bid 1,136.00 No Bid 683.00 No Bid No Bid No Bid 486.00 No Bid 228.00 No Bid No Bid No Bid 3,691.00 No Bid 2,022.00 No Bid No Bid No Bid 27,041.00 No Bid 18,200.00 No Bid No Bid No Bid 10,711.00 No Bid 6,067.00 No Bid No Bid No Bid 216.00 No Bid 76.00 No Bid No Bid No Bid 1,341.00 No Bid 683.00 No Bid No Bid No Bid 621.00 No Bid 228.00 No Bid No Bid No Bid 681.00 No Bid 329.00 No Bid No Bid No Bid 4,001.00 No Bid 2,960.00 No Bid No Bid No Bid 1,811.00 No Bid 987.00 No Bid No Bid No Bid 286.00 No Bid 78.00 No Bid No Bid No Bid 1,541.00 No Bid 700.00 No Bid No Bid No Bid 656.00 No Bid 233.00 No Bid No Bid No Bid 1,032.00 No Bid 533.00 No Bid No Bid No Bid 6,301.00 No Bid 4,800.00 No Bid No Bid No Bid 2,176.00 No Bid 1,600.00 No Bid No Bid No Bid 1,032.00 No Bid 533.00 No Bid No Bid No Bid 6,301.00 No Bid 4,800.00 No Bid No Bid No Bid 2,427.00 No Bid 1,600.00 No Bid No Bid No Bid 1,046.00 No Bid 637.00 No Bid No Bid No Bid 6,400.00 No Bid 5,733.00 No Bid No Bid No Bid 2,731.00 No Bid 1,911.00 No Bid No Bid No Bid 6,301.00 No Bid $$3,402.00 No Bid No Bid No Bid 2,392.00 No Bid 1,249.00 No Bid No Bid No Bid 17,001.00 No Bid 11,240.00 No Bid No Bid No Bid 6,301.00 No Bid 3,747.00 No Bid No Bid No Bid 2,501.00 No Bid 1,290.00 No Bid No Bid No Bid 18,901.00 No Bid 11,609.00 No Bid No Bid No Bid 6,901.00 No Bid 3,870.00 No Bid No Bid No Bid 456.00 No Bid 244.00 No Bid No Bid No Bid 3,296.00 No Bid 2,200.00 No Bid No Bid No Bid 1,211.00 No Bid 733.00 No Bid No Bid No Bid 191.00 No Bid 67.00 No Bid No Bid No Bid 1,031.00 No Bid 600.00 No Bid No Bid No Bid 461.00 No Bid 200.00 No Bid No Bid No Bid 91.00 No Bid 87.00 No Bid No Bid No Bid 601.00 No Bid 780.00 No Bid No Bid No Bid 251.00 No Bid 260.00 No Bid No Bid No Bid 171.00 No Bid 109.00 No Bid No Bid No Bid 926.00 No Bid 980.00 No Bid No Bid No Bid 471.00 No Bid 327.00 No Bid No Bid No Bid 161.00 No Bid 108.00 No Bid No Bid No Bid 878.00 No Bid 975.00 No Bid No Bid No Bid 456.00 No Bid 325.00 No Bid No Bid No Bid 66.00 No Bid 111.00 No Bid No Bid No Bid 497.00 No Bid 1,000.00 No Bid No Bid No Bid 186.00 No Bid 333.00 No Bid No Bid No Bid 76.00 No Bid 111.00 No Bid No Bid No Bid 586.00 No Bid 1,000.00 No Bid No Bid No Bid 215.00 No Bid 333.00 No Bid No Bid No Bid 101.00 No Bid 133.00 No Bid No Bid No Bid 757.00 No Bid 1,200.00 No Bid No Bid No Bid 286.00 No Bid 400.00 No Bid No Bid No Bid 116.00 No Bid 53.00 No Bid No Bid No Bid 979.00 No Bid 480.00 No Bid No Bid No Bid 361.00 No Bid 160.00 No Bid No Bid No Bid 91.00 No Bid 53.00 No Bid No Bid No Bid 556.00 No Bid 480.00 No Bid No Bid No Bid 256.00 No Bid 160.00 No Bid No Bid No Bid 208.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 220.00 No Bid No Bid No Bid No Bid No Bid 220.00 No Bid No Bid No Bid No Bid No Bid 280.00 No Bid No Bid No Bid No Bid No Bid 280.00 No Bid No Bid No Bid No Bid No Bid 527.00 No Bid No Bid No Bid 576.00 No Bid No Bid No Bid No Bid No Bid 576.00 No Bid No Bid No Bid No Bid No Bid 1,842.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 250.00 No Bid No Bid No Bid No Bid No Bid 250.00 No Bid No Bid No Bid No Bid No Bid 310.00 No Bid No Bid No Bid No Bid No Bid 310.00 No Bid No Bid No Bid 460.00 No Bid No Bid No Bid No Bid No Bid 691.00 No Bid No Bid No Bid No Bid No Bid 691.00 No Bid No Bid No Bid No Bid No Bid 270.00 No Bid No Bid No Bid No Bid No Bid 376.00 No Bid No Bid No Bid No Bid No Bid 624.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 700.00 No Bid No Bid No Bid No Bid No Bid 700.00 No Bid No Bid No Bid No Bid No Bid 850.00 No Bid No Bid No Bid No Bid No Bid 850.00 No Bid No Bid No Bid No Bid No Bid 1,130.00 No Bid No Bid No Bid 1,791.00 No Bid No Bid No Bid No Bid No Bid 1,791.00 No Bid No Bid No Bid No Bid No Bid 5,477.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 775.00 No Bid No Bid No Bid No Bid No Bid 775.00 No Bid No Bid No Bid No Bid No Bid 925.00 No Bid No Bid No Bid No Bid No Bid 925.00 No Bid No Bid No Bid 1,160.00 No Bid No Bid No Bid No Bid No Bid 1,951.00 No Bid No Bid No Bid No Bid No Bid 1,951.00 No Bid No Bid No Bid No Bid No Bid 791.00 No Bid No Bid No Bid No Bid No Bid 1,081.00 No Bid No Bid No Bid No Bid No Bid 181.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 185.00 No Bid No Bid No Bid No Bid No Bid 700.00 No Bid No Bid No Bid No Bid No Bid 350.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid 351.00 No Bid 691.00 No Bid No Bid 125.00 No Bid No Bid 164.00 No Bid No Bid No Bid 651.00 No Bid No Bid No Bid No Bid No Bid 660.00 No Bid No Bid No Bid No Bid No Bid 841.00 No Bid No Bid No Bid No Bid No Bid 856.00 No Bid No Bid No Bid No Bid No Bid 1,501.00 No Bid No Bid No Bid No Bid No Bid 741.00 No Bid 596.00 No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid 431.00 No Bid No Bid No Bid No Bid No Bid 771.00 No Bid 691.00 No Bid 1,300.00 No Bid 1,801.00 No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid 1,176.00 No Bid No Bid No Bid No Bid No Bid 2,451.00 No Bid 1,340.00 No Bid 3,600.00 No Bid 4,751.00 No Bid No Bid No Bid No Bid No Bid 2,036.00 No Bid 1,562.00 No Bid No Bid 325.00 No Bid No Bid 457.00 No Bid No Bid No Bid 901.00 No Bid 1,562.00 No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid 2,801.00 No Bid No Bid No Bid No Bid No Bid 5,451.00 No Bid 4,180.00 No Bid 10,500.00 No Bid 18,001.00 No Bid No Bid No Bid No Bid No Bid 4,696.00 No Bid 3,862.00 No Bid No Bid No Bid 5,201.00 No Bid No Bid No Bid No Bid No Bid 5,250.00 No Bid No Bid No Bid No Bid No Bid 5,601.00 No Bid No Bid No Bid No Bid No Bid 7,141.00 No Bid No Bid No Bid No Bid No Bid 10,916.00 No Bid No Bid No Bid No Bid No Bid 851.00 No Bid No Bid No Bid No Bid 575.00 No Bid No Bid 1,163.00 No Bid No Bid No Bid 2,351.00 No Bid 3,862.00 No Bid No Bid No Bid 1,891.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,800.00 No Bid No Bid No Bid No Bid No Bid 1,800.00 No Bid No Bid No Bid No Bid No Bid 2,200.00 No Bid No Bid No Bid No Bid No Bid 2,200.00 No Bid No Bid No Bid No Bid No Bid 2,938.00 No Bid No Bid No Bid 5,616.00 No Bid No Bid No Bid No Bid No Bid 5,616.00 No Bid No Bid No Bid No Bid No Bid 14,879.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2,000.00 No Bid No Bid No Bid No Bid No Bid 2,000.00 No Bid No Bid No Bid No Bid No Bid 2,400.00 No Bid No Bid No Bid No Bid No Bid 2,400.00 No Bid No Bid No Bid 3,000.00 No Bid No Bid No Bid No Bid No Bid 5,026.00 No Bid No Bid No Bid No Bid No Bid 5,026.00 No Bid No Bid No Bid No Bid No Bid 1,881.00 No Bid No Bid No Bid No Bid No Bid 2,901.00 No Bid No Bid No Bid No Bid No Bid 426.00 No Bid No Bid No Bid No Bid 30.00 30.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid 15.00 15.00 No Bid No Bid No Bid No Bid 15.00 15.00 No Bid No Bid No Bid No Bid 545.00 No Bid No Bid 545.00 No Bid No Bid No Bid 131.00 No Bid No Bid No Bid No Bid No Bid 366.00 No Bid No Bid No Bid No Bid No Bid 248.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid $1,700.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid 36.00 No Bid No Bid No Bid No Bid No Bid 20.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2.00 No Bid No Bid No Bid 8.00 No Bid No Bid No Bid No Bid No Bid 68.00 No Bid No Bid No Bid No Bid No Bid 24.00 No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 103.00 No Bid No Bid No Bid No Bid No Bid 36.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 33.00 No Bid No Bid No Bid No Bid No Bid 21.00 No Bid No Bid No Bid No Bid No Bid 174.00 No Bid No Bid No Bid No Bid No Bid 59.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 12.00 No Bid No Bid No Bid No Bid No Bid 67.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid No Bid 27.00 No Bid No Bid No Bid No Bid No Bid 14.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 24.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $49.00 No Bid No Bid No Bid No Bid No Bid 16.00 No Bid No Bid No Bid No Bid No Bid 2.00 No Bid No Bid No Bid No Bid No Bid $20.00 No Bid No Bid No Bid No Bid No Bid 7.00 No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 98.00 No Bid No Bid No Bid No Bid No Bid 631.00 No Bid No Bid No Bid No Bid No Bid 290.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 1,081.00 No Bid No Bid No Bid No Bid No Bid 361.00 No Bid No Bid No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 42.00 No Bid No Bid No Bid No Bid No Bid 237.00 No Bid No Bid No Bid No Bid No Bid 122.00 No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 102.00 No Bid No Bid No Bid No Bid No Bid 35.00 No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 102.00 No Bid No Bid No Bid No Bid No Bid 35.00 No Bid No Bid No Bid No Bid No Bid 8.00 No Bid No Bid No Bid No Bid No Bid 67.00 No Bid No Bid No Bid No Bid No Bid 23.00 No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 102.00 No Bid No Bid No Bid No Bid No Bid 35.00 No Bid No Bid No Bid No Bid No Bid 17.00 No Bid No Bid No Bid No Bid No Bid 84.00 No Bid No Bid No Bid No Bid No Bid 43.00 No Bid No Bid No Bid No Bid No Bid 17.00 No Bid No Bid No Bid No Bid No Bid 84.00 No Bid No Bid No Bid No Bid No Bid 43.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 13.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 22.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 36.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 36.00 No Bid No Bid No Bid No Bid No Bid 10.00 No Bid No Bid No Bid No Bid No Bid 63.00 No Bid No Bid No Bid No Bid No Bid 24.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 5.00 No Bid No Bid No Bid No Bid No Bid $25.00 No Bid No Bid No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 141.00 No Bid No Bid No Bid No Bid No Bid 1,086.00 No Bid No Bid No Bid No Bid No Bid 526.00 No Bid No Bid No Bid No Bid No Bid 266.00 No Bid No Bid No Bid No Bid No Bid 2,208.00 No Bid No Bid No Bid No Bid No Bid 986.00 No Bid No Bid No Bid No Bid No Bid 2,501.00 No Bid No Bid No Bid No Bid No Bid 30,001.00 No Bid No Bid No Bid No Bid No Bid 10,001.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 894.00 No Bid No Bid No Bid No Bid No Bid 403.00 No Bid No Bid No Bid No Bid No Bid 71.00 No Bid No Bid No Bid No Bid No Bid 501.00 No Bid No Bid No Bid No Bid No Bid 206.00 No Bid No Bid No Bid No Bid No Bid 136.00 No Bid No Bid No Bid No Bid No Bid 715.00 No Bid No Bid No Bid No Bid No Bid 386.00 No Bid No Bid No Bid No Bid No Bid 411.00 No Bid No Bid No Bid No Bid No Bid 3,266.00 No Bid No Bid No Bid No Bid No Bid 1,631.00 No Bid No Bid No Bid No Bid 95.00 No Bid No Bid No Bid No Bid No Bid 575.00 No Bid No Bid No Bid No Bid No Bid 235.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 91.00 No Bid No Bid No Bid No Bid No Bid 1,016.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 883.00 No Bid No Bid No Bid No Bid No Bid 4,996.00 No Bid No Bid No Bid No Bid No Bid 2,386.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 441.00 No Bid No Bid No Bid No Bid No Bid 216.00 No Bid No Bid No Bid No Bid No Bid 507.00 No Bid No Bid No Bid No Bid No Bid 240.00 No Bid No Bid No Bid No Bid No Bid 69.00 No Bid No Bid No Bid No Bid No Bid 507.00 No Bid No Bid No Bid No Bid No Bid 240.00 No Bid No Bid No Bid No Bid No Bid 79.00 No Bid No Bid No Bid No Bid No Bid 584.00 No Bid No Bid No Bid No Bid No Bid 277.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid 680.00 No Bid No Bid No Bid No Bid No Bid 261.00 No Bid No Bid No Bid No Bid No Bid 243.00 No Bid No Bid No Bid No Bid No Bid 1,200.00 No Bid No Bid No Bid No Bid No Bid 586.00 No Bid No Bid No Bid No Bid No Bid 116.00 No Bid No Bid No Bid No Bid No Bid 716.00 No Bid No Bid No Bid No Bid No Bid 286.00 No Bid No Bid No Bid No Bid No Bid 99.00 No Bid No Bid No Bid No Bid No Bid 99.00 No Bid No Bid No Bid No Bid No Bid 676.00 No Bid No Bid No Bid No Bid No Bid 676.00 No Bid No Bid No Bid No Bid No Bid 261.00 No Bid No Bid No Bid No Bid No Bid 261.00 No Bid No Bid No Bid No Bid No Bid 116.00 No Bid No Bid No Bid No Bid No Bid 800.00 No Bid No Bid No Bid No Bid No Bid 286.00 No Bid No Bid No Bid No Bid No Bid 441.00 No Bid No Bid No Bid No Bid No Bid 216.00 No Bid No Bid No Bid No Bid No Bid 571.00 No Bid No Bid No Bid No Bid No Bid 3,001.00 No Bid No Bid No Bid No Bid No Bid 1,456.00 No Bid No Bid No Bid No Bid No Bid 76.00 No Bid No Bid No Bid No Bid No Bid 500.00 No Bid No Bid No Bid No Bid No Bid 176.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 516.00 No Bid No Bid No Bid No Bid No Bid 3,801.00 No Bid No Bid No Bid No Bid No Bid 1,476.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 706.00 No Bid No Bid No Bid No Bid No Bid 5,601.00 No Bid No Bid No Bid No Bid No Bid 1,991.00 No Bid No Bid No Bid No Bid No Bid 706.00 No Bid No Bid No Bid No Bid No Bid 5,601.00 No Bid No Bid No Bid No Bid No Bid 1,991.00 No Bid No Bid No Bid No Bid No Bid 706.00 No Bid No Bid No Bid No Bid No Bid 5,601.00 No Bid No Bid No Bid No Bid No Bid 1,991.00 No Bid No Bid No Bid No Bid No Bid 86.00 No Bid No Bid No Bid No Bid No Bid 520.00 No Bid No Bid No Bid No Bid No Bid 251.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 162.00 No Bid No Bid No Bid No Bid No Bid 910.00 No Bid No Bid No Bid No Bid No Bid 340.00 No Bid No Bid No Bid No Bid No Bid 291.00 No Bid No Bid No Bid No Bid No Bid 1,864.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 336.00 No Bid No Bid No Bid No Bid No Bid 1,951.00 No Bid No Bid No Bid No Bid No Bid 781.00 No Bid No Bid No Bid No Bid No Bid 146.00 No Bid No Bid No Bid No Bid No Bid 920.00 No Bid No Bid No Bid No Bid No Bid 371.00 No Bid No Bid No Bid No Bid No Bid 491.00 No Bid No Bid No Bid No Bid No Bid 3,214.00 No Bid No Bid No Bid No Bid No Bid 1,261.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 456.00 No Bid No Bid No Bid No Bid No Bid 156.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 185.00 No Bid No Bid No Bid No Bid No Bid 880.00 No Bid No Bid No Bid No Bid No Bid 440.00 No Bid No Bid No Bid 96.00 No Bid No Bid No Bid No Bid No Bid 582.00 No Bid No Bid No Bid No Bid No Bid 228.00 No Bid No Bid No Bid No Bid No Bid 413.00 No Bid No Bid No Bid No Bid No Bid 3,001.00 No Bid No Bid No Bid No Bid No Bid 1,150.00 No Bid No Bid No Bid No Bid No Bid 1,136.00 No Bid No Bid No Bid No Bid No Bid 6,595.00 No Bid No Bid No Bid No Bid No Bid 2,877.00 No Bid No Bid No Bid No Bid No Bid 186.00 No Bid No Bid No Bid No Bid No Bid 1,031.00 No Bid No Bid No Bid No Bid No Bid 446.00 No Bid No Bid No Bid No Bid No Bid 11.00 No Bid No Bid No Bid No Bid No Bid 91.00 No Bid No Bid No Bid No Bid No Bid 31.00 No Bid No Bid No Bid No Bid No Bid 316.00 No Bid No Bid No Bid No Bid No Bid 2,111.00 No Bid No Bid No Bid No Bid No Bid 981.00 No Bid No Bid No Bid No Bid No Bid 146.00 No Bid No Bid No Bid No Bid No Bid 982.00 No Bid No Bid No Bid No Bid No Bid 406.00 No Bid No Bid No Bid No Bid No Bid 96.00 No Bid No Bid No Bid No Bid No Bid 707.00 No Bid No Bid No Bid No Bid No Bid 267.00 No Bid No Bid No Bid No Bid No Bid 120.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 310.00 No Bid No Bid No Bid No Bid No Bid 220.00 No Bid No Bid No Bid No Bid No Bid 966.00 No Bid No Bid No Bid No Bid No Bid 461.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 251.00 No Bid No Bid No Bid No Bid No Bid 1,826.00 No Bid No Bid No Bid No Bid No Bid 671.00 No Bid No Bid No Bid No Bid No Bid 231.00 No Bid No Bid No Bid No Bid No Bid 1,776.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 361.00 No Bid No Bid No Bid No Bid No Bid 2,300.00 No Bid No Bid No Bid No Bid No Bid 900.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid 711.00 No Bid No Bid No Bid No Bid No Bid 276.00 No Bid No Bid No Bid No Bid No Bid 218.00 No Bid No Bid No Bid No Bid No Bid 1,511.00 No Bid No Bid No Bid No Bid No Bid 621.00 No Bid No Bid No Bid No Bid No Bid 301.00 No Bid No Bid No Bid No Bid No Bid 1,856.00 No Bid No Bid No Bid No Bid No Bid 846.00 No Bid No Bid No Bid No Bid No Bid 361.00 No Bid No Bid No Bid No Bid No Bid 2,296.00 No Bid No Bid No Bid No Bid No Bid 996.00 No Bid No Bid No Bid No Bid No Bid 115.00 No Bid No Bid No Bid No Bid No Bid 442.00 No Bid No Bid No Bid No Bid No Bid 235.00 No Bid No Bid No Bid No Bid No Bid 191.00 No Bid No Bid No Bid No Bid No Bid 1,151.00 No Bid No Bid No Bid No Bid No Bid 541.00 No Bid No Bid No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid No Bid 436.00 No Bid No Bid No Bid No Bid No Bid 191.00 No Bid No Bid No Bid No Bid No Bid 110.00 No Bid No Bid No Bid No Bid No Bid 856.00 No Bid No Bid No Bid No Bid No Bid 329.00 No Bid No Bid No Bid No Bid No Bid 116.00 No Bid No Bid No Bid No Bid No Bid 881.00 No Bid No Bid No Bid No Bid No Bid 346.00 No Bid No Bid No Bid No Bid No Bid 341.00 No Bid No Bid No Bid No Bid No Bid 2,039.00 No Bid No Bid No Bid No Bid No Bid 861.00 No Bid No Bid No Bid No Bid No Bid 198.00 No Bid No Bid No Bid No Bid No Bid 1,126.00 No Bid No Bid No Bid No Bid No Bid 526.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 91.00 No Bid No Bid No Bid No Bid No Bid 601.00 No Bid No Bid No Bid No Bid No Bid 251.00 No Bid No Bid No Bid No Bid No Bid 56.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 83.00 No Bid No Bid No Bid No Bid No Bid 750.00 No Bid No Bid No Bid No Bid No Bid 250.00 No Bid No Bid No Bid No Bid No Bid 167.00 No Bid No Bid No Bid No Bid No Bid 1,500.00 No Bid No Bid No Bid No Bid No Bid 500.00 No Bid No Bid No Bid No Bid No Bid 67.00 No Bid No Bid No Bid No Bid No Bid 600.00 No Bid No Bid No Bid No Bid No Bid 200.00 No Bid No Bid No Bid 111.00 No Bid No Bid No Bid No Bid No Bid 101.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 901.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 221.00 No Bid No Bid No Bid No Bid No Bid 468.00 No Bid No Bid No Bid No Bid No Bid 226.00 No Bid No Bid No Bid No Bid No Bid 346.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2,601.00 No Bid No Bid No Bid No Bid No Bid 131.00 No Bid No Bid No Bid No Bid No Bid 486.00 No Bid No Bid No Bid No Bid No Bid 551.00 No Bid No Bid No Bid No Bid No Bid 1,031.00 No Bid No Bid No Bid No Bid No Bid 26.00 No Bid No Bid No Bid No Bid No Bid 376.00 No Bid No Bid No Bid No Bid No Bid 126.00 No Bid No Bid No Bid No Bid No Bid 61.00 No Bid No Bid No Bid No Bid No Bid 901.00 No Bid No Bid No Bid No Bid No Bid 300.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 736.00 No Bid No Bid No Bid No Bid No Bid 253.00 No Bid No Bid No Bid No Bid No Bid 142.00 No Bid No Bid No Bid No Bid No Bid 1,666.00 No Bid No Bid No Bid No Bid No Bid 562.00 No Bid No Bid No Bid No Bid No Bid 78.00 No Bid No Bid No Bid No Bid No Bid 1,093.00 No Bid No Bid No Bid No Bid No Bid 385.00 No Bid No Bid No Bid No Bid No Bid 44.00 No Bid No Bid No Bid No Bid No Bid 609.00 No Bid No Bid No Bid No Bid No Bid 215.00 No Bid No Bid No Bid No Bid No Bid 49.00 No Bid No Bid No Bid No Bid No Bid 696.00 No Bid No Bid No Bid No Bid No Bid 239.00 No Bid No Bid No Bid No Bid No Bid 12.00 No Bid No Bid No Bid No Bid No Bid 91.00 No Bid No Bid No Bid No Bid No Bid 33.00 No Bid No Bid No Bid 1,500.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 135.00 No Bid No Bid No Bid No Bid No Bid 135.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid No Bid No Bid 265.00 No Bid No Bid No Bid 346.00 No Bid No Bid No Bid 1,600.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 81.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 51.00 No Bid No Bid No Bid No Bid No Bid 66.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,500.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 141.00 No Bid No Bid No Bid No Bid No Bid 481.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 220.00 No Bid No Bid No Bid No Bid No Bid 167.00 No Bid No Bid No Bid No Bid No Bid 216.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 131.00 No Bid No Bid No Bid No Bid No Bid 131.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 46.00 No Bid No Bid No Bid No Bid No Bid 121.00 No Bid No Bid No Bid No Bid No Bid 216.00 No Bid No Bid No Bid No Bid No Bid 216.00 No Bid No Bid No Bid No Bid No Bid 741.00 No Bid No Bid No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid 391.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 570.00 No Bid No Bid No Bid 451.00 No Bid No Bid No Bid No Bid No Bid 431.00 No Bid No Bid No Bid No Bid No Bid 431.00 No Bid No Bid No Bid No Bid No Bid 431.00 No Bid No Bid No Bid No Bid No Bid 852.00 No Bid No Bid No Bid 1,300.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 856.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 660.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 760.00 No Bid No Bid No Bid No Bid No Bid 780.00 No Bid No Bid No Bid No Bid No Bid 751.00 No Bid No Bid No Bid No Bid No Bid 151.00 No Bid No Bid No Bid No Bid No Bid 151.00 No Bid No Bid No Bid No Bid No Bid 201.00 No Bid No Bid No Bid No Bid No Bid 241.00 No Bid No Bid No Bid No Bid No Bid 1,176.00 No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid 1,176.00 No Bid No Bid No Bid No Bid No Bid 1,176.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,157.00 No Bid No Bid No Bid 1,246.00 No Bid No Bid No Bid No Bid No Bid 2,451.00 No Bid No Bid No Bid No Bid No Bid 3,411.00 No Bid No Bid No Bid 3,600.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,850.00 No Bid No Bid No Bid No Bid No Bid 1,901.00 No Bid No Bid No Bid No Bid No Bid 2,401.00 No Bid No Bid No Bid No Bid No Bid 2,840.00 No Bid No Bid No Bid No Bid No Bid 4,411.00 No Bid No Bid No Bid No Bid No Bid 2,251.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 425.00 No Bid No Bid No Bid No Bid No Bid 425.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid No Bid No Bid No Bid No Bid 650.00 No Bid 4,000.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 166.00 No Bid No Bid No Bid No Bid No Bid 341.00 No Bid No Bid No Bid No Bid No Bid 351.00 No Bid No Bid No Bid No Bid No Bid 351.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 656.00 No Bid No Bid No Bid No Bid No Bid 381.00 No Bid No Bid No Bid No Bid No Bid 1,352.00 No Bid No Bid No Bid No Bid No Bid 751.00 No Bid No Bid No Bid No Bid No Bid 1,300.00 No Bid No Bid No Bid 3,500.00 No Bid No Bid No Bid No Bid No Bid 4,000.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid 1,051.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 1,310.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 1,484.00 No Bid No Bid No Bid No Bid No Bid 1,501.00 No Bid No Bid No Bid No Bid No Bid 1,436.00 No Bid No Bid No Bid No Bid No Bid 176.00 No Bid No Bid No Bid No Bid No Bid 176.00 No Bid No Bid No Bid No Bid No Bid 271.00 No Bid No Bid No Bid No Bid No Bid 501.00 No Bid No Bid No Bid No Bid No Bid 2,801.00 No Bid No Bid No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid 2,801.00 No Bid No Bid No Bid No Bid No Bid 2,801.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 3,262.00 No Bid No Bid No Bid 3,001.00 No Bid No Bid No Bid No Bid No Bid 5,451.00 No Bid No Bid No Bid No Bid No Bid 10,001.00 No Bid No Bid No Bid 10,500.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 6,721.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,050.00 No Bid No Bid No Bid No Bid No Bid 1,050.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid No Bid No Bid No Bid No Bid 1,700.00 No Bid 13,150.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 360.00 No Bid No Bid No Bid No Bid No Bid 601.00 No Bid No Bid No Bid No Bid No Bid 696.00 No Bid No Bid No Bid No Bid No Bid 696.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 1,251.00 No Bid No Bid No Bid No Bid No Bid 681.00 No Bid No Bid No Bid No Bid No Bid 3,501.00 No Bid No Bid No Bid No Bid No Bid 1,436.00 No Bid No Bid No Bid No Bid No Bid 2,600.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 10,500.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 12,000.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid 2,351.00 No Bid No Bid No Bid No Bid No Bid 561.00 No Bid No Bid No Bid No Bid No Bid 686.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 6,696.00 No Bid No Bid No Bid No Bid No Bid 336.00 No Bid No Bid No Bid No Bid No Bid 1,386.00 No Bid No Bid No Bid No Bid No Bid 1,421.00 No Bid No Bid No Bid No Bid No Bid 2,591.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Sunbelt Rentals Inc Synergy Equipment 75.00 76.00 219.45 292.00 219.45 375.00 477.00 475.00 No Bid 1,600.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 50.00 No Bid No Bid 250.00 No Bid 350.00 446.25 569.00 551.25 620.00 2,619.00 2,135.00 No Bid 9,300.00 No Bid 825.00 No Bid 1,420.00 No Bid 1,803.00 No Bid No Bid No Bid 4.00 No Bid 5.00 3.50 No Bid No Bid 8.00 No Bid 6.00 25.00 No Bid No Bid No Bid No Bid 8.00 12.00 No Bid No Bid 12.00 No Bid 6.00 No Bid 11.00 No Bid 18.00 No Bid No Bid 116.55 No Bid 116.25 No Bid 116.25 No Bid No Bid 17.00 No Bid 50.00 No Bid 21.00 No Bid 17.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 50.00 No Bid No Bid No Bid 18.00 No Bid 17.00 No Bid 18.00 12.00 No Bid No Bid No Bid No Bid 35.00 69.00 No Bid No Bid 30.00 No Bid No Bid No Bid 25.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 78.00 65.00 No Bid 36.00 No Bid 28.00 No Bid 60.00 78.00 65.00 No Bid 52.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 80.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 105.00 115.00 105.00 100.00 No Bid 18.00 89.00 172.00 No Bid 84.00 No Bid No Bid 109.00 No Bid No Bid 51.00 No Bid 36.00 157.00 115.00 No Bid 63.00 315.00 No Bid No Bid 32.00 No Bid No Bid No Bid 54.00 157.00 100.00 No Bid 125.00 60.90 76.00 No Bid 130.00 38.85 No Bid No Bid 125.00 315.00 No Bid 107.10 No Bid 107.10 No Bid 110.00 140.00 No Bid No Bid No Bid 90.00 107.10 95.00 107.10 No Bid No Bid No Bid 315.00 No Bid No Bid 175.00 75.00 No Bid No Bid No Bid No Bid 50.00 No Bid No Bid No Bid 150.00 150.00 115.00 No Bid 150.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 150.00 152.25 165.00 157.00 115.00 161.50 No Bid No Bid No Bid No Bid 140.00 No Bid 135.00 No Bid 171.00 No Bid 49.00 No Bid No Bid No Bid 180.00 No Bid 171.00 84.00 No Bid No Bid 54.00 No Bid 186.00 No Bid 186.00 No Bid 108.00 35.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 105.00 250.00 No Bid 120.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 56.00 157.00 478.00 No Bid 125.00 183.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 315.00 No Bid No Bid No Bid No Bid No Bid No Bid 230.00 No Bid No Bid 179.00 238.00 239.00 240.00 No Bid 108.00 No Bid 250.00 54.00 250.00 210.00 No Bid No Bid No Bid 257.00 No Bid 259.00 188.00 262.00 188.00 262.50 275.00 292.00 No Bid 257.00 325.00 No Bid No Bid No Bid 54.00 281.00 165.00 No Bid No Bid 246.75 288.00 236.00 No Bid 791.75 No Bid 791.75 No Bid 299.25 325.00 299.25 325.00 No Bid 153.00 120.00 No Bid 472.00 338.00 315.00 322.00 315.00 300.00 No Bid 305.00 791.75 No Bid 288.75 247.00 No Bid 247.00 244.65 300.00 420.00 No Bid No Bid 250.00 No Bid 398.00 315.00 300.00 No Bid 188.00 320.00 No Bid No Bid No Bid 333.90 288.00 No Bid No Bid 376.00 338.00 472.00 338.00 279.00 No Bid No Bid 275.00 278.25 No Bid 340.00 No Bid 341.25 483.00 94.50 No Bid No Bid 349.00 263.55 391.00 244.65 No Bid 244.65 No Bid 244.65 No Bid 278.25 No Bid No Bid No Bid No Bid 225.00 No Bid No Bid No Bid 242.00 357.00 300.00 342.00 497.00 No Bid 150.00 No Bid No Bid 414.00 395.00 367.00 No Bid No Bid No Bid 370.00 288.00 355.00 415.00 372.00 330.00 288.75 No Bid No Bid 375.00 333.90 No Bid 414.00 395.00 325.00 382.00 No Bid No Bid 610.00 315.00 333.90 395.00 23.25 No Bid 236.25 No Bid No Bid 355.00 No Bid 412.00 No Bid 300.00 414.00 395.00 414.00 395.00 317.00 No Bid No Bid 415.00 420.00 No Bid 365.00 423.00 No Bid 427.00 525.00 442.00 No Bid 415.00 420.00 450.00 No Bid 395.00 No Bid 400.00 147.00 238.00 No Bid No Bid No Bid No Bid No Bid 488.00 No Bid 500.00 No Bid 500.00 No Bid 200.00 229.00 No Bid No Bid 200.00 No Bid No Bid No Bid No Bid No Bid No Bid 420.00 No Bid 405.00 No Bid No Bid No Bid 315.00 645.00 No Bid 284.00 No Bid 461.00 No Bid 408.00 446.50 495.00 477.00 475.00 477.00 475.00 477.00 475.00 477.75 324.00 No Bid No Bid 498.00 No Bid No Bid 725.00 761.00 No Bid No Bid 525.00 446.25 No Bid 477.75 No Bid No Bid No Bid 593.00 515.00 No Bid 168.00 No Bid 144.00 525.00 No Bid 525.00 No Bid 645.00 525.00 No Bid No Bid No Bid No Bid 528.15 252.00 No Bid 531.00 No Bid 531.00 No Bid 928.00 633.00 500.00 No Bid 500.00 No Bid No Bid 577.00 No Bid 325.00 580.00 601.00 445.00 582.00 No Bid 582.00 768.00 No Bid 582.00 414.75 663.00 No Bid No Bid No Bid No Bid 540.75 495.00 630.00 No Bid 630.00 958.00 630.00 768.00 630.00 445.00 582.75 No Bid 593.00 No Bid 582.75 685.00 582.75 685.00 No Bid 360.00 660.00 No Bid 1,050.00 668.00 1,417.00 668.00 1,417.00 668.00 No Bid 768.00 731.00 730.00 630.00 No Bid 520.80 684.00 No Bid No Bid No Bid 700.00 582.00 810.00 1,496.00 575.00 No Bid 575.00 No Bid 710.00 No Bid 719.00 630.00 564.00 630.00 No Bid 630.00 875.00 No Bid 915.00 No Bid 360.00 484.05 749.00 735.00 No Bid No Bid 450.00 741.00 384.00 No Bid 665.00 1,260.00 No Bid 1,879.00 889.00 No Bid 688.00 765.00 822.00 780.00 No Bid 735.00 900.00 787.50 679.00 No Bid 792.00 792.00 No Bid 685.00 798.00 1,155.00 600.00 525.00 800.00 No Bid No Bid 808.00 722.00 749.70 967.00 795.00 945.00 No Bid 825.00 520.80 825.00 561.00 840.00 No Bid 684.00 618.00 847.00 No Bid No Bid No Bid No Bid No Bid 390.00 840.00 No Bid No Bid No Bid 141.00 870.00 840.00 No Bid No Bid 694.00 No Bid 1,014.00 No Bid 1,053.00 No Bid 1,053.00 891.45 1,224.00 208.95 No Bid No Bid 500.00 No Bid 900.00 590.00 No Bid No Bid 500.00 No Bid 500.00 No Bid 968.00 540.75 No Bid 540.75 No Bid 540.75 No Bid No Bid No Bid 798.00 925.00 735.00 675.00 939.00 1,225.00 945.00 784.00 No Bid 900.00 410.55 580.00 1,260.00 1,020.00 No Bid 975.00 No Bid No Bid 1,260.00 1,020.00 729.75 No Bid No Bid 1,000.00 No Bid No Bid 618.00 No Bid 1,260.00 1,000.00 315.00 1,000.00 1,001.70 697.00 No Bid 985.00 No Bid 1,020.00 No Bid 1,030.00 761.00 No Bid 840.00 No Bid 1,034.00 945.00 1,260.00 1,020.00 662.00 No Bid No Bid No Bid 1,050.00 No Bid 1,050.00 No Bid 735.00 No Bid 735.00 No Bid 1,044.75 1,053.00 1,068.00 1,307.00 1,260.00 1,020.00 1,134.00 1,100.00 1,001.70 No Bid 1,746.00 2,125.00 939.75 No Bid No Bid 908.00 1,155.00 No Bid No Bid 925.00 No Bid 853.00 1,680.00 No Bid No Bid 1,175.00 No Bid 1,175.00 1,680.00 1,178.00 No Bid 1,201.00 No Bid 1,201.00 1,207.50 1,356.00 1,216.00 No Bid No Bid No Bid No Bid No Bid 1,260.00 No Bid 1,522.00 1,254.00 1,417.00 No Bid No Bid 1,538.00 630.00 1,300.00 1,050.00 No Bid 1,312.00 No Bid No Bid 1,213.00 No Bid 1,213.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,365.00 No Bid 1,785.00 1,538.00 1,653.00 No Bid 1,478.00 1,425.00 No Bid 1,425.00 1,522.00 1,254.00 1,470.00 1,693.00 No Bid 1,350.00 No Bid No Bid No Bid No Bid No Bid No Bid 1,619.00 1,500.00 1,161.30 1,516.00 1,522.00 1,254.00 1,522.00 1,254.00 1,522.50 967.00 1,550.00 No Bid 1,575.00 No Bid No Bid 1,595.00 1,144.50 1,620.00 1,615.00 900.00 1,522.00 1,622.00 1,496.25 1,620.00 No Bid 1,585.00 1,550.00 1,777.00 1,522.00 No Bid No Bid 1,455.00 1,161.30 1,455.00 1,522.00 No Bid No Bid 1,395.00 No Bid 1,265.00 1,725.00 No Bid 1,653.00 2,045.00 1,586.00 1,750.00 1,123.50 1,752.00 No Bid 1,422.00 1,610.00 1,780.00 No Bid 2,000.00 1,680.00 No Bid 1,575.00 1,458.00 No Bid 1,100.00 1,837.00 No Bid 1,785.00 1,694.00 1,785.00 No Bid 1,625.00 1,985.00 No Bid 1,000.00 No Bid No Bid No Bid 1,350.00 1,632.00 No Bid 1,469.00 1,950.00 No Bid No Bid 1,989.75 No Bid 2,021.25 1,620.00 No Bid No Bid 1,779.00 2,495.00 No Bid No Bid 1,365.00 2,089.00 1,989.75 No Bid 735.00 2,100.00 1,653.00 2,284.00 2,310.00 2,125.00 No Bid 1,000.00 No Bid 1,956.00 No Bid 2,162.00 No Bid 2,195.00 1,942.00 No Bid 1,552.95 2,182.00 2,100.00 2,195.00 No Bid 2,088.00 2,409.00 1,995.00 No Bid 1,995.00 315.00 2,230.00 No Bid No Bid 2,619.00 2,135.00 No Bid No Bid No Bid 2,022.00 2,310.00 2,146.00 No Bid 2,500.00 3,780.00 No Bid 2,310.00 No Bid 2,310.00 2,095.00 1,470.00 No Bid 1,470.00 No Bid No Bid No Bid 1,575.00 No Bid 4,287.00 884.00 2,190.00 2,400.00 1,916.00 No Bid No Bid 2,700.00 3,465.00 2,269.00 No Bid 2,500.00 1,680.00 No Bid 2,310.00 No Bid 2,310.00 No Bid 2,566.00 2,500.00 No Bid 2,335.00 2,520.00 No Bid 1,927.00 No Bid 1,927.00 2,684.00 2,619.00 2,135.00 2,195.00 2,599.00 1,732.50 No Bid 1,879.50 2,946.00 2,619.00 2,135.00 No Bid 2,400.00 No Bid No Bid No Bid No Bid 2,520.00 No Bid No Bid 2,400.00 2,520.00 No Bid No Bid 2,645.00 No Bid 1,200.00 1,328.00 No Bid No Bid 1,200.00 1,575.00 No Bid 3,039.00 2,975.00 No Bid 2,556.00 3,039.00 2,975.00 3,039.75 2,135.00 3,039.00 2,975.00 No Bid No Bid 3,039.00 2,975.00 3,092.00 3,200.00 No Bid 3,200.00 2,310.00 3,346.00 2,205.00 4,026.00 No Bid 3,986.00 3,360.00 No Bid No Bid No Bid 3,250.00 4,073.00 No Bid No Bid No Bid 3,100.00 3,675.00 3,100.00 3,375.00 No Bid 3,780.00 No Bid 4,685.00 No Bid 2,835.00 3,968.00 2,293.20 4,426.00 1,879.00 4,000.00 3,885.00 No Bid No Bid 3,328.00 No Bid 3,538.00 No Bid 2,750.00 3,418.00 4,650.00 4,095.00 No Bid 3,750.00 No Bid 4,200.00 No Bid No Bid 2,750.00 4,685.00 4,975.00 4,410.00 4,188.00 4,410.00 No Bid No Bid 1,875.00 5,890.00 4,854.00 No Bid 4,854.00 2,782.50 5,048.00 No Bid 4,986.00 No Bid No Bid No Bid 5,312.00 No Bid 5,225.00 4,685.00 5,400.00 No Bid 800.00 No Bid 5,048.00 No Bid 2,089.00 6,600.00 5,784.00 4,410.00 No Bid 4,987.00 No Bid 5,462.00 No Bid 5,462.00 7,688.00 No Bid 5,300.00 6,090.00 No Bid No Bid 5,300.00 6,600.00 No Bid 6,090.00 No Bid No Bid 5,096.00 No Bid No Bid No Bid 7,000.00 6,900.00 No Bid 7,835.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 8,225.00 No Bid 8,392.00 11,550.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2,550.00 No Bid 5,165.00 11,025.00 No Bid No Bid 12,880.00 16,716.00 No Bid 2,021.25 No Bid 28,875.00 No Bid No Bid No Bid 40.00 No Bid No Bid 6.00 1.00 No Bid 5.00 No Bid No Bid 375.00 No Bid No Bid No Bid 175.00 No Bid 15.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 114.00 No Bid 39.00 No Bid No Bid 50.00 No Bid 300.00 No Bid 150.00 No Bid 60.00 No Bid 360.00 No Bid 180.00 No Bid 30.00 No Bid 270.00 No Bid 90.00 No Bid 50.00 No Bid 450.00 No Bid 150.00 No Bid 81.00 No Bid 720.00 No Bid 240.00 No Bid 60.00 No Bid 540.00 No Bid 181.00 No Bid 81.00 No Bid 720.00 No Bid 240.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 25.00 No Bid 226.00 No Bid 75.00 No Bid 29.00 No Bid 252.00 No Bid 85.00 No Bid 42.00 No Bid 378.00 No Bid 126.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 8.00 No Bid 50.00 No Bid 17.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 30.00 No Bid 271.00 No Bid 90.00 No Bid 60.00 No Bid 542.00 No Bid 180.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 9.00 No Bid 81.00 No Bid 27.00 No Bid 17.00 No Bid 153.00 No Bid 51.00 No Bid 11.00 No Bid 99.00 No Bid 33.00 No Bid 21.00 No Bid 188.00 No Bid 63.00 No Bid 70.00 No Bid 635.00 No Bid 215.00 No Bid 95.00 No Bid 846.00 No Bid 282.00 No Bid 20.00 No Bid 180.00 No Bid 60.00 No Bid 30.00 No Bid 270.00 No Bid 90.00 No Bid 50.00 No Bid 450.00 No Bid 150.00 No Bid 15.00 No Bid 90.00 No Bid 30.00 No Bid 18.00 No Bid 108.00 No Bid 36.00 No Bid 28.00 No Bid 168.00 No Bid 56.00 No Bid 120.00 No Bid 600.00 No Bid 200.00 No Bid 5.00 No Bid 30.00 No Bid 10.00 No Bid 5.00 No Bid 30.00 No Bid 10.00 No Bid 6.00 No Bid 39.00 No Bid 13.00 No Bid 6.00 No Bid 39.00 No Bid 13.00 No Bid 15.00 No Bid 90.00 No Bid 30.00 No Bid 18.00 No Bid 108.00 No Bid 36.00 No Bid 6.00 No Bid 54.00 No Bid 18.00 No Bid 17.00 No Bid 153.00 No Bid 51.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1.00 No Bid 15.00 No Bid 5.00 No Bid 26.25 No Bid 173.25 No Bid 60.90 No Bid 17.85 No Bid 117.60 No Bid 40.95 No Bid 28.35 No Bid 187.95 No Bid 66.15 No Bid 44.10 No Bid 299.25 No Bid 105.00 No Bid No Bid 90.00 No Bid 30.00 No Bid 15.00 No Bid 90.00 No Bid 30.00 No Bid 18.00 No Bid 108.00 No Bid 36.00 No Bid 120.00 No Bid 600.00 No Bid 200.00 No Bid 125.00 No Bid 750.00 No Bid 250.00 No Bid 28.00 No Bid 168.00 No Bid 56.00 No Bid 30.00 No Bid 271.00 No Bid 90.00 No Bid 30.00 No Bid 271.00 No Bid 90.00 No Bid 6.00 No Bid 54.00 No Bid 18.00 No Bid 17.00 No Bid 153.00 No Bid 51.00 No Bid 11.00 No Bid 99.00 No Bid 33.00 No Bid 21.00 No Bid 188.00 No Bid 63.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 9.00 No Bid 81.00 No Bid 27.00 No Bid 17.00 No Bid 153.00 No Bid 51.00 No Bid 81.00 No Bid 720.00 No Bid 240.00 No Bid 81.00 No Bid 720.00 No Bid 240.00 No Bid 42.00 No Bid 378.00 No Bid 126.00 No Bid 25.00 No Bid 226.00 No Bid 75.00 No Bid No Bid No Bid No Bid No Bid No Bid 650.25 No Bid 324.00 No Bid 996.50 No Bid 2,650.00 No Bid 1,500.00 No Bid 1,446.50 No Bid 3,938.00 No Bid 2,168.50 No Bid 619.25 No Bid 1,638.50 No Bid 965.50 No Bid No Bid 328.00 No Bid 990.00 No Bid 630.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 80.00 No Bid 350.20 No Bid 198.00 No Bid No Bid 108.00 No Bid 697.00 No Bid 337.00 134.40 No Bid 477.75 No Bid 2,998.80 No Bid 1,197.00 No Bid 2,998.80 No Bid 1,197.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 479.85 No Bid 2,998.80 No Bid 1,195.95 No Bid 3,332.70 1,876.00 1,383.90 783.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 577.00 No Bid 2,625.00 No Bid 1,365.00 No Bid 525.00 No Bid 2,625.00 No Bid 1,365.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 600.00 No Bid 5,784.00 No Bid 2,125.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 140.00 No Bid 892.00 No Bid 368.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 115.00 No Bid 668.00 No Bid 338.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,260.00 No Bid 530.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 325.00 No Bid 1,680.00 No Bid 765.00 No Bid 50.00 No Bid 250.00 No Bid 125.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 359.00 No Bid 1,918.00 No Bid 945.00 No Bid 105.00 No Bid 498.00 No Bid 262.00 No Bid 73.00 No Bid 525.00 No Bid 262.00 No Bid 219.00 No Bid 1,249.00 No Bid 637.00 No Bid 119.00 No Bid 1,271.00 No Bid 448.00 No Bid 219.00 No Bid 1,249.00 No Bid 637.00 No Bid 73.00 No Bid 525.00 No Bid 262.00 No Bid 52.00 No Bid 293.00 No Bid 114.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 147.00 No Bid 946.00 No Bid 420.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 4,725.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 178.00 No Bid 142.00 No Bid 142.00 No Bid 191.00 No Bid 372.00 No Bid 243.00 No Bid 427.00 No Bid 696.00 No Bid 1,334.00 No Bid 178.00 No Bid 178.00 No Bid 232.00 No Bid 232.00 No Bid 284.00 No Bid 559.00 No Bid 559.00 No Bid 221.00 No Bid 250.00 No Bid 534.00 No Bid 424.00 No Bid 424.00 No Bid 571.00 No Bid 1,114.00 No Bid 726.00 No Bid 1,282.00 No Bid 2,087.00 No Bid 4,001.00 No Bid 533.00 No Bid 533.00 No Bid 694.00 No Bid 694.00 No Bid 853.00 No Bid 1,676.00 No Bid 1,676.00 No Bid 665.00 No Bid 750.00 No Bid 125.00 175.00 No Bid 875.00 No Bid 425.00 No Bid 280.00 No Bid 1,365.00 No Bid 581.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,680.00 No Bid 1,680.00 No Bid 388.00 No Bid No Bid No Bid No Bid No Bid 5,250.00 No Bid 5,250.00 No Bid 1,450.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 15,750.00 No Bid 16,750.00 No Bid 2,625.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 720.00 No Bid No Bid No Bid No Bid No Bid 1,599.00 No Bid 1,270.00 No Bid 1,270.00 No Bid 1,711.00 No Bid 3,342.00 No Bid 2,177.00 No Bid 3,842.00 No Bid 6,261.00 No Bid 12,002.00 No Bid 1,598.00 No Bid 1,598.00 No Bid 2,082.00 No Bid 2,082.00 No Bid 2,556.00 No Bid 5,027.00 No Bid 5,027.00 No Bid 1,995.00 No Bid 2,246.00 No Bid 295.00 No Bid No Bid No Bid 15.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 2.00 No Bid 30.00 No Bid 10.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 222.75 No Bid 724.64 No Bid 399.75 No Bid 200.50 No Bid 673.50 No Bid 359.50 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 753.90 No Bid 328.65 No Bid 150.15 No Bid 775.95 No Bid 354.90 No Bid 186.90 No Bid 1,045.80 No Bid 444.15 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 650.00 No Bid 3,850.00 No Bid 2,200.00 No Bid 1,500.00 No Bid 10,000.00 No Bid 4,850.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 315.00 No Bid 1,575.00 No Bid 630.00 No Bid 315.00 No Bid 1,575.00 No Bid 630.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 564.00 No Bid 4,188.00 No Bid 1,694.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 246.75 No Bid 1,496.25 No Bid 787.50 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 70.00 No Bid 583.00 No Bid 250.00 No Bid 78.00 No Bid 630.00 No Bid 262.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 191.00 No Bid 191.00 No Bid 243.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 571.00 No Bid 571.00 No Bid 726.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 273.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 630.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,680.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 1,711.00 No Bid 1,711.00 No Bid 2,177.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Discount for Delivery Not In the Package Category Sub-category Catalog Discount Catalog Discount Drop Off/Pick Up Fees Category Sub-category Trucks & Trailers Trucks and Trailers- Delivery Fee Aerial Aerial - Delivery Fee Compaction & Paving Compaction and Paving- Delivery Fee Earthmoving Earthmoving- Delivery Fee Pumps Pump- Delivery Fee Concrete & Masonry Concrete and Masonry- Delivery Fee Contractor & Industrial Contractor and Industrial- Delivery Fee Bulk & Misc Bulk & Miscellaneous- Delivery Fee Climate Control Climate Control- Delivery Fee Material Handling Material Handling- Delivery Fee Power Generation Power Generation- Delivery Fee Trench Shoring Trench Shoring- Delivery Fee Description Max Discount Max Discount Vendor PERCENTAGE OFF CATALOG FOR Delivery NOT LISTED ABOVE 15% Ring Power Corp - WCC Description Lowest Bid Amount # Vendors at Lowest DROP OFF/PICKUP $ 250.00 2 DROP OFF/PICKUP $ 125.00 1 DROP OFF/PICKUP $ 150.00 1 DROP OFF/PICKUP $ 150.00 1 DROP OFF/PICKUP $ 250.00 3 DROP OFF/PICKUP $ 150.00 2 DROP OFF/PICKUP $ 150.00 2 DROP OFF/PICKUP $ 150.00 1 DROP OFF/PICKUP $ 175.00 1 DROP OFF/PICKUP $ 165.00 1 DROP OFF/PICKUP $ 150.00 1 DROP OFF/PICKUP $ 250.00 1 A Coastal Equipment & Party Rental Alta Construction Equipment Florida Altec Industries Inc Non-Responsive No Bid 5% No Bid Lowest Vendor(s) 2nd Lowest Bid Amount # Vendors at 2nd Lowest Herc Rentals Ring Power Corp - WCC $ 400.00 2 Synergy Equipment $ 165.00 1 Synergy Equipment $ 165.00 1 Synergy Equipment $ 165.00 1 Herc Rentals Ring Power Corp - WCC Synergy Equipment $ 280.00 1 Ring Power Corp - WCC Synergy Equipment $ 165.00 1 Ring Power Corp - WCC Synergy Equipment $ 165.00 1 Ring Power Corp - WCC $ 165.00 1 Sunbelt Rentals Inc $ 280.00 1 Sunbelt Rentals Inc $ 195.00 1 Synergy Equipment $ 165.00 1 Herc Rentals - Environmental Products Group/EP Rents LLC H&E Equipment Services Inc Herc Rentals Linder Machinery No Bid 12% No Bid No Bid 2nd Lowest Vendor(s) 3rd Lowest Bid Amount # Vendors at 3rd Lowest 3rd Lowest Vendor(s) Environmental Products Group/EP Rents LLC H&E Equipment Services Inc - Sunbelt Rentals Inc $ 250.00 2 Herc Rentals Ring Power Corp - WCC Sunbelt Rentals Inc $ 250.00 2 Herc Rentals Ring Power Corp - WCC Sunbelt Rentals Inc $ 250.00 2 Herc Rentals Ring Power Corp - WCC A Coastal Equipment & Party Rental $ 400.00 1 H&E Equipment Services Inc Sunbelt Rentals Inc $ 250.00 1 Herc Rentals Sunbelt Rentals Inc $ 250.00 1 Herc Rentals Sunbelt Rentals Inc $ 250.00 1 Herc Rentals A Coastal Equipment & Party Rental $ 500.00 1 Ring Power Corp - WCC Synergy Equipment $ 250.00 1 Herc Rentals Sunbelt Rentals Inc $ 250.00 1 Herc Rentals - Ring Power Corp - WCC Sunbelt Rentals Inc Synergy Equipment 15%10%10% A Coastal Equipment & Party Rental Alta Construction Equipment Florida Altec Industries Inc Non-Responsive Environmental Products Group/EP Rents LLC No Bid No Bid No Bid 400.00 280.00 No Bid No Bid No Bid 280.00 1,000.00 No Bid No Bid 280.00 1,000.00 No Bid No Bid 280.00 No Bid No Bid No Bid 280.00 No Bid No Bid No Bid 280.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid 280.00 No Bid No Bid No Bid 280.00 No Bid No Bid No Bid 280.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid H&E Equipment Services Inc Herc Rentals Linder Machinery Ring Power Corp - WCC Sunbelt Rentals Inc Synergy Equipment 400.00 250.00 No Bid 250.00 No Bid No Bid 400.00 250.00 No Bid 250.00 165.00 125.00 400.00 250.00 1,000.00 250.00 165.00 150.00 400.00 250.00 1,200.00 250.00 165.00 150.00 400.00 250.00 No Bid 250.00 No Bid 250.00 400.00 250.00 No Bid 150.00 165.00 150.00 400.00 250.00 No Bid 150.00 165.00 150.00 400.00 250.00 No Bid 150.00 165.00 No Bid No Bid No Bid No Bid 500.00 175.00 No Bid 400.00 250.00 No Bid 405.00 165.00 195.00 400.00 250.00 No Bid 600.00 165.00 150.00 No Bid 250.00 No Bid No Bid No Bid No Bid v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 27-25 HEAVY EQUIPMENT RENTAL NOTICE Tuesday, April 15, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Thursday, May 15, 2025 to provide: The City of Clearwater is soliciting sealed bids for heavy equipment rentals. 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/160293. 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/160293. 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: Thursday, May 15, 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/160293 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: April 15, 2025 Advertise Tampa Bay Times: April 23, 2025 Question Submission Deadline: May 6, 2025, 10:00am Due Date & Time for Submissions and Opening: May 15, 2025, 10:00am Review Bids: May 15-27, 2025 v. 7.2024 7 Council Authorization: June 2025 Contract Begins: June 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. 3.8 Amendments v. 7.2024 8 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 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 Scope of Work The City of Clearwater is requesting proposals from qualified vendors to provide heavy equipment rentals (without operators) on an as-needed basis for routine citywide operations and emergency response efforts. 4.3 General Equipment Requirements • All products offered shall reflect the latest design and technological advancements. Equipment rentals and related products and services shall comply with all applicable ASTM International standards, as well as any other relevant federal, state and local regulations, including those specific to the City. • All equipment shall be in compliance with ANSI (American National Standards Institute) standards and OSHA (Occupational Safety and Health Administration) regulations. • All rental equipment shall be fully functional and capable of performing its intended functions in accordance with the manufacturer's specifications. All required safety features and associated attachments shall be in place and functioning as designed. Should any equipment be delivered in non-working condition or become non-functional during use, the Company is responsible for v. 7.2024 17 retrieving and replacing the unit at no additional cost to the City. Routine maintenance or repairs not resulting from misuse shall also be provided free of charge during the rental term. • Equipment shall be properly maintained and serviced, ensuring it is in excellent working condition. Maintenance records and documentation shall be available for inspection. • Rental units shall be less than five (5) years old unless otherwise specified and certified for operational performance. • Upon delivery, the Company shall provide documentation detailing the equipment’s current condition, including any visual, pre-existing damage. Both the Company and the City shall jointly inspect and confirm the equipment’s condition at the time of delivery and again upon return. No rental charges shall be incurred by the City without a signed acknowledgement of equipment acceptance. • Where applicable, equipment shall feature an enclosed cab suitable for operation in adverse weather conditions. 4.4 Sample Equipment Categories A full list of equipment has been provided on the Pricing Sheet. Aerials: Scissor Lift Boom lifts Miscellaneous: Skidsteer Hoses Cables/Extension Cords Climate Control: Portable Air Conditioners Compaction & Paving: Roller Ride Roller Attachment Concrete & Masonry: Buggies Trowels Handheld Cutoff Saws Walk-Behind Saws Contractor & Industrial: Street Sweepers Light Towers Chain Saws v. 7.2024 18 Brush Chippers Stump Grinders Earthmoving: Skidsteers Track Loaders Backhoe Loaders Excavators Dozers Wheel Loaders Misc Attachments Marine & Boat: Aluminum Boat Barge Material Handling: Forklifts Conveyors Portable Generation and Transfer Switches Pumps: Centrifugal Trash Submersible Trench Shoring Trucks & Trailers: Equipment Water Storage Dump Bucket Message Boards Vacuum Suction Tankers Renewable Energy & Solar Equipment 4.5 Special Requirements v. 7.2024 19 The contractor shall provide the following services in conjunction with the rental of heavy equipment: 1. Delivery and Pickup: o Ensure timely delivery of equipment to designated locations within Clearwater. o Arrange for pickup of equipment within 48 hours of the rental period ending or as otherwise agreed upon in the rental terms. o Delivery and pickup shall be charged as a single, one-time fee. The City reserves the right to negotiate delivery fees when multiple units are ordered and shipped from same and to the same location. 2. Maintenance: o Conduct routine maintenance inspections on all rented equipment. Maintenance records shall be maintained and made available upon request. o Promptly address any equipment malfunctions or failures to minimize downtime. o A replacement policy shall be in place for equipment requiring extended maintenance (i.e. longer than 72 hours). Please provide policy with bid submittal. 3. Emergency Support: o Emergency technical support shall be available and provided within 24 hours for any malfunctioning equipment. o Contact information for emergency service technicians shall be provided at the time of rental. A. Physical Damage: o Upon finding by the City that all rental equipment is in satisfactory working condition and free from obvious mechanical and structural defects, the City agrees to return the equipment, at the end of the rental period, in the same rented condition, excepting normal wear and tear. o In case of theft or total loss of equipment, the fair market value shall be established in accordance with generally accepted accounting practices for this type of equipment. 4.6 Delivery Requirements All rented equipment shall be delivered in accordance with the following conditions: • Delivery and pick-up dates and times shall be coordinated and confirmed in advanced to align with the City’s operational needs. • Flexible scheduling may be required during emergency situations. • All equipment shall arrive clean, fully operational, and ready for immediate use. • Deliveries shall occur during normal business hours (Monday through Friday, 8:00 AM to 5:00 PM), unless alternative arrangements have been approved. • Upon delivery, a pre-use inspection of the equipment shall be conducted in the presence of City personnel to document the condition and functionality. • All safety operating manuals shall accompany the equipment at the time of delivery. v. 7.2024 20 • Any anticipated or unforeseen delivery delays shall be promptly reported to the City’s designated representative. 4.7 Payment / Invoicing Payment for accepted goods/services shall be submitted to the respective requesting City department. All invoices shall include the following information: • Delivery Site location(s) • Date of service(s) • Services/Product rendered • Unit prices in accordance with the Bid Pricing • Unique invoice number • Purchase Order (PO) number 4.8 New Products and Services • New products and services may be incorporated into the contract during its term through a written amendment, provided they fall within the scope. These additional materials may include, but are not limited to, new products introduced to the Manufacturer's catalog and services that incorporate new technology and improved functionality. All additions are subject to review and approval of the City. • The City reserves the right to modify or remove items from the equipment list at any time during the contract term as necessary. 4.9 Licenses and Certifications • Valid Department of Transportation (DOT) certification for all drivers and equipment operators • OSHA safety certifications applicable to heavy equipment operation • Manufacturer certifications for specialized machinery, where applicable 4.10 Emergency Response • The City 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 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. v. 7.2024 21 • 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. INSURANCE REQUIREMENTS 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 v. 7.2024 22 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, 27-25 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 June 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. 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. two (2), 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 proposal. v. 7.2024 23 A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics 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. 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 Heavy Equipment Rentals to the City of Clearwater at the price(s) stated below. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH v. 7.2024 24 AERIAL Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Aerial- Delivery Fee DROP OFF/PICKUP Each 2 Aerial - Personal Lifts MAST LIFT 7FT PUSH AROUND MANUAL LIFT Each 3 Aerial - Electric Scissor Lifts SCISSOR LIFT 20FT 32IN P-DECK ELEC Each 4 Aerial - Electric Scissor Lifts SCISSOR LIFT 40FT 47IN ELEC Each 5 Aerial - Electric Scissor Lifts SCISSOR LIFT 40FT 47IN BLK ELEC Each 6 Aerial - Rough Terrain Scissor Lifts SCISSOR LIFT 26FT RT OUTR DSL Each 7 Aerial - Boom Lifts Articulated BOOM ARTICULATED 30FT JIB NARROW ELEC Each 8 Aerial - Boom Lifts Articulated BOOM ARTICULATED 34FT JIB 4WD DSL Each 9 Aerial - Boom Lifts Articulated BOOM ARTICULATED 45FT 4WD DF Each 10 Aerial - Boom Lifts Articulated BOOM ARTICULATED 60FT 4WD DF Each 11 Aerial - Boom Lifts Articulated BOOM ARTICULATED 80FT 4WD DF Each 12 Aerial - Boom Lifts Articulated BOOM ARTICULATED 125FT JIB 4WD DSL Each v. 7.2024 25 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 13 Aerial - Boom Lifts Articulated BOOM ARTICULATED 135FT JIB 4WD DSL Each BULK & MISCELLANEOUS Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 1 Bulk & Miscellaneous- Delivery Fee DROP OFF/PICKUP Each 2 Bulk & Miscellaneous STEEL PLATE 4FTX8FTX1IN Each 3 Bulk & Miscellaneous STEEL PLATE 6FTX10FTX1IN Each 4 Bulk & Miscellaneous STEEL PLATE 8FTX12FTX1IN Each 5 Bulk & Miscellaneous STEEL PLATE 8FTX16FTX1.5IN Each 6 Bulk & Miscellaneous SKIDSTEER AUGER EXTENSION 24 Each 7 Bulk & Miscellaneous SKIDSTEER AUGER EXTENSION 48 Each 8 Bulk & Miscellaneous SKIDSTEER AUGER BIT 6 Each 9 Bulk & Miscellaneous SKIDSTEER AUGER BIT 12 Each 10 Bulk & Miscellaneous SKIDSTEER AUGER BIT 18 Each 10 Bulk & Miscellaneous REFL TRAFFIC BARRICADE W/FLASHER 24 Each 10 Bulk & Miscellaneous REFL TRAFFIC BARRICADE TYPE 111 W/STANDS & FLASHERS Each 11 Bulk & Miscellaneous TRAFFIC CONE Each 11 Bulk & Miscellaneous TRAFFIC CONE 28" W/6" & 4" REFL STRIPE Each v. 7.2024 26 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 12 Bulk & Miscellaneous WATER FILLED TRAFFIC BARRICADE ORANGE Each 13 Bulk & Miscellaneous ROAD PLATE 5X8 Each 14 Bulk & Miscellaneous ROAD PLATE 5X10 Each 15 Bulk & Miscellaneous ROAD PLATE 8X10 Each 16 Bulk & Miscellaneous ROAD PLATE 8X20 Each 17 Bulk & Miscellaneous BOARD MESSAGE VERTICAL MID MATRIX MODEM Each 18 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Each 19 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 2X20 Each 20 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 3X20 Each 21 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 4X20 Each 22 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 6X10 Each 23 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 6X20 Each 24 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 8X10 Each 25 Bulk & Miscellaneous KANAFLEX SUCTION HOSE CAM CPLNG 8X20 Each 26 Bulk & Miscellaneous KANAFLEX SUCTION HOSE BAUER CPLNG 4X20 Each 27 Bulk & Miscellaneous KANAFLEX SUCTION HOSE BAUER CPLNG 6X20 Each 28 Bulk & Miscellaneous KANAFLEX SUCTION HOSE BAUER CPLNG 8X20 Each v. 7.2024 27 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 29 Bulk & Miscellaneous KANAFLEX SUCTION HOSE BAUER CPLNG 12X10 Each 30 Bulk & Miscellaneous KANAFLEX SUCTION HOSE BAUER CPLNG 12X20 Each 31 Bulk & Miscellaneous PVC SUCTION HOSE CAM CPLNG 2X20 Each 32 Bulk & Miscellaneous PVC SUCTION HOSE CAM CPLNG 3X20 Each 33 Bulk & Miscellaneous PVC SUCTION HOSE CAM CPLNG 4X20 Each 34 Bulk & Miscellaneous PVC SUCTION HOSE CAM CPLNG 6X20 Each 35 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 1X20 Each 36 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 2X20 Each 37 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 3X20 Each 38 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 4X20 Each 39 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 6X10 Each 40 Bulk & Miscellaneous RUBBER SUCTION HOSE CAM CPLNG 6X20 Each 41 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 4X20 Each 42 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 6X20 Each 43 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 8X10 Each 44 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 8X20 Each 45 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 10X10 Each v. 7.2024 28 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 46 Bulk & Miscellaneous RUBBER SUCTION HOSE BAUER CPLNG 12X10 Each 47 Bulk & Miscellaneous RUBBER SUCTION HOSE VICT CPLNG 6X20 Each 48 Bulk & Miscellaneous RUBBER SUCTION HOSE FLNG CPLNG 8X20 Each 49 Bulk & Miscellaneous RUBBER SUCTION HOSE FLNG CPLNG 10X20 Each 50 Bulk & Miscellaneous RUBBER SUCTION HOSE FLNG CPLNG 12X20 Each 51 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 3X20 Each 52 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 4X10 Each 53 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 4X20 Each 54 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 6X20 Each 55 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 8X10 Each 56 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 8X20 Each 57 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 10X20 Each 58 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 12X10 Each 59 Bulk & Miscellaneous COMPOSITE DISCHARGE HOSE W/FLANGE 12X20 Each 60 Bulk & Miscellaneous CANVAS FIRE HOSE 1-1/2X50 Each 61 Bulk & Miscellaneous CANVAS FIRE HOSE 2-1/2X50 Each 62 Bulk & Miscellaneous CANVAS FIRE HOSE 3X50 Each v. 7.2024 29 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 63 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL CAMLOCK 1X20 Each 64 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL CAMLOCK 2X20 Each 65 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL CAMLOCK 3X20 Each 66 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL CAMLOCK 4X20 Each 67 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL CAMLOCK 6X20 Each 68 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL FLANGE 2X20 Each 69 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL FLANGE 3X20 Each 70 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL FLANGE 4X20 Each 71 Bulk & Miscellaneous CHEMICAL HOSE W/SSTL FLANGE 6X20 Each 72 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE CAM CPLNG 2X50 Each 73 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE CAM CPLNG 3X50 Each 74 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE CAM CPLNG 4X50 Each 75 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE CAM CPLNG 6X50 Each 76 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE CAM CPLNG 8X50 Each 77 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE BAUER CPLNG 4X50 Each 78 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE BAUER CPLNG 6X50 Each 79 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE BAUER CPLNG 8X50 Each v. 7.2024 30 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 80 Bulk & Miscellaneous ORAFLEX DISCHARGE HOSE FLNG CPLNG 10X50 Each 81 Bulk & Miscellaneous PVC DISCHARGE HOSE CAM CPLNG 2X50 Each 82 Bulk & Miscellaneous PVC DISCHARGE HOSE CAM CPLNG 3X50 Each 83 Bulk & Miscellaneous PVC DISCHARGE HOSE CAM CPLNG 4X50 Each 84 Bulk & Miscellaneous PVC DISCHARGE HOSE CAM CPLNG 6X50 Each 85 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 2X25 Each 86 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 2X50 Each 87 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 3X50 Each 88 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 4X25 Each 89 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 4X50 Each 90 Bulk & Miscellaneous RUBBER DISCHARGE HOSE CAM CPLNG 6X50 Each 91 Bulk & Miscellaneous RUBBER DISCHARGE HOSE PIN CPLNG 3X25 Each 92 Bulk & Miscellaneous RUBBER DISCHARGE HOSE FLNG CPLNG 8X50 Each 93 Bulk & Miscellaneous RUBBER DISCHARGE HOSE FLNG CPLNG 10X50 Each 94 Bulk & Miscellaneous RUBBER DISCHARGE HOSE FLNG CPLNG 12X50 Each 95 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 2X20 Each 96 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 3X20 Each v. 7.2024 31 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 97 Bulk & Miscellaneous OIL SUCT/DISCH HOSE 4XSPECIAL LE Each 98 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 4X20 Each 99 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 6X20 Each 100 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 8X20 Each 101 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 10X20 Each 102 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 12X10 Each 103 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 12X20 Each 104 Bulk & Miscellaneous OIL SUCT/DISCH HOSE FLNG CPLNG 14X10 Each 105 Bulk & Miscellaneous PIPE ADAPTER 6 FLANGE X F NPT Each 106 Bulk & Miscellaneous PIPE ADAPTER 8 FLANGE X F BAUER Each 107 Bulk & Miscellaneous PIPE ADAPTER 8 FLANGE X M BAUER Each 108 Bulk & Miscellaneous PIPE ADAPTER 4 F CAM X F NPT TYPE D Each 109 Bulk & Miscellaneous SUCTION HOSE STRAINER 4 Each 110 Bulk & Miscellaneous SUCTION HOSE STRAINER 6 Each 111 Bulk & Miscellaneous SUCTION HOSE STRAINER 8 Each 112 Bulk & Miscellaneous EYEWASH STATION Each 113 Bulk & Miscellaneous CABLE 10/4 50FT 30A Each v. 7.2024 32 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 114 Bulk & Miscellaneous CABLE 8/5 50FT BARE Each 115 Bulk & Miscellaneous CABLE 2 50FT CAMLOCK 5 BANDED Each 116 Bulk & Miscellaneous FEMALE PIGTAIL 2 UNDER 10FT Each 117 Bulk & Miscellaneous FEMALE PIGTAIL 2 UNDER 10FT 5 BANDED Each 118 Bulk & Miscellaneous MALE PIGTAIL 2 UNDER 10FT Each 119 Bulk & Miscellaneous MALE PIGTAIL 2 UNDER 10FT 5 BANDED Each 120 Bulk & Miscellaneous CABLE 2/0 50FT CAMLOCK Each 121 Bulk & Miscellaneous CABLE 2/0 100FT CAMLOCK Each 122 Bulk & Miscellaneous FEMALE PIGTAIL 2/0 UNDER 10FT Each 123 Bulk & Miscellaneous MALE PIGTAIL 2/0 UNDER 10FT Each 124 Bulk & Miscellaneous CABLE 4/0 25FT CAMLOCK Each 125 Bulk & Miscellaneous CABLE 4/0 50FT CAMLOCK Each 126 Bulk & Miscellaneous CABLE 4/0 100FT CAMLOCK Each 127 Bulk & Miscellaneous FEMALE PIGTAIL 4/0 UNDER 10FT Each 128 Bulk & Miscellaneous MALE PIGTAIL 4/0 UNDER 10FT Each 129 Bulk & Miscellaneous DISTRO BOX 100A CAM SET IN/5X20A OUT Each 130 Bulk & Miscellaneous DISTRO BOX 100A CAM SET IN/12X20A OUT Each v. 7.2024 33 Line Item Category Description UOM Per Day (24-hrs) Per Month (28-days) Per Week (7-days) No Bid 131 Bulk & Miscellaneous DISTRO BOX 200A CAM SET IN/6X50A CS Each 132 Bulk & Miscellaneous DISTRO BOX 400A CAM SET IN/6X50A CS Each 133 Bulk & Miscellaneous DISTRO BOX 400A CAM SET IN/10X50A CS Each 134 Bulk & Miscellaneous SPIDER BOX CABLE 6/4 50FT 50A CS Each 135 Bulk & Miscellaneous SPIDER BOX CABLE 6/4 100FT 50A CS Each 136 Bulk & Miscellaneous SPIDER BOX 50A CS IN/6X20A STR/1X30A TL Each 137 Bulk & Miscellaneous QUAD BOX STRING 3 BOX 20A 50' W/L2120 Each 138 Bulk & Miscellaneous QUAD BOX STRING 3 BOX 30A 50' W/L2130 Each 139 Bulk & Miscellaneous QUAD BOX CABLE 12/5 50FT L2120 Each 140 Bulk & Miscellaneous QUAD BOX CABLE 12/5 100FT L2120 Each 141 Bulk & Miscellaneous QUAD BOX CABLE 10/5 50FT L2130 Each 142 Bulk & Miscellaneous QUAD BOX CABLE 10/5 100FT L2130 Each 143 Bulk & Miscellaneous EXTENSION CORD 12/3 50FT Each 144 Bulk & Miscellaneous EXTENSION CORD 12/3 100FT Each 145 Bulk & Miscellaneous EXTENSION CORD 10/3 50FT 15AMP NEMA 5-15 Each 146 Bulk & Miscellaneous CABLE RAMP Each CLIMATE CONTROL v. 7.2024 34 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Climate Control- Delivery Fee DROP OFF/PICKUP Each 2 Climate Control - Portable Air Conditioners 1 TON PORT AIR CONDITIONER 120V Each 3 Climate Control - Air Conditioners 1 TON SPLIT SYSTEM AIR CONDITIONER 120V Each 4 Climate Control - Portable Air Conditioners 1 TON PORT AIR COND HEPA UV WATER 120V Each 5 Climate Control - Air Conditioners With Heat 5 TON AIR CONDITION SKID 20KW HEAT Each 6 Climate Control - Air Conditioners With Heat 10 TON AIR CONDITION SKID 36KW HEAT Each 7 Climate Control - Air Conditioners 20 TON INDUSTRIAL AIR CONDITIONER Each COMPACTION & PAVING Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Compaction and Paving- Delivery Fee DROP OFF/PICKUP Each 2 Compaction and Paving - Trench Rollers ROLLER TRENCH VIBRA DBL DRUM 22IN DSL Each 3 Compaction and Paving - Trench Rollers ROLLER TRENCH VIBRA DBL DRUM 32IN DSL Each v. 7.2024 35 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 4 Compaction and Paving - Single Drum ROLLER RIDE-ON PADFT 54IN SNG 5 TON Each 5 Compaction and Paving - Single Drum ROLLER RIDE-ON PADFT 66IN SNG 8 TON Each 6 Compaction and Paving - Single Drum ROLLER RIDE-ON PADFT 84IN SNG 11 TON Each 7 Compaction and Paving - Single Drum ROLLER RIDE-ON PADFT 84IN SNG 14 TON Each 8 Compaction and Paving - Single Drum ROLLER RIDE-ON SMOOTH 42IN SNG 2 TON Each 9 Compaction and Paving - Single Drum ROLLER RIDE-ON SMOOTH 54IN SNG 5 TON Each 10 Compaction and Paving - Single Drum ROLLER RIDE-ON SMOOTH 66IN SNG 8 TON Each 11 Compaction and Paving - Single Drum ROLLER RIDE-ON SMOOTH 84IN SNG 11 TON Each 12 Compaction and Paving - Double Drum ROLLER RIDE-ON SMOOTH 35IN DBL 1 TON GAS Each 13 Compaction and Paving - Double Drum ROLLER RIDE-ON SMOOTH 47IN DBL 3 TON DSL Each 14 Compaction and Paving - Double Drum ROLLER RIDE-ON SMOOTH 66IN DBL 7 TON DSL Each v. 7.2024 36 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 15 Compaction and Paving - Double Drum ROLLER RIDE-ON SMOOTH 66IN DBL 11TON DSL Each 16 Compaction and Paving - Padfoot Roller Attachments ROLLER ATTACHMENT PADFOOT 5 TON Each 17 Compaction and Paving - Padfoot Roller Attachments ROLLER ATTACHMENT PADFOOT 8 TON Each 18 Compaction and Paving - Padfoot Roller Attachments ROLLER ATTACHMENT PADFOOT 11 TON Each 19 Compaction and Paving - Tamper Attachments PLATE ATT 12IN 1-7MT MINI EX 3000LB Each 20 Compaction and Paving - Tamper Attachments PLATE ATT 24IN BH & 8MT MINI EX 6500LB Each 21 Compaction and Paving - Tamper Attachments PLATE ATT 27IN 10-18MT EXCAVATOR 11000LB Each 22 Compaction and Paving - Milling Machines ROAD MILLING COLD 80IN WIDE Each 23 Compaction and Paving - Hot Asphalt Transports TRAILER ASPHALT 4 TON Each 24 Compaction and Paving TAILGATE-MOUNTED PAVING BOX Each 25 Compaction and Paving SELF-PROPELLED VARIABLE WIDTH HOT-MIX PAVER WITH ADJUSTABLE AND HEATED SCREED Each v. 7.2024 37 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 26 Compaction and Paving 1,000 GALLON HEATED TACK OIL TANKER WITH SPRAY WAND Each 27 Compaction and Paving HEATED RECYCLED ASPHALT POTHOLE PATCHER TRUCK Each CONCRETE & MASONRY Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Concrete and Masonry- Delivery Fee DROP OFF/PICKUP Each 2 Concrete and Masonry - Concrete Mix & Haul Trailers CONTAINER 40 FT OFFICE Each 3 Concrete and Masonry - Chain Saws CHAIN SAW CONCRETE 12-16IN GAS Each 4 Concrete and Masonry - Buggies CONCRETE WHEEL BUGGY 8-10 CU FT BATT Each 5 Concrete and Masonry - Buggies CONCRETE WHEEL BUGGY 16 CU FT GAS Each 6 Concrete and Masonry - Buggies CONCRETE TRACK BUGGY 12 CU FT GAS Each 7 Concrete and Masonry - Buggies CONCRETE TRACK BUGGY 16 CU FT GAS Each 8 Concrete and Masonry - Trowels CONCRETE TROWEL 96IN POWER RIDE-ON GAS Each v. 7.2024 38 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 9 Concrete and Masonry - Handheld Cutoff Saws CONCRETE CUTOFF SAW 12IN HAND HELD GAS Each 10 Concrete and Masonry - Handheld Cutoff Saws CONCRETE CUTOFF SAW 14IN HAND HELD GAS Each 11 Concrete and Masonry - Handheld Cutoff Saws CONCRETE CUTOFF SAW 16IN HAND HELD GAS Each 12 Concrete and Masonry - Walk- Behind Saws CONCRETE PUSH W/B SAW 0-9 HP GAS SOFFCUT Each 13 Concrete and Masonry - Walk- Behind Saws CONCRETE PUSH W/B SAW 10-19 HP GAS Each 14 Concrete and Masonry - Walk- Behind Saws CONCRETE SELFPROP W/B SAW 10-19 HP GAS Each 15 Concrete and Masonry - Walk- Behind Saws CONCRETE SELFPROP W/B SAW 20-29 HP GAS Each 16 Concrete and Masonry - Walk- Behind Saws CONCRETE SELFPROP W/B SAW 30-39 HP GAS Each v. 7.2024 39 CONTRACTOR & INDUSTRIAL Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Contractor and Industrial- Delivery Fee DROP OFF/PICKUP Each 2 Contractor and Industrial - Street Sweepers Sweepers - Regen Each 3 Contractor and Industrial - Street Sweepers Sweepers - Mechanical Each 4 Contractor and Industrial - Street Sweepers SWEEPER CONTRUCTION RIDE ON 4 WHEEL CAB Each 5 Contractor and Industrial - Portable SURVEILLANCE PRIMARY CAMERA UNIT Each 6 Contractor and Industrial - Portable SURVEILLANCE SECONDARY CAMERA UNIT Each 7 Contractor and Industrial - Portable SURVEILLANCE CAMERA W TRIPOD 115V Each 8 Contractor and Industrial - Light Towers LIGHT TOWER 50W LED SOLAR SKID Each 9 Contractor and Industrial - Light Towers LIGHT TOWER 640W LED SOLAR TRAILER Each v. 7.2024 40 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 10 Contractor and Industrial - Light Towers LIGHT TOWER 200W LED SOLAR TRAILER Each 11 Contractor and Industrial - Light Towers LIGHT TOWER VERT MAST MAN NARROW BODY Each 12 Contractor and Industrial - Light Towers LIGHT TOWER HORIZ MAST MAN NARROW BODY Each 13 Contractor and Industrial - Light Towers LIGHT TOWER VERT MAST ELEC NARROW BODY Each 14 Contractor and Industrial - Light Towers LIGHT TOWER VERT MAST LED TRAILER Each 15 Contractor and Industrial - Light Towers LIGHT TOWER BALLOON KIT Each 16 Contractor and Industrial - Light Towers LIGHT TOWER MAN MAST 16FT LED CART 120V Each 17 Contractor and Industrial - Light Towers LIGHT TOWER ELEC MAST 23FT LED CART 120V Each 18 Contractor and Industrial - Light Towers LIGHT TOWER MAN MAST 23FT LED TRAIL 120V Each v. 7.2024 41 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 19 Contractor and Industrial - Light Towers LIGHT TOWER VERT MAST 20KW WIDE BODY Each 20 Contractor and Industrial - Light Towers LIGHT TOWER CUBE VERT MAST LED SKID Each 21 Contractor and Industrial - Light Towers LIGHT TOWER 640W LED SOLAR TRAILER Each 22 Contractor and Industrial - Light Towers LIGHT TOWER 200W LED SOLAR TRAILER Each 23 Contractor and Industrial - Light Towers LIGHT TOWER VERT MAST MAN NARROW BODY Each 24 Contractor and Industrial - Light Towers LIGHT TOWER MAN MAST 16FT LED CART 120V Each 25 Contractor and Industrial - Pole Pruners POLE PRUNER SAW 8-12FT REACH GAS Each 26 Contractor and Industrial - Chain Saws CHAIN SAW 16IN GAS Each 27 Contractor and Industrial - Chain Saws CHAIN SAW 18IN GAS Each v. 7.2024 42 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 28 Contractor and Industrial - Chain Saws CHAIN SAW 20IN GAS Each 29 Contractor and Industrial - Chain Saws CHAIN SAW 25IN GAS Each 30 Contractor and Industrial - Brush Chippers BRUSH CHIPPER 6-7IN 20 - 25 HP GAS Each 31 Contractor and Industrial - Brush Chippers BRUSH CHIPPER 10-12IN 49 - 74 HP DSL Each 32 Contractor and Industrial - Brush Chippers BRUSH CHIPPER 12IN 49 - 90 HP GAS Each 33 Contractor and Industrial - Brush Chippers BRUSH CHIPPER 18IN 170 - 179 HP DSL Each 34 Contractor and Industrial - Stump Grinders STUMP GRINDER 10 - 19 HP GAS Each 35 Contractor and Industrial - Stump Grinders STUMP GRINDER 20 - 29 HP GAS Each 36 Contractor and Industrial - Stump Grinders STUMP GRINDER 60 - 69 HP DSL Each EARTHMOVING v. 7.2024 43 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Earthmoving- Delivery Fee DROP OFF/PICKUP Each 2 Earthmoving - Wheel Loaders MINI WHEEL LOADER W/B < 600LB CAPBATTERY Each 3 Earthmoving - Tracked Mini Skidloaders MINI TRACK LOADER W/B < 600LB CAP GAS Each 4 Earthmoving - Tracked Mini Skidloaders MINI TRACK LOADER W/B < 600LB CAP DSL Each 5 Earthmoving - Tracked Mini Skidloaders MINI TRACK LOADER W/B > 600LB CAP DSL Each 6 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 250-750LB ROPS Each 7 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 250-750LB CAB Each 8 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 1300-2099LB ROPS Each 9 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 1300-2099LB CAB Each 10 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 1751-2099LB ROPS HF Each 11 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 1751-2099LB CAB HF Each 12 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2100-2399LB ROPS Each 13 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2100-2399LB CAB Each v. 7.2024 44 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 14 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2100-2399LB ROPS HF Each 15 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2400-2999LB ROPS Each 16 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2400-2999LB CAB Each 17 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2400-2999LB ROPS HF Each 18 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER 2400-2999LB CAB HF Each 19 Earthmoving - Skidsteer Loaders SKIDSTEER LOADER OVER 3000LB ROPS HF Each 20 Earthmoving - Track Loaders COMPACT TRACK LOADER 600- 1299LB ROPS Each 21 Earthmoving - Track Loaders COMPACT TRACK LOADER 1300- 1699LB ROPS Each 22 Earthmoving - Track Loaders COMPACT TRACK LOADER 1300- 1699LB CAB Each 23 Earthmoving - Track Loaders COMPACT TRACK LOADER 1700- 1999LB ROPS Each 24 Earthmoving - Track Loaders COMPACT TRACK LOADER 1700- 1999LB CAB Each 25 Earthmoving - Track Loaders COMPACT TRACK LOADER 2000- 2399LB ROPS Each 26 Earthmoving - Track Loaders COMPACT TRACK LOADER 2000- 2399LB CAB Each 27 Earthmoving - Track Loaders COMPACT TRACK LOADER 2000- 2399LB ROPS HF Each v. 7.2024 45 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 28 Earthmoving - Track Loaders COMPACT TRACK LOADER 2000- 2399LB CAB HF Each 29 Earthmoving - Track Loaders COMPACT TRACK LOADER 2400- 2799LB ROPS Each 30 Earthmoving - Track Loaders COMPACT TRACK LOADER 2400- 2799LB CAB Each 31 Earthmoving - Track Loaders COMPACT TRACK LOADER 2400- 2799LB CAB HF Each 32 Earthmoving - Track Loaders COMPACT TRACK LOADER 2800LB & OVER ROPS Each 33 Earthmoving - Track Loaders COMPACT TRACK LOADER 2800LB & OVER CAB Each 34 Earthmoving - Track Loaders COMPACT TRACK LOADER 2800LB & UP ROPS HF Each 35 Earthmoving - Track Loaders COMPACT TRACK LOADER 2800LB & UP CAB HF Each 36 Earthmoving - Backhoe Loaders BACKHOE COMPACT TLB 20-23HP 4WD ROPS DSL Each 37 Earthmoving - Backhoe Loaders BACKHOE COMPACT TLB 24-29HP 4WD ROPS DSL Each 38 Earthmoving - Backhoe Loaders BACKHOE 70-97HP 2WD ROPS DSL Each 39 Earthmoving - Backhoe Loaders BACKHOE 70-97HP 4WD ROPS DSL Each 40 Earthmoving - Backhoe Loaders BACKHOE 70-97HP 4WD ROPS EXTENDAHOE DSL Each 41 Earthmoving - Backhoe Loaders BACKHOE 70-97HP 4WD CAB DSL Each v. 7.2024 46 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 42 Earthmoving - Backhoe Loaders BACKHOE 70-97HP 4WD CAB EXTENDAHOE DSL Each 43 Earthmoving - Backhoe Loaders BACKHOE 98-115HP 4WD ROPS EXTENDAHOE DSL Each 44 Earthmoving - Backhoe Loaders BACKHOE 98-115HP 4WD CAB DSL Each 45 Earthmoving - Backhoe Loaders BACKHOE 98-115HP 4WD CAB EXTENDAHOE DSL Each 46 Earthmoving - Backhoe Loaders BACKHOE OVER 115HP 4WD ROPS EXTENHOE DSL Each 47 Earthmoving - Backhoe Loaders BACKHOE OVER 115HP 4WD CAB DSL Each 48 Earthmoving - Backhoe Loaders BACKHOE OVER 115HP 4WD CAB EXTENDHOE DSL Each 49 Earthmoving - Mini Excavators MINI-EXCAVATOR 2000-2999 LBS DSL ROPS Each 50 Earthmoving - Mini Excavators MINI-EXCAVATOR 2000-2999 LBS ELC ROPS Each 51 Earthmoving - Mini Excavators MINI-EXCAVATOR 3000-3999 LBS DSL ROPS Each 52 Earthmoving - Mini Excavators MINI-EXCAVATOR 4000-4999 LBS DSL ROPS Each 53 Earthmoving - Mini Excavators MINI-EXCAVATOR 4000-4999 LBS HYBRID ROPS Each 54 Earthmoving - Mini Excavators MINI-EXCAVATOR 5000-6999 LBS DSL ROPS Each 55 Earthmoving - Mini Excavators MINI-EXCAVATOR 5000-6999 LBS DSL CAB Each v. 7.2024 47 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 56 Earthmoving - Mini Excavators MINI-EXCAVATOR 5000-6999 LBS BATT ROPS Each 57 Earthmoving - Mini Excavators MINI-EXCAVATOR 7000-8999 LBS DSL ROPS Each 58 Earthmoving - Mini Excavators MINI-EXCAVATOR 7000-8999 LBS DSL CAB Each 59 Earthmoving - Mini Excavators MINI-EXCAVATOR 9000-11999 LBS DSL ROPS Each 60 Earthmoving - Mini Excavators MINI-EXCAVATOR 9000-11999 LBS DSL CAB Each 61 Earthmoving - Mini Excavators MINI-EXCAVATOR 12000-13999 LBS DSL ROPS Each 62 Earthmoving - Mini Excavators MINI-EXCAVATOR 12000-13999 LBS DSL CAB Each 63 Earthmoving - Mini Excavators MINI-EXCAVATOR 14000-19000 LBS DSL ROPS Each 64 Earthmoving - Mini Excavators MINI-EXCAVATOR 14000-19000 LBS DSL CAB Each 65 Earthmoving - Excavators EXCAVATOR 28000-38000 LBS STD REACH Each 66 Earthmoving - Excavators EXCAVATOR 28000-38000 LBS REDUCED TAIL Each 67 Earthmoving - Mini Excavators EXCAVATOR 28000-38000 LBS RED TAILRUBTRK Each 68 Earthmoving - Excavators EXCAVATOR 28000-38000 LBS CAB WHEELED Each 69 Earthmoving - Excavators EXCAVATOR 39000-42000 LBS STD REACH Each 70 Earthmoving - Excavators EXCAVATOR 43000-49999 LBS STD REACH Each v. 7.2024 48 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 71 Earthmoving - Excavators EXCAVATOR 50000-59999 LBS STD REACH Each 72 Earthmoving - Excavators EXCAVATOR 50000-59999 LBS REDUCED TAIL Each 73 Earthmoving - Excavators EXCAVATOR 50000-59999 LBS WHEELED Each 74 Earthmoving - Excavators EXCAVATOR 60000-69999 LBS STD REACH Each 75 Earthmoving - Excavators EXCAVATOR 60000-69999 LBS LONG REACH Each 76 Earthmoving - Excavators EXCAVATOR 70000-80000 LBS STD REACH Each 77 Earthmoving - Dozers DOZER STD TRACK 86-95 HP ROPS Each 78 Earthmoving - Dozers DOZER STD TRACK 86-95 HP CAB Each 79 Earthmoving - Dozers DOZER WIDE TRACK 86-95 HP ROPS Each 80 Earthmoving - Dozers DOZER WIDE TRACK 86-95 HP CAB Each 81 Earthmoving - Dozers DOZER STD TRACK 96-105 HP ROPS Each 82 Earthmoving - Dozers DOZER STD TRACK 96-105 HP CAB Each 83 Earthmoving - Dozers DOZER WIDE TRACK 96-105 HP ROPS Each 84 Earthmoving - Dozers DOZER WIDE TRACK 96-105 HP CAB Each 85 Earthmoving - Dozers DOZER WIDE TRACK 106-130 HP ROPS Each 86 Earthmoving - Dozers DOZER WIDE TRACK 106-130 HP CAB Each 87 Earthmoving - Dozers DOZER WIDE TRACK 131-165 HP CAB Each v. 7.2024 49 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 88 Earthmoving - Wheel Loaders WHEEL LOADER 2.0-2.4 YD STD BKT DSL Each 89 Earthmoving - Wheel Loaders WHEEL LOADER 3.0-3.4 YD STD BKT DSL Each 90 Earthmoving - Wheel Loaders WHEEL LOADER 2.5-3.4 YD MP BKT DSL Each 91 Earthmoving - Wheel Loaders WHEEL LOADER 3.5-3.9 YD STD BKT DSL Each 92 Earthmoving - Wheel Loaders WHEEL LOADER 4.0-4.5 YD STD BKT DSL Each 93 Earthmoving - Wheel Loaders WHEEL LOADER 4.0-4.5 YD MP BKT DSL Each 94 Earthmoving - Agricultural Tractors TRACTOR COMPACT 20-29HP 4WD DSL Each 95 Earthmoving - Agricultural Tractors TRACTOR 40-49HP 4WD DSL Each 96 Earthmoving - Agricultural Tractors TRACTOR 60-69HP 4WD DSL Each 97 Earthmoving - Agricultural Tractors TRACTOR 90-99HP 4WD DSL Each 98 Earthmoving - Agricultural Tractors TRACTOR LOADER 30-39HP 4WD DSL Each 99 Earthmoving - Agricultural Tractors TRACTOR SKIPLOADER 60-90HP 4WD DSL Each 100 Earthmoving - Walk- Behind Trenchers TRENCHER W/B TRACK 24IN GAS Each v. 7.2024 50 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 101 Earthmoving - Walk- Behind Trenchers TRENCHER W/B TRACK 36IN GAS Each 102 Earthmoving - Walk- Behind Trenchers TRENCHER W/B WHEEL 0IN TO 18IN GAS Each 103 Earthmoving - Walk- Behind Trenchers TRENCHER W/B WHEEL 24IN GAS Each 104 Earthmoving - Ride-On Trenchers TRENCHER RIDE-ON 35-49HP DSL Each 105 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT AUGER Each 106 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT TRENCHER Each 107 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER SOIL CONDITIONER Each 108 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT TILLER Each 109 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT BREAKER <250 LBS Each v. 7.2024 51 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 110 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT BUCKET Each 111 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT GRAPPLE BKT 36IN Each 112 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT GRAPPLE BKT 42IN Each 113 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT GRAPPLE BKT 48IN Each 114 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT FORKS Each 115 Earthmoving - Mini- Skidsteer Track Machine Attachments WB LOADER ATTACHMENT BORING Each 116 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT AUGER MED TORQUE Each 117 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT AUGER HI TORQUE Each 118 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT ANGLE BROOM Each 119 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT SWEEPER Each v. 7.2024 52 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 120 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT TRENCHER Each 121 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT ROOT RAKE W CLAMP Each 122 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT ROCK HOUND RAKE Each 123 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT SOIL CONDITIONER Each 124 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT FLAIL MOWER Each 125 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BRUSH CUTTER 60 SF Each 126 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BRUSH CUTTER 66 SF Each 127 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BRUSH CUTTER 72 SF Each 128 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BRUSH CUTTER 72 HF Each 129 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT FORESTRY MULCHER Each 130 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT PLANER 14IN SF Each 131 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT PLANER 18IN HF Each 132 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT PLANER 24IN HF Each 133 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT TILLER Each v. 7.2024 53 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 134 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT POST DRIVER Each 135 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT SPREADER Each 136 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT TREE BOOM Each 137 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT TILE SCRAPER Each 138 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT SHEAR Each 139 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT DOZER BLADE Each 140 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT VACUUM LIFT BATTERY Each 141 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT FORKS 42IN Each 142 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT FORKS 48IN Each 143 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT FORKS 72IN Each 144 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT ASPHALT FLOAT Each 145 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BREAKER 191-290 LBS Each 146 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BREAKER 291-390 LBS Each 147 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BREAKER 391-600 LBS Each v. 7.2024 54 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 148 Earthmoving - Skidsteer Attachments COMBO SSL M-EX ATTACH BREAKER 391-600LBS Each 149 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BREAKER 601-900 LBS Each 150 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 36IN Each 151 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 56IN LOW-PRO Each 152 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 62IN Each 153 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 62IN 4 IN 1 Each 154 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 62IN LOW-PRO Each 155 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 66IN Each 156 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 66IN 4 IN 1 Each 157 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 66IN LOW-PRO Each 158 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 68IN Each 159 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 68IN 4 IN 1 Each 160 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 68IN LOW-PRO Each 161 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 72IN Each v. 7.2024 55 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 162 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 72IN 4 IN 1 Each 163 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 74IN Each 164 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 74IN 4 IN 1 Each 165 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 74IN LIGHT Each 166 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 74IN LOW-PRO Each 167 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 78IN LOW-PRO Each 168 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 80IN Each 169 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 80IN LOW-PRO Each 170 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BUCKET 84IN Each 171 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT BRUSH GRAPPLE Each 172 Earthmoving - Backhoe Attachments SKIDSTEER ATTACHMENT GRAPPLE BKT 36IN Each 173 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT GRAPPLE BKT 60-65IN Each 174 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT GRAPPLE BKT 66-71IN Each 175 Earthmoving - Skidsteer Attachments SKIDSTEER ATTACHMENT GRAPPLE BKT 72-77IN Each v. 7.2024 56 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 176 Earthmoving - Tractor Attachments TRACTOR ATTACHMENT RIPPER Each 177 Earthmoving - Tractor Attachments TRACTOR ATTACHMENT BOX BLADE Each 178 Earthmoving - Tractor Attachments TRACTOR ATTACHMENT ROTARY BRUSH MOWER Each 179 Earthmoving - Skidsteer Attachments TRACTOR ATTACHMENT FLAIL MOWER Each 180 Earthmoving - Tractor Attachments TRACTOR ATTACHMENT TILLER Each 181 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT COMPACTION WHL 12IN Each 182 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT COMPACTION WHL 18IN Each 183 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT COMPACTION WHL 24IN Each 184 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT THUMB Each 185 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT FORKS 42IN Each 186 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT FORKS 48IN Each 187 Earthmoving - Backhoe Attachments BACKHOE ATTACHMENT FORKS 60IN Each 188 Earthmoving - Backhoe Attachments BACKHOE BUCKET CRIBBING 8IN QC Each 189 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 12IN QC Each v. 7.2024 57 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 190 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 18IN QC Each 191 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 24IN QC Each 192 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 30IN QC Each 193 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 36IN QC Each 194 Earthmoving - Backhoe Attachments BACKHOE BUCKET SMOOTH 36IN QC Each 195 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 42IN QC Each 196 Earthmoving - Backhoe Attachments BACKHOE BUCKET SMOOTH 48IN QC Each 197 Earthmoving - Backhoe Attachments BACKHOE BUCKET TRENCH 48IN QC Each 198 Earthmoving - Backhoe Attachments BACKHOE BUCKET 1YD SIDE DUMP Each 199 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT AUGER MED TORQUE Each 200 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT COMPACTION WHL Each 201 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT FORESTRY MULCHER Each 202 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT BREAKER 191-290 LBS Each 203 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT BREAKER 391-600 LBS Each v. 7.2024 58 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 204 Earthmoving - Excavators Attachments MINI-EX ATTACHMENT BREAKER 601-900 LBS Each 205 Earthmoving - Excavators Attachments MINI-EX ATTACH SWING CPLR UP TO 9K LBS Each 206 Earthmoving - Excavators Attachments MINI-EX TLB ATTACH SWING CPLR 14-20K LBS Each 207 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET CRIBBING 10IN QC Each 208 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH <12IN QC Each 209 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 12IN QC Each 210 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 12IN PO Each 211 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 12IN QC Each 212 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 16IN QC Each 213 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 18IN QC Each 214 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 18IN PO Each 215 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 18IN QC Each 216 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 24IN QC Each 217 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 24IN PO Each v. 7.2024 59 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 218 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 24IN QC Each 219 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 30IN QC Each 220 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 30 IN QC Each 221 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 36IN QC Each 222 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 36IN PO Each 223 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 36IN QC Each 224 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SWING 36IN QC Each 225 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 42IN QC Each 226 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET TRENCH 48N QC Each 227 Earthmoving - Excavators Attachments MINI-EX <19K LBS BUCKET SMOOTH 48IN QC Each 228 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 12IN QC Each 229 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 18IN QC Each 230 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 18IN PO Each 231 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 24IN QC Each v. 7.2024 60 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 232 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 24IN PO Each 233 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 30IN QC Each 234 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 30IN PO Each 235 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 36IN QC Each 236 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 36IN PO Each 237 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 42IN QC Each 238 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 42IN PO Each 239 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 48IN QC Each 240 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 48IN PO Each 241 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET SCREEN 48IN QC Each 242 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET SMOOTH 60IN QC Each 243 Earthmoving - Excavators Attachments EXCAVAT 28K-39K BUCKET TRENCH 60IN PO Each 244 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET TRENCH 30IN PO Each 245 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET TRENCH 36IN PO Each v. 7.2024 61 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 246 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET TRENCH 42IN PO Each 247 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET TRENCH 48IN PO Each 248 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET SMOOTH 60IN PO Each 249 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET SMOOTH 66IN PO Each 250 Earthmoving - Excavators Attachments EXCAVAT 39K-50K BUCKET SMOOTH 72IN PO Each 251 Earthmoving - Excavators Attachments EXCAVAT 50K-60K BUCKET TRENCH 48IN PO Each 252 Earthmoving - Excavators Attachments EXCAVAT 50K-60K BUCKET TRENCH 54IN PO Each 253 Earthmoving - Excavators Attachments EXCAVAT 60K-80K BUCKET TRENCH 36IN PO Each 254 Earthmoving - Excavators Attachments EXCAVAT 60K-80K BUCKET TRENCH 54IN PO Each 255 Earthmoving - Excavators Attachments EXCAVAT ATTACHMENT GRAPPLE BUCKET Each 256 Earthmoving - Excavators Attachments EXCAVAT ATTACHMENT FLAIL MOWER Each 257 Earthmoving - Excavators Attachments EXCAVAT ATTACHMENT COMPACTION WHL 36IN Each 258 Earthmoving - Excavators Attachments EXCAVAT ATTACHMENT BREAKER 2501-4800 LBS Each 259 Earthmoving - Excavators Attachments EXCAVATOR THUMB ATTACHMENT HYDRAULIC Each v. 7.2024 62 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 260 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT ROOT RAKE W CLAMP Each 261 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT LANDSCAPE RAKE Each 262 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT BOOM Each 263 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT FORKS 48IN Each 264 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT FORKS 60IN Each 265 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT FORKS 72IN Each 266 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT FORKS 96IN Each 267 Earthmoving - Wheel Loader Attachments LOADER BUCKET 4YD AND OVER Each 268 Earthmoving - Wheel Loader Attachments LOADER BUCKET COMBINATION Each 269 Earthmoving - Wheel Loader Attachments LOADER BUCKET ROLLOUT 5-6YD Each 270 Earthmoving - Wheel Loader Attachments LOADER BUCKET ROLLOUT 7.5YD AND OVER Each v. 7.2024 63 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 271 Earthmoving - Wheel Loader Attachments LOADER BUCKET SIDE DUMP Each 272 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT PIPE GRAPPLE FORK Each 273 Earthmoving - Wheel Loader Attachments LOADER ATTACHMENT GRAPPLE BUCKET Each 274 Earthmoving - Tractor Attachments DOZER ATTACHMENT ROOT RAKE NO CLAMP Each 275 Earthmoving - Excavators Attachments CONCRETE HWY BARRIER LIFTING TONGS Each MARINE & BOAT Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Marine and Boat- Delivery Fee Barge and Accessories Delivery fee Each 2 Marine and Boat Aluminum Boat 12' >9hp w trailer Each 3 Marine and Boat Aluminum Boat 14' >9hp w trailer Each 4 Marine and Boat Aluminum Boat 16' >9hp w trailer Each 5 Marine and Boat 24' Pontoon Boat >40hp w trailer Each 6 Marine and Boat Steel Barge 40x10x5 Each 7 Marine and Boat Single only Steel Barge 13x40x3 Each 8 Marine and Boat 23ft anchor spuds Each v. 7.2024 64 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 9 Marine and Boat 33ft anchor spuds Each 10 Marine and Boat Steel push boat 8x25 >100hp twin outboards Each 11 Marine and Boat Crane Mats 4x20 Each 12 Marine and Boat Steel Dredge Dumpster 30yd Each 13 Marine and Boat Electric Anchor Spud Winches Each 14 Marine and Boat Spud Well Each MATERIAL HANDLING Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Material Handling- Delivery Fee DROP OFF/PICKUP Each 2 Material Handling - Warehouse Forklifts WAREHOUSE FORKLIFT 3000LB CUSHION LPG Each 3 Material Handling - Warehouse Forklifts WAREHOUSE FORKLIFT 4000LB CUSHION ELEC Each 4 Material Handling - Warehouse Forklifts WAREHOUSE FORKLIFT 5000LB PNEU DSL CAB Each 5 Material Handling - Warehouse Forklifts WAREHOUSE FORKLIFT 10000LB CUSHION LPG Each 6 Material Handling - Telehandler Forklifts TELEHANDLER 5500LB 16-20FT LIFT ROPS BLK Each v. 7.2024 65 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 7 Material Handling - Telehandler Forklifts TELEHANDLER 9000LB 42-44FT LIFT ROPS Each 8 Material Handling - Conveyors CONVEYOR MATERIAL 10FT X 12IN Each 9 Material Handling - Conveyors CONVEYOR MATERIAL 10FT X 18IN Each 10 Material Handling - Conveyors CONVEYOR MATERIAL TOWABLE 24-26FT ELEC Each POWER GENERATION Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Power Generation- Delivery Fee DROP OFF/PICKUP Each 2 Power Generation - Portable 5KW PORTABLE GENERATOR GAS Each 3 Power Generation - Portable 3KW Portable Generator 120V inverter generator Each 4 Power Generation - Portable 5KW PORTABLE GENERATOR DSL Each 5 Power Generation - Portable 6KW PORTABLE GENERATOR GAS Each 6 Power Generation - Portable 7KW SILENT PORTABLE GENERATOR GAS Each 7 Power Generation - Portable 10KW PORTABLE GENERATOR GAS Each 8 Power Generation - Portable 14KW PORTABLE GENERATOR 120/240V 1PH GAS Each v. 7.2024 66 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 9 Power Generation - Portable 16KW PORTABLE GENERATOR 120/240V 1PH/3PH Each 10 Power Generation - Portable 23KW PORTABLE GENERATOR 120/480V 1PH/3PH Each 11 Power Generation - Generators 8KW GENERATOR DSL Each 12 Power Generation - Generators 15KW GENERATOR DSL Each 13 Power Generation - Generators 20KW GENERATOR DSL Each 14 Power Generation - Portable 25KW GENERATOR MEGA SILENT DSL Each 15 Power Generation - Generators 40KW GENERATOR DSL Each 16 Power Generation - Portable 65KW GENERATOR MEGA SILENT DSL Each 17 Power Generation - Generators 80KW GENERATOR DSL Each 18 Power Generation - Generators 100KW GENERATOR DSL Each 19 Power Generation - Generators 100KW GENERATOR SKID MOUNTED DSL Each 20 Power Generation - Generators 120KW GENERATOR DSL Each 21 Power Generation - Generators 175KW GENERATOR DSL Each 22 Power Generation - Generators 175KW GENERATOR SKID MOUNTED DSL Each v. 7.2024 67 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 23 Power Generation - Generators 200KW GENERATOR DSL Each 24 Power Generation - Generators 250KW GENERATOR DSL Each 25 Power Generation - Generators 250KW GENERATOR SKID MOUNTED DSL Each 26 Power Generation - Portable 275KW GENERATOR MEGA SILENT DSL Each 27 Power Generation - Generators 320KW GENERATOR DSL Each 28 Power Generation - Generators 320KW GENERATOR SKID MOUNTED DSL Each 29 Power Generation - Generators 500KW GENERATOR DSL Each 30 Power Generation - Generators 500KW GENERATOR DSL T4F Each 31 Power Generation - Generators 800KW GENERATOR DSL Each 32 Power Generation - Generators 1000KW GENERATOR DSL Each 33 Power Generation - Generators 1350KW GENERATOR DSL Each 34 Power Generation - Generators 1600KW GENERATOR DSL Each 35 Power Generation - Fuel Tanks FUEL TANK UP TO 100 GALLON Each 36 Power Generation - Fuel Tanks PROSOL DEF TANK 100 GALLON GALVANIZED Each v. 7.2024 68 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 37 Power Generation - Fuel Tanks FUEL TANK 251 GALLON Each 38 Power Generation - Fuel Tanks FUEL TANK 552 GALLON Each 39 Power Generation - Fuel Tanks FUEL TANK 523 GALLON TOWABLE Each 40 Power Generation - Fuel Tanks FUEL TANK 787 GALLON Each 41 Power Generation - Fuel Tanks FUEL TANK 1204 GALLON Each 42 Power Generation - Fuel Tanks FUEL TANK 2388 GALLON Each 43 Power Generation - Power Distribution SPLITER PANEL 400 AMP CAMLOCK Each 44 Power Generation - Step-Down Transformers TRANSFORMER 30KVA 480-120/208 MILL PANEL Each 45 Power Generation - Power Distribution STEPDOWN TRANSFORMER 480- 208V Each 46 Power Generation - Power Distribution TRANSFER SWITCH 200 AMP Each 47 Power Generation - Power Distribution TRANSFER SWITCH 200 AMP ATS Each 48 Power Generation - Power Distribution TRANSFER SWITCH 400 AMP ATS Each v. 7.2024 69 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 49 Power Generation - Power Distribution TRANSFER SWITCH 800 AMP Each 50 Power Generation - Transformers TRANSFORMER 30KVA 480- 120/208V STEP DWN Each 51 Power Generation - Power Distribution TRANSFORMER 45KVA 480- 120/208V STEP DWN Each PUMPS Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Pump- Delivery Fee DROP OFF/PICKUP Each 2 Pump - Centrifugal Pumps w/ suction and discharge hoses PUMP CENTRIFUGAL 3IN GAS Each 3 Pump - Centrifugal Pumps w/ suction and discharge hoses PUMP CENTRIFUGAL 4IN GAS Each 4 Pump - Trash Pumps w/ suction and discharge hoses PUMP TRASH 4IN GAS Each 5 Pump - Diaphragm Pumps w/ suction and discharge hoses PUMP 6IN DOUBLED DIAPHRAGM SO ATT DSL Each v. 7.2024 70 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 6 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 4IN DSL Each 7 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 4IN T4F DSL Each 8 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 6IN DSL Each 9 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 6IN T4F DSL Each 10 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 6IN SUPER DSL Each 11 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 6IN SUPER T4F DSL Each 12 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 8IN DSL Each 13 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 8IN SUPER DSL Each v. 7.2024 71 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 14 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 12IN DSL Each 15 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 12IN SUPER DSL Each 16 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 14IN DSL Each 17 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST 18IN DSL Each 18 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 4IN DSL Each 19 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 4IN DSL T4F Each 20 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 6IN DSL Each 21 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 6IN DSL T4F Each v. 7.2024 72 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 22 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 8IN DSL Each 23 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 8IN DSL SKID Each 24 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 12IN DSL Each 25 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT 12IN DSL SKID Each 26 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT CHOP 4IN DSL Each 27 Pump - Trash Pumps w/ suction and discharge hoses PUMP VAC ASSIST SND ATT CHOP 6IN DSL Each 28 Pump - Submersible Pumps w/ suction and discharge hoses PUMP SUBMERSIBLE 2IN ELEC Each 29 Pump - Submersible Pumps w/ suction and discharge hoses PUMP SUBMERSIBLE 2HP 3PH 460V 2IN ELEC Each v. 7.2024 73 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 30 Pump - Submersible Pumps w/ suction and discharge hoses PUMP SUBMERSIBLE HV 10HP 3PH 6IN ELEC Each 31 Pump - Submersible Pumps w/ suction and discharge hoses PUMP SUBMERSIBLE 6IN ELEC Each 32 Pump - Submersible Pumps w/ suction and discharge hoses PUMP SUBMERSIBLE 8IN ELEC Each TRENCH SHORING Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Trench Shoring- Delivery Fee DROP OFF/PICKUP Each 2 Trench Shoring MANHOLE BOX 2FTX8FTX8FT Each 3 Trench Shoring MANHOLE BOX 4FTX10FTX10FT Each 4 Trench Shoring MANHOLE BOX 4FTX8FTX8FT Each 5 Trench Shoring MANHOLE BOX 8FTX10FTX10FT Each 6 Trench Shoring MANHOLE BOX 8FTX8FTX8FT Each 7 Trench Shoring MANHOLE BOX PLYWOOD 4FTX8FTX6-8FT Each 8 Trench Shoring MANHOLE BOX PLYWOOD 8FTX8FTX6-8FT Each v. 7.2024 74 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 9 Trench Shoring MANHOLE BOX 6FTX10FTX10FT Each 10 Trench Shoring STEEL PLATE 4FTX4FTX1IN Each 11 Trench Shoring STEEL PLATE 4FTX8FTX1IN Each 12 Trench Shoring STEEL PLATE 5FTX8FTX1IN Each 13 Trench Shoring STEEL PLATE 5FTX10FTX1IN Each 14 Trench Shoring STEEL PLATE 6FTX8FTX1IN Each 15 Trench Shoring STEEL PLATE 6FTX10FTX1IN Each 16 Trench Shoring STEEL PLATE 8FTX10FTX1IN Each 17 Trench Shoring STEEL PLATE 8FTX12FTX1IN Each 18 Trench Shoring STEEL PLATE 8FTX12FTX1.5IN Each 19 Trench Shoring STEEL PLATE 8FTX16FTX1.5IN Each 20 Trench Shoring STEEL PLATE 8FTX20FTX1IN Each 21 Trench Shoring SLING 8FT 4 LEG CHAIN Each 22 Trench Shoring SLING 8FT 4LEG CABLE Each TRUCKS & TRAILERS Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Trucks and Trailers- Delivery Fee DROP OFF/PICKUP Each v. 7.2024 75 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 2 Trucks and Trailers - Equipment Trailers TRAILER FLATBED 21-29000 LB GVWR Each 3 Trucks and Trailers - Equipment Trailers TRAILER FLATBED 30-39000 LB GVWR Each 4 Trucks and Trailers - Equipment Trailers TRAILER FLATBED GOOSENECK 20-22000 LBS Each 5 Trucks and Trailers - Equipment Trailers TRAILER FLATBED W/RAMPS 20000 LB GVWR Each 6 Trucks and Trailers - Equipment Trailers TRAILER FLATBED NO RAMPS 20000 LB GVWR Each 7 Trucks and Trailers - Equipment Trailers TRAILER FLATBED GOOSENECK 25-26000 LB Each 8 Trucks and Trailers - Equipment Trailers TRAILER FLATBED 40-49000 LB GVWR Each 9 Trucks and Trailers - Water Trailers TRAILER WATER 800 GALLON Each 10 Trucks and Trailers - Storage Trailers CONTAINER 20 FT STORAGE Each 11 Trucks and Trailers - Storage Trailers CONTAINER 20 FT STORAGE DOUBLE DOOR Each 12 Trucks and Trailers - Storage Trailers CONTAINER 40 FT STORAGE DOUBLE DOOR Each v. 7.2024 76 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 13 Trucks and Trailers - Storage Trailers CONTAINER 20 FT OFFICE Each 14 Trucks and Trailers - Water Trucks TRUCK WATER 2000 GALLON DSL Each 15 Trucks and Trailers - Water Trucks TRUCK WATER 4000 GALLON DSL Each 16 Trucks and Trailers - Dump Trucks TRUCK FLAT DUMP 16FT 1-1/2T STD 2WD DSL Each 17 Trucks and Trailers - Dump Trucks TRUCK FLAT DUMP 20FT 1-1/2T STD 2WD DSL Each 18 Trucks and Trailers - Dump Trucks TRUCK DUMP 3-4 YD STD 4WD GAS Each 19 Trucks and Trailers - Dump Trucks TRUCK DUMP 3-4 YD DSL Each 20 Trucks and Trailers - Dump Trucks TRUCK DUMP 3-4 YD CREW 4WD DSL Each 21 Trucks and Trailers - Dump Trucks TRUCK DUMP 3-4 YD CREW 4WD GAS Each 22 Trucks and Trailers - Dump Trucks TRUCK DUMP 3-4 YD CREW 2WD DSL Each 23 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD GAS Each 24 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD GAS NON CDL Each 25 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD DSL Each v. 7.2024 77 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 26 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD DSL NON CDL Each 27 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD CREW DSL Each 28 Trucks and Trailers - Dump Trucks TRUCK DUMP 5-6 YD CREW DSL NON-CDL Each 29 Trucks and Trailers - Dump Trucks TRUCK DUMP 12-14 YD MANUAL DSL Each 30 Trucks and Trailers - Dump Trucks TRUCK DUMP 12-14 YD AUTO DSL Each 31 Trucks and Trailers - Dump Trucks TRUCK DUMP 22-24 YD DSL Each 32 Trucks and Trailers - Off- Road Dump Trucks TRUCK DUMP ARTICULATED 30 TON DSL Each 33 Trucks and Trailers - Garbage & Recycle Trucks TRUCK GARBAGE 20 YD Each 34 Trucks and Trailers - Specialty Trucks TRUCK STREET SWEEPER DSL Each 35 Trucks and Trailers - Stake Body Trucks TRUCK RUNWAY/STREET SWEEPER DSL Each 36 Trucks and Trailers - Crash Attenuators TRUCK MOUNTED ATTENUATOR 62-65 MPH DSL Each 37 Trucks and Trailers - Bucket Trucks TRUCK BUCKET 45 FT INSULATED DSL Each 38 Trucks and Trailers - Bucket Trucks TRUCK BUCKET 55 FT DSL Each v. 7.2024 78 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 39 Trucks and Trailers - Bucket Trucks TRUCK BUCKET 60 FT TREE TRIMMER DSL Each 40 Trucks and Trailers - Water Trucks TRUCK BUCKET 70 FT TREE TRIMMER DSL Each 41 Trucks and Trailers - Bucket Trucks TRUCK BUCKET 85 FT DSL Each 42 Trucks and Trailers - Class A Tractors TRUCK TRACTOR TANDEM 4WD DSL Each 43 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL MID- SIZE 3-LINE Each 44 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL FULL-SIZE 3-LINE Each 45 Trucks and Trailers - Message Boards BOARD MESSAGE FULL-SIZE 3- LINE W/MODEM Each 46 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL MID- SIZE MATRIX Each 47 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL FULL-SIZE MATRIX Each 48 BOARD MESSAGE VERTICAL FULL-SIZE MATRIX W/MODEM Each 49 Trucks and Trailers - Arrow Boards BOARD ARROW FOLDING TRAILER 15-LIGHT Each 50 Trucks and Trailers - Arrow Boards BOARD ARROW VERTICAL TRAILER 15-LIGHT Each v. 7.2024 79 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 51 Trucks and Trailers - Arrow Boards BOARD ARROW FOLDING TRAILER 25-LIGHT Each 52 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL MID- SIZE 3-LINE Each 53 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL FULL-SIZE 3-LINE Each 54 Trucks and Trailers - Message Boards BOARD MESSAGE FULL-SIZE 3- LINE W/MODEM Each 55 Trucks and Trailers - Message Boards BOARD MESSAGE VERTICAL MID- SIZE MATRIX Each 56 Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 9 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI. Each 57 Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 11 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI. Each 58 Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 12 YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI. Each 59 Trucks and Trailers: Vacuum trucks Dump Combination Sewer Storm Cleaner FREIGHTLIN 114SD OR EQUAL VAC TRUCK FRONT OPERATION 16YARD COMBINATION SEWER CLEANER. 100 GPM & 3000 PSI. Each v. 7.2024 80 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 60 Trucks and Trailers: Utility Body 1.5t chassis super cab 12 foot Each 61 Trucks and Trailers: Utility Body 1.5 t chassis supercab 14 foot Each 62 Trucks and Trailers: Utility Body 3t chassis supercab 14 foot MANLIFT Each 63 Trucks and Trailers - Tilt Trailers TRAILER TILT 2-3000 LB Each 64 Trucks and Trailers - Tilt Trailers TRAILER TILT 6-7000 LB Each 65 Trucks and Trailers - Tilt Trailers TRAILER TILT 10000 LB Each 66 Trucks and Trailers - Tilt Trailers TRAILER TILT 12-13000 LB Each 67 Trucks and Trailers - Equipment Trailers TRAILER TILT 14000LB FIXED TOP DECK Each 68 Trucks and Trailers - Tilt Trailers TRAILER TILT 14-15000 LB Each 69 Trucks and Trailers - Tilt Trailers TRAILER TILT 16-17000 LB Each 70 Trucks and Trailers - Dump Trailers TRAILER DUMP SINGLE AXLE Each 71 Trucks and Trailers - Dump Trailers TRAILER DUMP TANDEM AXLE Each v. 7.2024 81 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 72 Trucks and Trailers - Dump Trailers TRAILER DUMP TRIPLE AXLE Each 73 Trucks and Trailers - Water Trailers TRAILER WATER 500 GALLON Each 74 Trucks and Trailers - Water Trailers TRAILER WATER 800 GALLON Each 75 Trucks and Trailers - Passenger Shuttle Buses BUS SHUTTLE GAS CDL Each 76 Trucks and Trailers - Passenger Shuttle Buses BUS SCHOOL DSL Each 77 Trucks and Trailers - Water Trucks TRUCK WATER 2000 GALLON DSL Each 78 Trucks and Trailers - Water Trucks TRUCK WATER 4000 GALLON DSL Each 79 Trucks and Trailers - Arrow Boards TRAILER ATTENUATOR MOUNTED W/ARROW BOARD Each 80 Trucks and Trailers - Crane Truck 30' boom WITH POLE AUGER Each 81 Trucks and Trailers - Crane Truck 30' boom WITH POLE AUGER Each 82 Trucks and Trailers - Crane Truck 50' boom WITH POLE AUGER Each 83 Trucks and Trailers - Crane Truck 60' boom WITH POLE AUGER Each 84 Trucks and Trailers - Track bucket 30'+ WITH POLE AUGER Each v. 7.2024 82 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 85 Trucks and Trailers - Jaws Trucks (Grapple Truck) 20-30YD DUMP BODY W/QUAD STICK CONTROLS Each 86 Trucks and Trailers - Pole Trailers POLE TRAILERS Each 87 Trucks and Trailers - Camera/TV Trucks CAMERA/TV TRUCKS Each 88 Trucks and Trailers - Bucket/Platform 35-40' REACH W/HOIST Each 89 Trucks and Trailers - Dump Trucks Crew Cab TRUCK DUMP 3-4 YD STD 4WD GAS Each 90 Trucks and Trailers - Dump Trucks Crew Cab TRUCK DUMP 3-4 YD DSL Each 91 Trucks and Trailers - Drop Side Dump Truck Crew Cab TRUCK DUMP 3-4 YD STD 4WD GAS Each 92 Trucks and Trailers - Drop Side Dump Truck Crew Cab TRUCK DUMP 3-4 YD DSL Each SUCTION TANKER SERVICE Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Suction - hauling Tanker Service EMERGENCY HAULING UP TO 2500 GALLONS Each v. 7.2024 83 Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 2 Suction - hauling Tanker Service EMERGENCY HAULING OVER 2500 GALLONS Each RENEWABLE ENERGY & SOLAR EQUIPMENT Line Item Category Description UOM Per Day (24-hrs) Per Week (7-days) Per Month (28-days) No Bid 1 Renewable Energy and Solar Equipment BEAM EV ARC™ 2020 Each 2 Renewable Energy and Solar Equipment PORTABLE SOLAR GENERATOR KITS (E.G., JACKERY, RENOGY, GO POWER!) Each 3 Renewable Energy and Solar Equipment TOWABLE SOLAR GENERATORS WITH BATTERY STORAGE (E.G., BOXPOWER, SOLMAN) Each 4 Renewable Energy and Solar Equipment SOLAR LIGHT TOWERS Each 5 Renewable Energy and Solar Equipment SOLAR-POWERED MESSAGE BOARDS Each 6 Renewable Energy and Solar Equipment SOLAR-POWERED AREA LIGHTING UNITS Each 7 Renewable Energy and Solar Equipment SOLAR-POWERED WATER PURIFICATION UNITS Each 8 Renewable Energy and Solar Equipment WIND + SOLAR HYBRID GENERATORS (E.G., UPRISE ENERGY) Each 9 Renewable Energy and Solar Equipment TRAILER-MOUNTED BATTERY ENERGY STORAGE SYSTEMS (BESS) Each v. 7.2024 84 CATALOG DISCOUNT Line Item Description UOM Percentage No Bid 1 PERCENTAGE OFF CATALOG FOR ITEMS NOT LISTED ABOVE Percentage 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 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 v. 7.2024 85 *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. 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. v. 7.2024 86 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. 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 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... v. 7.2024 87 *Response required 7 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 8 Equipment Maintenance Replacements Policy * Reference 4.5 Special Requirements B. Maintenance under Detailed Specifications for additional information. *Response required 9 Emergency Availability and Resources Statement * Reference 4.10 Emergency Response under Detailed Specifications for additional information. *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 88 1)A Coastal Equipment & Party Rental 2) Alta Construction Equipment Florida 8822 US Hwy 19 8418 Palm River Rd Port Richey, FL 34668 Tampa, FL 33611 3)Environmental Products Group 4) H&E Equipment Services Inc EP Rents LLC 7500 Pecue Lane 700 Hermit Smith Rd Baton Rouge, LA 70809 Apopka, FL 32703 5)Herc Rentals Inc 6)Linder Machinery 27500 Riverview Center Blvd 1601 S Frontage Rd Bonita Springs, FL 34134 Plant City, FL 33563 7)Ring Power Corp 8)Sunbelt Rentals Inc 500 World Commerce Pkwy 1799 Innovation Point St. Augustine, FL 32092 Fort Mill, SC 29715 9)Synergy Equipment Response 10117 Princess Palm Ave, Ste 500 Tampa, FL 33610 ADVERTISED: TAMPA BAY TIMES 4/23/2025 POSTED:myclearwater.com 4/15/2025 FOR THE CITY OF CLEARWATER Due/Opening: May 15, 2025; 10:00 a.m. INVITATION TO BID No. 27-25 Heavy Equipment Rental Solicitation Response Listing - Revised July 31, 2025 NOTICE OF INTENT TO AWARD The City’s Procurement Division recommends awarding ITB No. 27-25, Heavy Equipment Rental, to multiple vendors as the lowest, most responsible bidders in accordance with the bid specifications. The initial contract term is one (1) year, with two (2) additional one-year renewal options. Awards are being made to multiple vendors within each category, based on individual line items and the lowest, most responsible bids received for daily, weekly, and monthly rates. This approach allows for flexibility in selecting the most cost-effective option per rental term. Awarding to multiple vendors ensures continuity of service and provides the City with the ability to use additional vendors as needed to meet operational demands. Awarded Vendors: • A Coastal Equipment & Party Rental • Alta Construc�on Equipment Florida • Environmental Products Group • H&E Equipment Services Inc • Herc Rentals Inc • Linder Machinery • Ring Power Corp • Sunbelt Rentals Inc • Synergy Equipment Response This Award recommendation will be considered by the City Council at the August 18, 2025, Work Session (1:30 p.m.) and voted on at the August 21, 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 at Kelly.rogers@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Procurement Analyst II Kelly Rogers Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0756 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Provide direction regarding North Ward Elementary School. (WSO) SUMMARY: The historic North Ward Elementary School was one of the first public schools constructed in the newly formed Pinellas County, with the original structure built in 1915 and expanded with a second structure in 1926. Initially, North Ward was a segregated facility but became integrated in the late 1960s and early 1970s. The school was closed in 2009. Despite its closure, North Ward remains a place of significance within the community, holding a deep historical and cultural value for generations of students. In 2019, the City of Clearwater acquired the North Ward School from the Pinellas County School Board for $1.8 million. The City commissioned Wannamaker Jenson Architects to produce a conceptual review and rendering of a mixed-use rehabilitation and activation plan. This plan included the preservation of the two main historic structures and a unifying modern addition that would restore occupancy status to the 1915 and 1926 buildings. Subsequently, the City engaged Cardno to further evaluate adaptive reuse opportunities. In February 2021, Planning and Development Department staff recommended a strategy for the preservation and activation of North Ward School, which included: stabilizing the property; pursuing both National Register and local historic designation; and issuing an RFP for the rehabilitation and adaptive reuse of the school in alignment with the redevelopment goals of the Old Bay neighborhood. Following this recommendation, the City Council directed the establishment of a capital improvement project fund at its meeting on February 18, 2021, and staff began work to implement both designations and further redevelopment planning. The City also engaged Lauren Campbell, LLC to identify viable uses, target developer types, assess subsidy needs, and guide future RFP preparation. Campbell’s report confirmed that a variety of adaptive reuse options were viable, particularly those with a public-facing or innovation component. On February 15, 2024, the City Council approved an agreement with Rowe Architects, LLC, to conduct a building conditions assessment for the school. The approved work order included five major tasks, all of which were completed by the end of the year: ·Historic building research and identification of potential grants to fund improvements. ·Building documentation, including the creation of a digital 3D model of the building. ·Existing conditions assessment. ·Recommendations for pre-development improvements and use analysis. ·Development of cost estimates for identified improvements. It was contemplated that staff would present Rowe Architects’ assessment and recommendations to the City Council before proceeding with any of the recommended improvements. The purpose of this agenda item is to review the findings of the study, specifically the building assessment and repair recommendations, including cost estimates. Staff seeks to affirm the City Council’s vision for the property and understand the Council’s priorities before completing any repairs Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0756 and moving forward with possible solicitation for development. APPROPRIATION CODE AND AMOUNT: Capital Improvement Project C2503 - North Ward Renovations - currently contains $200,000 (of General Fund revenue), but there is no request to utilize this funding at this time. USE OF RESERVE FUNDS: STRATEGIC PRIORITY: This item advances the following priority areas of the City’s Strategic Plan: ·High Performing Government Objective 1.2 by maintaining historic features through systematic efforts. ·Community Well-Being through the preservation of an historic structure of cultural significance to surrounding neighborhoods. Page 2 City of Clearwater Printed on 9/11/2025 |1CITY OF CLEARWATER North Ward Elementary School City Council Work Session Sept. 15, 2025 |2CITY OF CLEARWATER OVERVIEW •Initial City Efforts (2019 to 2023) •Rowe Architects Study (2024) •Building Assessment •Repair Recommendations •Council Vision & Next Steps (2025 and beyond) •Vision for Site •Future Ownership & Partnerships •Repair & Funding |3CITY OF CLEARWATER CITY EFFORTS (2019 TO 2025) 2019 North Ward Elementary Purchase Wannemacher Jensen Architects Conceptual Mixed-Use Plan 2020-2021 Adaptive Reuse of the North Ward Elementary School White Paper (Cardno) City Council Direction to Proceed with Historic Designations & RFP for Rehabilitation & Adaptive Reuse Identification of viable uses, target developer types, subsidy needs assessment and RFP preparation (Lauren Campbell, LLC) 2021 National Register of Historic Places Designation 2022 Local Historic Designation 2023-2024 RFP Released, Awarded to Rowe Architects 2025 Capital Improvement Project C253 - North Ward Renovations - $200,000 |4CITY OF CLEARWATER TEAM ROWE ARCHITECTS • ARCHITECTURE / HISTORIC PRESERVATION MASTER CONSULTING ENGINEERS • STRUCTURAL WGI •MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION RENO BOYD BUILDING CO. • COST ESTIMATOR |5CITY OF CLEARWATER |6CITY OF CLEARWATER |7CITY OF CLEARWATER “The City of Clearwater’s goal is to preserve and activate the North Ward School and re-establish its prominence in the community, create synergy with surrounding development, and facilitate neighborhood vibrancy and vitality.” NORTH WARD HISTORIC SCHOOL Specialized Historic Architectural Preservation Consulting Services 1.Adaptive reuse of the historic building. 2.Replacement of non-historic buildings onsite. 3.Potential intensification of use in keeping with the site’s character and historic setting. 4.Activate street level through uses and potential gathering spaces. 5.Connection to the neighborhood through the site’s edges. 6.Creation of liable wage jobs. 7.Sustainable redevelopment. 8.Increase building / site resiliency. |8CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL Specialized Historic Architectural Preservation Consulting Services 1.ASSESS SITE AND BUILDINGS. 2.HISTORICALLY-SENSITIVE REPAIRS. 3.POTENTIAL DEVELOPMENT CONCEPTS. TASKS |9CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL |10CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL 1915 1926 1926 1945 |11CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL 1915 BUILDING |12CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL 1926 BUILDING |13CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL 1945 BUILDING |14CITY OF CLEARWATER BUILDING ASSESSMENT & REPAIR RECOMMENDATIONS |15CITY OF CLEARWATER DEVELOPMENT CONCEPTS COMMUNITY WELLNESS CENTER |16CITY OF CLEARWATER DEVELOPMENT CONCEPTS MIXED USE & RESIDENTIAL |17CITY OF CLEARWATER DEVELOPMENT CONCEPTS PROFESSIONAL DEVELOPMENT |18CITY OF CLEARWATER BUILDING ASSESSMENT & REPAIR RECOMMENDATIONS |19CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL AREAS OF CONCERN – ROOF LEAKS |20CITY OF CLEARWATER NORTH WARD HISTORIC SCHOOL AREAS OF CONCERN – STRUCTURAL SETTLING |21CITY OF CLEARWATER RECOMMENDED REMEDIATIONS NORTH WARD HISTORIC SCHOOL Specialized Historic Architectural Preservation Consulting Services TIER 1 (CRITICAL) •ROOF REPLACEMENT & HURRICANE STRAPPING •SECURITY & FIRE PROTECTION MONITORING SYSTEM TIER 2 (IMPORTANT BUT NOT IMMEDIATE) •REPAIR STEP CRACKING •TERMITE TREATMENT •MECHANICAL MEANS TO PROMOTE AIR MOVEMENT TIER 3 (INDIRECTLY RELATED TO FUTURE DEVELOPMENT) •REMOVAL OF DROPPED CEILINGS AND ABANDONED EQUIPMENT •REMOVAL OF PLUMBING FIXTURES •WINDOW REPLACEMENT •HAZARDOUS MATERIAL TESTING |22CITY OF CLEARWATER TIER 1 ROOF REPLACEMENT NORTH WARD HISTORIC SCHOOL ASPHALT SHINGLE CLAY TILE •+/-15 YEAR LIFESPAN •IN-KIND REPLACEMENT •APPROXIMATELY $200,000 •+/-50 YEAR LIFESPAN •IMPROVES STANDING FOR HP GRANTS •APPROXIMATELY $700,000 TIER 1 HURRICANE STRAPPING & FIRE PROTECTION MONITORING HURRICANE STRAPPING & DECK REPAIR •UNKNOWN EXTENT OF DAMAGE •APPROXIMATE ESTIMATE $100,000 FIRE ALARM UPGRADE •EXISTING SYSTEM NOT FULLY FUNCTIONAL •APPROXIMATELY $15,000 |23CITY OF CLEARWATER CITY COUNCIL DISCUSSION The following questions are provided for discussion and direction: •What types of repairs should be prioritized with existing funding? •What type of development program/project is preferred? (e.g., uses) |24CITY OF CLEARWATER THANK YOU QUESTIONS? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9825-25 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Marine & Aviation Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Approve amendments to the Clearwater Code of Ordinances, Chapter 2 Administration by amending Article III Appointed Authorities, Boards, Committees, Division 2 Airpark Advisory Board and Chapter 4 Airports and Aircraft by amending Article I In General and Article II Airports and pass Ordinance 9825-25 on first reading. SUMMARY: At the March 31, 2025, Council Work Session, there was Council consensus to approve the name change of the Clearwater Airpark to Clearwater Executive Airport. City Ordinance Chapter 2 - Administration governs the airpark advisory committee and City Ordinance Chapter 4 Airports and Aircraft sets forth the rules and use regulations that govern all City of Clearwater airports and landing fields. These Articles have not been amended or updated since 1991 when the name was changed from Clearwater Executive Airport to Clearwater Airpark. The current use of the airport is as an executive airport and the name change would reflect its use more accurately for marketing materials and promotion of the airport. These changes are as follows: Sections 2.081 through 2.084 - Repeal and reserve sections for future use. At the August 6, 2025 special work session, City Council directed staff to sunset the Airpark Advisory Board and update the Clearwater Code of Ordinances by eliminating reference to the Board. Sec. 4.23 - Update name to Clearwater Executive Airport STRATEGIC PRIORITY: Economic & Housing Opportunity 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports eco-friendly enterprises, and encourages high-quality job growth. 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 1 City of Clearwater Printed on 9/11/2025 Ordinance No. 9825-25 ORDINANCE NO. 9825-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, REPEALING SECTIONS 2.081, 2.082, 2.083, AND 2.084, CODE OF ORDINANCES, AND TO CHANGE THE NAME OF CLEARWATER AIRPARK TO CLEARWATER EXECUTIVE AIRPORT IN SECTION 4.23; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater adopted the Code of Ordinances on February 4, 1993; and WHEREAS, the City has made numerous amendments to the Code of Ordinances to account for changing conditions within the City; WHEREAS, On May 16, 1991, Clearwater Executive Airport changed its name to Clearwater Airpark; WHEREAS, Based on current and future use of the KCLW facilities, Clearwater Executive Airport more appropriately speaks to the local and aviation communities about what to expect when considering the airport as a destination or business enterprise; and WHEREAS, The name change to Clearwater Executive Airport was supported by the Airpark Advisory Board at the February 5, 2025 meeting; and WHEREAS, the City Council directed staff at the August 6, 2025 special work session to sunset the Airpark Advisory Board, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Chapter 2, Article III- Appointed Authorities, Boards, Committees, Division 2, is hereby repealed. Section 2. That Chapter 4 – Airports and Aircraft, Article II- Airports to be amended to read as follows: Sec. 4.23. Restrictions on takeoffs and landings. (1) Purpose. The purpose of this section is to minimize unwanted noise and sleep interruption in residential areas adjacent to Clearwater Airpark Executive Airport, generated by takeoff and landing operations at Clearwater Airpark Executive Airport after dark, and to provide an additional element of safety in the continued use of the airpark airport facility. Ordinance No. 9825-25 (2) Curfew. No aircraft shall be permitted to take off or land at Clearwater Airpark Executive Airport during the time between 11:00 p.m. and 7:00 a.m. the following day. Traffic reporting aircraft only may take off at 6:00 a.m. with the permission of the airport manager. (3) Emergency landings and takeoffs: (a) The pilot in command of any aircraft landing or taking off from Clearwater Airpark Executive Airport shall be directly responsible for and is to be the final authority as to the operation of such aircraft while landing or taking off from Clearwater Airpark Executive Airport. (b) In an emergency requiring immediate action in the form of landing or taking off from Clearwater Airpark Executive Airport, the pilot in command of any such aircraft may deviate from subsection (b) of this section to the extent required to meet the emergency. (c) Each pilot in command of an aircraft who deviates from subsection (2) of this section by reason of any emergency shall file a written report in affidavit form with the city manager providing the pilot's identity, his pilot's license number, the number and type of the plane, the name and address of any person with the pilot, and a detailed statement of the facts and conditions supporting the emergency that required a deviation. Section 3. Amendments to the Code of Ordinances of the City of Clearwater are hereby adopted to read as set forth in this Ordinance. Section 4. The City of Clearwater does hereby certify that the amendment contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City’s Comprehensive Plan. Section 5. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 6. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Ordinance No. 9825-25 Section 7. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ____________________________ PASSED ON SECOND AND FINAL ____________________________ READING AND ADOPTED ____________________________ Bruce Rector Mayor Approved as to form: Attest: ____________________________ ____________________________ Melissa Isabel, Esq. Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0758 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 14.1 SUBJECT/RECOMMENDATION: Approve settlement of Department of Environmental Protection (DEP) vs. City of Clearwater, OGC File No. 25-1120 for In-kind Project in the amount of at least $1,314,183.00. (consent) SUMMARY: The State of Florida Department of Environmental Protection found that City of Clearwater discharged untreated and partially treated wastewater to nearby waterbodies as well as various instances of permit limit exceedances of the City’s Wastewater Reclamation Facilities. These discharges resulted in alleged water quality violations and alleged violations of Chapter 403 F.S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code, and the General Conditions IX(20) of the corresponding facilities’ Permits. Although these incidents occurred primarily during hurricanes, the Public Utilities Department (Department) immediately self-reports all spills to the FDEP, regardless of the cause or volume. While spills can occur due to factors like severe weather or third-party contractor damage, the Department has proactive measures to address these challenges. The Department is actively upgrading the system to manage stormwater infiltration more effectively and holds contractors accountable for any damage they cause. When incidents do occur, they are used as opportunities to refine protocols, train Department staff, and improve the reliability of equipment to prevent future issues. The City and FDEP agreed to resolve this matter by the City implementing an in-kind penalty project in the amount of at least $1,314,183.00, pending approval by City Council. If approved, within 90 days, the Department must propose a Corrective Action Plan to the DEP to address violations including timeline for implementation. All work must be completed by December 31, 2028. In addition, this agreement includes additional reporting requirements for discharge monitoring, and status of the corrective action throughout the timeline of the Consent Order. APPROPRIATION CODE AND AMOUNT: Funding for this agreement is available in capital and operating codes funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0758 Establishing this contract meets the City’s strategic objective of High Performing Government by providing a high level of service at our facilities, protecting our residents and preserving vital infrastructure. Page 2 City of Clearwater Printed on 9/11/2025 FLORIDA D EPARTMENT O F Environmental Protection Southwest District 13051 North Telecom Parkway #101 Temple Terrace, Florida 33637-0926 Ron DeSantis Governor Alexis A. Lambert Secretary August 1, 2025 Richard Gardner, Utilities Director City of Clearwater Public Works 1650 N Arcturas Ave Clearwater, FL, 33765-1945 Richard.Gardner@myclearwater.com Re: Proposed Consent Order OGC File No. 25-1120 City of Clearwater Marshall Street WRF, City of Clearwater East WRF, and City of Clearwater Northeast WRF Facility IDs FL0021857, FL0021865, FL0128937 Pinellas County Dear Mr. Gardner: Enclosed is the proposed Consent Order, OGC File No. 25-1120, regarding the above-referenced facilities. Please review, sign, and return the Consent Order by September 2, 2025, if in agreement. If not in agreement, please contact The Florida Department of Environmental Protection (“Department”) immediately. Upon return of the signed Consent Order, I shall execute it, and a copy will be sent to you. The executed Consent Order constitutes final agency action of the Department, which shall be enforceable pursuant to Sections 120.69 and 403.121, Florida Statutes. By countersigning the Consent Order, the Department waives its right to seek judicial imposition of damages, costs and expenses, or civil penalties for the alleged violations. By signing the Consent Order, you, as the Respondent, acknowledges and waives its right to a hearing and appeal of the terms of the Consent Order. If the signed Consent Order is not received by the Department by September 2, 2025, the Department will assume that you are not interested in the settlement on the above terms, and the matter may be referred to the Office of General Counsel for formal enforcement action. None of your rights or substantial interests are determined by the Consent Order until it is signed and filed with the Department. Should you have any questions, please contact Anthony DiSipio, at (813) 470-5860 or via e-mail: Anthony.DiSipio@FloridaDEP.gov. Thank you for your cooperation. DEP v. City of Clearwater Public Works Proposed Consent Order OGC File No. 25-1120 Page 2 Sincerely, Ms. Kelley M. Boatwright Southwest District Director Florida Department of Environmental Protection KMB\ht ec: Michael Flanigan, Clearwater, Michael.Flanigan@MyClearwater.com Travis Teuber, Clearwater, Travis.Teuber@MyClearwater.com Emily Davis, Clearwater, Emily.Davis@MyClearwater.com Kelley M. Boatwright, FDEP-SWD, Kelley.M.Boatwright@floridadep.gov Pamala Vazquez, FDEP-SWD, Pamala.Vazquez@FloridaDEP.gov Emily Larson, FDEP-SWD, Emily.Larson@FloridaDEP.gov Erica Peck, FDEP-SWD, Erica.Peck@FloridaDEP.gov Anthony DiSipio, FDEP-SWD, Anthony.DiSipio@FloridaDEP.gov Emmalise Hunter, FDEP-SWD, Emmalise.C.Hunter@FloridaDEP.gov FDEP Water Compliance Assurance Program, WCAPHQ@dep.state.fl.us Enclosure: Proposed Consent Order Exhibit A: In-Kind Language Exhibit B: Interim Discharge Monitoring Report Templates BEFORE THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STATE OF FLORIDA DEPARTMENT ) IN THE OFFICE OF THE OF ENVIRONMENTAL PROTECTION ) SOUTHWEST DISTRICT ) v. ) OGC FILE NO. 25-1120 ) CITY OF CLEARWATER PUBLIC ) UTILITIES DEPARTMENT ) ) CONSENT ORDER This Consent Order (Order) is entered into between the State of Florida Department of Environmental Protection (Department) and City of Clearwater Public Utilities Department (Respondent) to reach settlement of certain matters at issue between the Department and Respondent. The Department finds and Respondent admits the following: 1. The Department is the administrative agency of the State of Florida having the power and duty to protect Florida’s air and water resources and to administer and enforce the provisions of Chapter 403, Florida Statutes (F.S.), and the rules promulgated and authorized in Title 62, Florida Administrative Code (Fla. Admin. Code). The Department has jurisdiction over the matters addressed in this Order. 2. Respondent is a person within the meaning of Section 403.031(9), F.S. 3. Respondent is the owner and is responsible for the operation of three wastewater treatment facilities: the City of Clearwater Marshall Street WRF – FL0021857 (Marshall Street WRF); City of Clearwater East WRF – FL0021865 (East WRF); City of Clearwater Northeast WRF – FL0128937 (Northeast WRF), located in Pinellas County (collectively, the “Facilities”). 4. The Department finds that the following violation(s) occurred: a) From August 4 through August 11, 2024, unpermitted discharges of wastewater into surface waters were reported by the Respondent. These unpermitted discharges resulted in the release of approximately 4.13 million gallons of untreated wastewater and 5.93 million gallons of partially treated wastewater and effluent. On DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 2 DW/CO June 2024 August 4, 2024, the Marshall St WRF was reported to have two of the three headworks pumps fail to power on. These events constitute violations of Chapter 403 F. S., Rule 62- 4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. b) August 22, 2024: Respondent notified the Department of an abnormal event at the Marshall Street WRF that resulted in approximately 8.58 million gallons of effluent not meeting permitted limits for Chlorine Residual, and Total Suspended Solids parameters. This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. c) August 8, 2024: the Respondent failed to timely report discharges of substandard effluent to surface water outfall from the Marshall Street WRF on August 5, 2024, and August 6, 2024. This event constitutes violations of Chapter 403 F. S., Rule 62- 4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, Rule 62-302.530 Fla. Admin. Code., and the General Conditions IX(20) of the corresponding facilities’ Permits. d) From September 26 through October 25, 2024, the Respondent reported that approximately 41.59 million gallons of inadequately treated wastewater was discharged to surface waters. The discharge constitute violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. e) October 10, 2024: Respondent failed to report an unauthorized discharge to the State Watch Office of untreated domestic wastewater from the Marshall Street WRF to surface waters. This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, Rule 62-302.530 Fla. Admin. Code., and the General Conditions IX(20) of the corresponding facilities’ Permits. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 3 DW/CO June 2024 f) From March 26 - 27, 2025, the East WRF FL0021865 had a filter bypass event resulting in an exceedance of Total Suspended Solids parameter and approximately 885,547 gallons of substandard effluent being discharged out of the permitted outfall to Old Tampa Bay Class II Marine waterbody as reported to State Watch Office (SWO2025- 2695). This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. g) A review of Discharge Monitoring Reports (DMRs) for Marshall Street WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 1. Table 1: Clearwater Marshall Street WRF DMR Exceedances Date Parameter Result Limit Unit Statistical Base 9/30/2023 BOD, Carbonaceous 5 day, 20C 17 10.0 mg/L MB - Maximum 7/31/2023 Chlorine, Total Residual 0.7 1.0 mg/L ME - Minimum 8/31/2024 Chlorine, Total Residual 0 1.0 mg/L ME - Minimum 9/30/2024 Chlorine, Total Residual 0.4 1.0 mg/L ME - Minimum 10/31/2024 Chlorine, Total Residual 0.2 1.0 mg/L ME - Minimum 11/30/2024 Chlorine, Total Residual 0.6 1.0 mg/L ME - Minimum 12/31/2024 Chlorine, Total Residual 0.8 1.0 mg/L ME - Minimum 2/28/2023 Coliform, Fecal, % less than detection 54 75.0 percent TM - Minimum Total Monthly 4/30/2023 Coliform, Fecal, % less than detection 57 75.0 percent TM - Minimum Total Monthly 8/31/2024 Coliform, Fecal, % less than detection 72.7 75.0 percent TM - Minimum Total Monthly 6/30/2024 Dibromochloromethane 56.18 56.0 ug/L AB - Annual Average 7/31/2024 Dibromochloromethane 57.23 56.0 ug/L AB - Annual Average 8/31/2024 Dibromochloromethane 56.22 56.0 ug/L AB - Annual Average 12/31/2024 Dibromochloromethane 56.13 56.0 ug/L AB - Annual Average 9/30/2024 Enterococci 42 35.0 #/100mL MM - Monthly Geometric Mean 8/31/2024 Nitrogen, Total 11.6 6.0 mg/L MB - Maximum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 4 DW/CO June 2024 9/30/2024 Nitrogen, Total 5.5 4.5 mg/L WA - Weekly Average 9/30/2024 Nitrogen, Total 40.3 16.75 ton/yr AD - Annual Total 10/31/2024 Nitrogen, Total 7.08 6.0 mg/L MB - Maximum 10/31/2024 Nitrogen, Total 18.1 16.75 ton/yr AD - Annual Total 8/31/2024 Oxygen, Dissolved (DO) 3.9 5.0 mg/L ME - Minimum 3/31/2023 Phosphorus, Total (as P) 1.1 1.0 mg/L AB - Annual Average 3/31/2023 Phosphorus, Total (as P) 2.8 2.0 mg/L MB - Maximum 8/31/2023 Phosphorus, Total (as P) 1.7 1.5 mg/L WA - Weekly Average 8/31/2023 Phosphorus, Total (as P) 2.2 2.0 mg/L MB - Maximum 8/31/2024 Phosphorus, Total (as P) 5.27 2.0 mg/L MB - Maximum 10/31/2024 Phosphorus, Total (as P) 1.53 1.5 mg/L WA - Weekly Average 10/31/2024 Phosphorus, Total (as P) 3.23 2.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 120.78 7.5 mg/L WA - Weekly Average 8/31/2024 Solids, Total Suspended 49.86 6.25 mg/L MK - Monthly Average 8/31/2024 Solids, Total Suspended 598 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 24200 5.0 mg/L MB - Maximum 10/31/2024 Solids, Total Suspended 7.09 5.0 mg/L AB - Annual Average 10/31/2024 Solids, Total Suspended 26.15 6.25 mg/L MK - Monthly Average 10/31/2024 Solids, Total Suspended 96.26 7.5 mg/L WA - Weekly Average 10/31/2024 Solids, Total Suspended 393 10.0 mg/L MB - Maximum 10/31/2024 Solids, Total Suspended 133 5.0 mg/L MB - Maximum 11/30/2024 Solids, Total Suspended 7.2 5.0 mg/L AB - Annual Average 12/31/2024 Solids, Total Suspended 7.24 5.0 mg/L AB - Annual Average h) A review of Discharge Monitoring Reports (DMRs) for East WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 2. Table 2: Clearwater East WRF DMR Exceedances DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 5 DW/CO June 2024 Date Parameter Result Limit Unit Statistical Base 4/30/2024 Chlorine, Total Residual 0.86 1.0 mg/L ME - Minimum 4/30/2024 Chlorine, Total Residual 0.86 1.0 mg/L ME - Minimum 7/31/2024 Coliform, Fecal 166 25.0 #/100mL MB - Maximum 8/31/2024 Coliform, Fecal, % less than detection 66.7 75.0 percent MO - Monthly Minimum 8/31/2024 Coliform, Fecal, % less than detection 66.7 75.0 percent MO - Monthly Minimum 5/31/2023 Copper, Total Recoverable 11.2 3.7 ug/L MB - Maximum 10/31/2024 Copper, Total Recoverable 3.9 3.7 ug/L MB - Maximum 11/30/2024 Copper, Total Recoverable 4.8 3.7 ug/L MB - Maximum 1/31/2025 Copper, Total Recoverable 4.0 3.7 ug/L MB - Maximum 2/28/2025 Copper, Total Recoverable 4.5 3.7 ug/L MB - Maximum 12/31/2023 Nitrogen, Total 10 6.0 mg/L MB - Maximum 8/31/2024 Nitrogen, Total 6.7 6.0 mg/L MB - Maximum 10/31/2024 Nitrogen, Total 6.8 6.0 mg/L MB - Maximum 3/31/2024 Solids, Total Suspended 8 5.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 9.48 6.25 mg/L MK - Monthly Average 8/31/2024 Solids, Total Suspended 15.6 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 21.2 5.0 mg/L MB - Maximum i) A review of Discharge Monitoring Reports (DMRs) for Northeast WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 3. Table 3: Clearwater Northeast WRF DMR Exceedances Date Parameter Result Limit Unit Statistical Base 11/30/2024 BOD, Carbonaceous 5 day, 20C 11 10.0 mg/L MB - Maximum 11/30/2024 Coliform, Fecal 2420 25.0 #/100mL MB - Maximum 2/28/2023 Coliform, Fecal, % less than detection 63.6 75.0 percent MO - Monthly Minimum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 6 DW/CO June 2024 11/30/2023 Coliform, Fecal, % less than detection 68.18 75.0 percent MO - Monthly Minimum 2/29/2024 Coliform, Fecal, % less than detection 66.66 75.0 percent MO - Monthly Minimum 2/29/2024 Coliform, Fecal, % less than detection 66.66 75.0 percent MO - Monthly Minimum 4/30/2024 Coliform, Fecal, % less than detection 63.63 75.0 percent MO - Monthly Minimum 6/30/2024 Coliform, Fecal, % less than detection 60 75.0 percent MO - Monthly Minimum 8/31/2024 Coliform, Fecal, % less than detection 40.9 75.0 percent MO - Monthly Minimum 10/31/2024 Coliform, Fecal, % less than detection 61.9 75.0 percent MO - Monthly Minimum 12/31/2024 Coliform, Fecal, % less than detection 59.1 75.0 percent MO - Monthly Minimum 1/31/2025 Coliform, Fecal, % less than detection 69.6 75.0 percent MO – Monthly Minimum 5/31/2023 Copper, Total Recoverable 11.2 3.7 mg/L MB - Maximum 10/31/2024 Copper, Total Recoverable 3.9 3.7 mg/L MB - Maximum 11/30/2024 Copper, Total Recoverable 4.8 3.7 mg/L MB - Maximum 1/31/2025 Copper, Total Recoverable 4.0 3.7 mg/L MB – Maximum 2/28/2025 Copper, Total Recoverable 4.35 3.7 mg/L MB - Maximum 9/30/2023 Enterococci 42 35.0 #/100mL MM - Monthly Geometric Mean 9/30/2023 Enterococci 200 130.0 #/100mL MB - Maximum 11/30/2023 Enterococci 40 35.0 #/100mL MM - Monthly Geometric Mean 9/30/2023 Solids, Total Suspended 7.3 5.0 mg/L MB - Maximum 3/31/2024 Solids, Total Suspended 10.4 5.0 mg/L MB - Maximum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 7 DW/CO June 2024 6/30/2024 Solids, Total Suspended 9.6 5.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 32.7 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 12 5.0 mg/L MB - Maximum j) The exceedances in Tables 1, 2, and 3, above are violations of 62-4.160, Fla. Admin. Code, Rule 62-600.410(1), Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. Having reached a resolution of the matter Respondent and the Department mutually agree, and it is ORDERED: 5. Respondent shall comply with the following corrective actions within the stated time periods: a) Within 90 days of the effective date of this Order, Respondent shall propose a detailed Corrective Action Plan (“CAP”) containing a schedule for corrective action(s) to evaluate the causes of the Facilities’ effluent exceedances of water quality standards and to address all violations noted in paragraph 4 above. The CAP shall include a timeline for implementation of the corrective actions necessary to reduce concentrations of the exceeded effluent constituents to achieve compliance with water quality standards and the Facilities’ permit conditions. b) If the Department requires additional information during the review of the CAP, the Department will notify the Respondent in writing by issuing a Request for Additional Information (“RAI”). The Respondent shall submit the information identified in the RAI within 30 days of receipt of such an RAI. c) Upon receipt of the Department’s approval of the CAP, Respondent shall implement the CAP by conducting the work specified therein. All work shall be completed within the timeframes contained in the approved CAP or by December 31, 2028, whichever is sooner. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 8 DW/CO June 2024 d) If any construction or modification of the Facilities are needed per the Department approved CAP, the Respondent shall contact the Department’s wastewater permitting section and submit a complete application for the wastewater permit modification by January 31, 2026 e) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Phosphorous MB- Maximum (mg/L), Total Phosphorous WA- Weekly Average (mg/L), Total Phosphorous AB- Annual Average (mg/L), the Total Nitrogen AB- Annual Average (mg/L), the Total Nitrogen MB- Maximum (mg/L), the Total Nitrogen MK – Monthly Average, the Total Nitrogen WA – Weekly Average, the Total Nitrogen AD- Annual Total (ton/yr), and the Dibromochloromethane AB- Annual Average (ug/L), the Marshall St WRF’s effluent discharge to Stevenson’s Creek shall meet the following interim limits, as identified in Table 4, below: Table 4 Clearwater Marshall St WRF Interim Limits Parameter Interim Limit Units Statistical Base Phosphorous, Total 3 mg/L MB – Maximum Phosphorous, Total 2.25 mg/L WA – Weekly Average Phosphorous, Total 1.5 mg/L AB – Annual Average Nitrogen, Total 6 mg/L AB – Annual Average Nitrogen, Total 12 mg/L MB – Maximum Nitrogen, Total 7.5 mg/L MK – Monthly Average Nitrogen, Total 9 mg/L WA – Weekly Average Nitrogen, Total 33.5 Ton/yr AD – Annual Total Dibromochloromethane 58 ug/L AB – Annual Average f) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Nitrogen MB – DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 9 DW/CO June 2024 Maximum (mg/L), and the Total Recoverable Copper MB – Maximum (ug/L), the East WRF effluent discharge to Old Tampa Bay shall meet the following interim limits, as identified in Table 5 below: Table 5: City of Clearwater East WRF Interim Limits Parameter Interim Limit Units Statistical Base Nitrogen, Total 10 mg/L MB - Maximum Copper, Total Recoverable 4.0 ug/L MB - Maximum g) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Recoverable Copper MB – Maximum (ug/L), the Northeast WRF effluent discharge to Old Tampa Bay shall meet the following interim limits, as identified in Table 6 below: Table 6: City of Clearwater Northeast WRF Interim Limit Parameter Interim Limit Units Statistical Base Copper, Total Recoverable 4.0 ug/L MB – Maximum h) A copy of the Discharge Monitoring Report (“DMR”) to be used for reporting the interim limit values is incorporated herein and attached as Exhibit B. Sampling, analysis and reporting of the aforementioned parameters shall be in accordance with the permit. These interim limits do not act as a State of Florida Department of Environmental Protection wastewater permit effluent limitation or modified permit limitation, nor does it authorize or otherwise justify violation of the Florida Air and Water Pollution Control Act, Part I Chapter 403, Florida Statutes, during the pendency of this Consent Order. i) Within 365 days of the effective date of this Consent Order, Respondent shall review EPA’s Capacity, Management, Operations, and Maintenance (“CMOM”) DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 10 DW/CO June 2024 template (i.e., USEPA document 305-B-05-002, dated January 2005), and submit an updated CMOM Analysis to the Department. The updated CMOM Analysis must include potential plans, prioritization of the plans, and projected dates for implementation of the results. If the Department requires additional information for the CMOM, the Department may notify the Respondent in writing of the deficiencies and request additional information. The Respondent shall submit the required information identified in the RAI within the timeframe provided for in the RAI. Upon the Department’s approval of the updated CMOM, Respondent shall implement the plan by conducting the work specified thereunder within the timeframes specified thereunder. j) Within 180 days of the effective date of this Consent Order, the Respondent shall perform and submit to the Department for approval an updated analysis of their collection systems infrastructures including a detailed evaluation of inflow and infiltration (“I&I Analysis Plan”) to identify improvements with a priority as to importance of need and time to completion. An approximate cost analysis should be included. The I&I Analysis Plan should include specific projects along with their description and purpose with start and completion dates. If the Department requires additional information for the I&I Analysis Plan, the Department may notify the Respondent in writing of the deficiencies by issuing an RAI. The Respondent shall submit the required information identified in the RAI within the timeframe provided for in the RAI. Upon the Department’s approval of the I&I Analysis Plan, Respondent shall implement the plan by conducting the work specified thereunder within the timeframes of the approved I&I Analysis Plan. 6. Every calendar quarter after the effective date of this Order and continuing until all corrective actions have been completed, the Respondent shall submit to the Department a written report containing information about the status and progress of projects being completed under this Order, information about compliance or noncompliance with the applicable requirements of this Order, including construction requirements and effluent limitations, and any reasons for noncompliance. These reports shall also include a projection of the work the DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 11 DW/CO June 2024 Respondent will perform pursuant to this Order during the 12-month period which will follow the report. Respondent shall submit the reports to the Department within 30 days of the end of each quarter. 7. Effective immediately and thenceforth, Respondent shall adhere to Rule 62- 604.550(2)(c), F.A.C., and General Conditions IX. 20 of the permits for Clearwater Marshall St WRF, Clearwater East WRF, and Clearwater Northeast WRF, and submit complete written reports for all unauthorized discharges within 5 days of the date of the initial discharge. The written report should be submitted to the Domestic Wastewater Compliance inbox at the following email address: swd_dw@FloridaDEP.gov. 8. Notwithstanding the time periods described in the paragraphs above. Respondent shall complete all corrective actions required by paragraphs 5 - 7 by December 31, 2028, and be in full compliance with their domestic wastewater permits and applicable rules of Chapters 62- 302, 62-600, 62-604, 62-4, 62-620, F.A.C., regardless of any intervening events or alternative timeframes imposed in this Consent Order. Respondent’s failure to properly budget or appropriate funds will not act to relieve or excuse Respondent for non-performance of its obligations here under. 9. Within 30 days of the effective date of this Order, Respondent shall pay the Department $877,122.00 in settlement of the regulatory matters addressed in this Order. This amount includes $506,630.00 for civil penalties; $116,177.00 economic benefit; $253,315.00 for history of non-compliance and $1,000.00 for costs and expenses incurred by the Department during the investigation of this matter and the preparation and tracking of this Order. The civil penalty in this case includes 57 violations that each warrant a penalty of $2,000.00 or more. In lieu of making cash payment of $876,122.00.00 in penalties as set forth in the paragraph above, Respondent may elect to offset this amount by implementing an in-kind penalty project, which must be approved by the Department. An in-kind project must be either an environmental enhancement, environmental restoration, or a capital/facility improvement project. The Department may also consider the donation of environmentally sensitive land as an in-kind project. The value of the in-kind penalty project shall be one and a half times the portion DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 12 DW/CO June 2024 of the stipulated penalty amount for which the approved project off-sets which, in this case, is $1,314,183.00.00. If Respondent chooses to implement an in-kind project, Respondent shall notify the Department of its election either electronically or by certified mail within 15 days of the Effective Date of this Consent Order. Notwithstanding the election to implement an in- kind project, payment of the remaining $1,000.00 in costs must be paid within 30 days of the Effective Date of the Consent Order. If Respondent elects to implement an in-kind project, then Respondent shall comply with all of the requirements and time frames in Attachment A, attached hereto, entitled “In-Kind Projects”. 10. Respondent agrees to pay the Department stipulated penalties in the amount of $2,000.00 per day each and every day Respondent fails to timely comply with any of the requirements of paragraph(s) 5 - 7 of this Order. Additionally, Respondent shall pay the Department stipulated penalties for any discharges of wastewater from the WWTF and/or collection/transmission system. Respondent shall pay penalties as follows: Amount p/day p/discharge Discharge Volume $1,000.00 up to 5,000 gallons $2,000.00 5,001 to 10,000 gallons $5,000.00 10,001 to 25,000 gallons $10,000 25,001 to 100,000 gallons $15,000 in excess of 100,000 gallons The Department may demand stipulated penalties at any time after violations occur. Respondent shall pay stipulated penalties owed within 30 days of the Department’s issuance of written demand for payment and shall do so as further described in paragraphs 13 and 14, below. Nothing in this paragraph shall prevent the Department from filing suit to specifically enforce any terms of this Order. Any stipulated penalties assessed under this paragraph shall be in addition to the civil penalties agreed to in paragraph 9 of this Order. 11. In lieu of making cash payment of the penalty amount required under paragraph(s) 9 or 10 above, the Department, at its discretion, may allow Respondent to off-set DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 13 DW/CO June 2024 the amount by implementing an in-kind project(s), which must be approved by the Department. An in-kind project must be either an environmental enhancement, environmental restoration or capital/facility improvement project. The Department may also consider the donation of environmentally sensitive land as an in-kind project. The value of the in-kind penalty project shall be one and a half times the portion of the stipulated penalty amount for which the approved project offsets. In terms of paragraph 10, the Respondent shall request consideration of applying stipulated penalties toward an in-kind project within 15 days of notification by the Department that stipulated penalties are being assessed under paragraph 10. If acceptable, the Respondent shall comply with all the requirements and timeframes in Exhibit A, entitled In- Kind Project. If not acceptable, the Respondent will pay the stipulated penalties within 30 days of receipt of the Department’s notification that applying the stipulated penalties to an in-kind project is not acceptable. 12. In the event that Respondent elects to off-set civil penalties, including stipulated penalties, by implementing an in-kind penalty project which is approved by the Department, during the period that this Order remains in effect or during the effective date of any Department issued Permit to Respondent whichever is longer (Prohibited Transfer Duration), Respondent shall not transfer or use funds obtained by the Respondent from the collection of sewer rates for any purpose not related to the management, operation, maintenance of the Sewer System or to any capital improvement needs of the Sewer System (hereinafter, Prohibited Transfer). Respondent shall annually certify to the Department using the Annual Certification Form located on Exhibit A to this Order that no Prohibited Transfer has occurred. In the event of any Prohibited Transfer, the In-Kind project option shall be forfeited, and the entire civil penalty shall immediately become due and owing to the Department irrespective of any expenditures by the Respondent in furtherance of the In-Kind project. 13. Respondent shall make all payments required by this Order by cashier's check, money order or on-line payment. Cashier’s check or money order shall be made payable to the “Department of Environmental Protection” and shall include both the OGC number assigned to this Order and the notation “Water Quality Assurance Trust Fund.” Online payments by e- DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 14 DW/CO June 2024 check can be made by going to the DEP Business Portal at: http://www.fldepportal.com/go/pay/. It will take a number of days after this order is final, effective and filed with the Clerk of the Department before ability to make online payment is available. 14. Except as otherwise provided, all submittals and payments required by this Order shall be sent to Anthony DiSipio, Environmental Specialist with the Domestic Wastewater Compliance Assurance Program, Department of Environmental Protection, Southwest District, 13051 N Telecom Pkwy, Suite 101, Temple Terrace, FL 33737. 15. Respondent shall allow all authorized representatives of the Department access to the Facilities at reasonable times for the purpose of determining compliance with the terms of this Order and the rules and statutes administered by the Department. 16. If any event, including administrative or judicial challenges by third parties unrelated to Respondent, occurs which causes delay or the reasonable likelihood of delay in complying with the requirements of this Order, Respondent shall have the burden of proving the delay was or will be caused by circumstances beyond the reasonable control of Respondent and could not have been or cannot be overcome by Respondent's due diligence. Neither economic circumstances nor the failure of a contractor, subcontractor, materialman, or other agent (collectively referred to as “contractor”) to whom responsibility for performance is delegated to meet contractually imposed deadlines shall be considered circumstances beyond the control of Respondent (unless the cause of the contractor's late performance was also beyond the contractor's control). Upon occurrence of an event causing delay, or upon becoming aware of a potential for delay, Respondent shall notify the Department by the next working day and shall, within seven calendar days notify the Department in writing of (a) the anticipated length and cause of the delay, (b) the measures taken or to be taken to prevent or minimize the delay, and (c) the timetable by which Respondent intends to implement these measures. If the parties can agree that the delay or anticipated delay has been or will be caused by circumstances beyond the reasonable control of Respondent, the time for performance hereunder shall be extended. The agreement to extend compliance must identify the provision or provisions extended, the DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 15 DW/CO June 2024 new compliance date or dates, and the additional measures Respondent must take to avoid or minimize the delay, if any. Failure of Respondent to comply with the notice requirements of this paragraph in a timely manner constitutes a waiver of Respondent's right to request an extension of time for compliance for those circumstances. 17. The Department, for and in consideration of the complete and timely performance by Respondent of all the obligations agreed to in this Order, hereby conditionally waives its right to seek judicial imposition of damages or civil penalties for the violations described above up to the date of the filing of this Order. This waiver is conditioned upon Respondent’s complete compliance with all of the terms of this Order. 18. This Order is a settlement of the Department’s civil and administrative authority arising under Florida law to resolve the matters addressed herein. This Order is not a settlement of any criminal liabilities which may arise under Florida law, nor is it a settlement of any violation which may be prosecuted criminally or civilly under federal law. Entry of this Order does not relieve Respondent of the need to comply with applicable federal, state, or local laws, rules, or ordinances. 19. The Department hereby expressly reserves the right to initiate appropriate legal action to address any violations of statutes or rules administered by the Department that are not specifically resolved by this Order. 20. Respondent is fully aware that a violation of the terms of this Order may subject Respondent to judicial imposition of damages, civil penalties up to $15,000.00 per day per violation, and criminal penalties. 21. Respondent acknowledges and waives its right to an administrative hearing pursuant to sections 120.569 and 120.57, F.S., on the terms of this Order. Respondent also acknowledges and waives its right to appeal the terms of this Order pursuant to section 120.68, F.S. 22. Electronic signatures or other versions of the parties’ signatures, such as .pdf or facsimile, shall be valid and have the same force and effect as originals. No modifications of the DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 16 DW/CO June 2024 terms of this Order will be effective until reduced to writing, executed by both Respondent and the Department, and filed with the clerk of the Department. 23. The terms and conditions set forth in this Order may be enforced in a court of competent jurisdiction pursuant to sections 120.69 and 403.121, F.S. Failure to comply with the terms of this Order constitutes a violation of section 403.161(1)(b), F.S. 24. This Consent Order is a final order of the Department pursuant to section 120.52(7), F.S., and it is final and effective on the date filed with the Clerk of the Department unless a Petition for Administrative Hearing is filed in accordance with Chapter 120, F.S. Upon the timely filing of a petition, this Consent Order will not be effective until further order of the Department. 25. Respondent shall publish the following notice in a newspaper of daily circulation in Pinellas County, Florida. The notice shall be published one time only within 15 days of the effective date of the Order. Respondent shall provide a certified copy of the published notice to the Department within 10 days of publication. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION NOTICE OF CONSENT ORDER The Department of Environmental Protection (“Department”) gives notice of agency action of entering into a Consent Order with CITY OF CLEARWATER PUBLIC UTILITIES pursuant to section 120.57(4), Florida Statutes. The Consent Order addresses the unauthorized discharges of approximately 9 million gallons of untreated domestic wastewater; unauthorized discharges of approximately 47 million gallons of partially treated domestic wastewater; the failure to maintain and operate equipment as intended; the failure to report noncompliance events to the Department; and discharging inadequately treated wastewater through the permitted surface water outfalls, at 1605 Harbor Dr, Clearwater, Florida; 3141 Gulf to Bay Blvd, Clearwater, Florida; and 3290 S.R. 580, Safety Harbor, Florida. The Consent Order is available for public inspection during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, except legal holidays, at the Department of Environmental Protection, Southwest District, 13051 N Telecom Pkwy, Temple Terrace, FL. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 17 DW/CO June 2024 Persons who are not parties to this Consent Order, but whose substantial interests are affected by it, have a right to petition for an administrative hearing under sections 120.569 and 120.57, Florida Statutes. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition concerning this Consent Order means that the Department’s final action may be different from the position it has taken in the Consent Order. The petition for administrative hearing must contain all of the following information: a) The name and address of each agency affected and each agency’s file or identification number, if known; b) The name, address, any e-mail address, any facsimile number, and telephone number of the petitioner, if the petitioner is not represented by an attorney or a qualified representative; the name, address, and telephone number of the petitioner’s representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner’s substantial interests will be affected by the agency determination; c) A statement of when and how the petitioner received notice of the agency decision; d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; e) A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the agency’s proposed action; f) A statement of the specific rules or statutes the petitioner contends require reversal or modification of the agency’s proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and g) A statement of the relief sought by the petitioner, stating precisely the action petitioner wishes the agency to take with respect to the agency’s proposed action. The petition must be filed (received) at the Department's Office of General Counsel, 3900 Commonwealth Boulevard, MS# 35, Tallahassee, Florida 32399-3000 or received via electronic correspondence at Agency_Clerk@floridadep.gov, within 21 days of receipt of this notice. A copy of the petition must also be mailed at the time of filing to the District Office at 13051 N Telecom Pkwy, Temple Terrace, FL. Failure to file a petition within the 21-day period constitutes DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 18 DW/CO June 2024 a person’s waiver of the right to request an administrative hearing and to participate as a party to this proceeding under sections 120.569 and 120.57, Florida Statutes. Within 10- days after filing a petition, a person whose substantial interests are affected by this Consent Order may choose to pursue mediation as an alternative remedy under section 120.573, Florida Statutes. Choosing mediation will not adversely affect such person’s right to an administrative hearing if mediation does not result in a settlement. Additional information about the mediation process and procedure is provided in section 120.573, Florida Statutes and Rule 62-110.106(12), Florida Administrative Code. 26. Rules referenced in this Order are available at http://www.dep.state.fl.us/legal/Rules/rulelist.htm FOR THE RESPONDENT: __________________________________________ Jennifer Poirrier City Manager DATE ____________________________________________________________________________________ DONE AND ORDERED this __ day of __________, 2025, in Hillsborough, Florida. STATE OF FLORIDA DEPARTMENT DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 19 DW/CO June 2024 OF ENVIRONMENTAL PROTECTION ____________________________________ Ms. Kelley M. Boatwright District Director Southwest District Filed, on this date, pursuant to section 120.52, F.S., with the designated Department Clerk, the receipt of which is hereby acknowledged. ________________________________ _____________________ Clerk Date Copies furnished to: Lea Crandall, Agency Clerk Mail Station 35 DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 Exhibit A In-Kind Projects I. Introduction An in-kind project a. Within 60 days of the effective date of this Consent Order, Respondent shall submit, either electronically or by certified mail, a detailed in-kind project proposal to the Department for evaluation. The proposal shall include a summary of benefits, proposed schedule for implementation and documentation of the estimated costs which are expected to be incurred to complete the project. These costs shall not include those incurred in developing the proposal or obtaining approval from the Department for the in-kind project. b. If the Department requests additional information or clarification due to a partially incomplete in-kind project proposal or requests modifications due to deficiencies with Department guidelines, Respondent shall submit, either electronically or by certified mail, all requested additional information, clarification, and modifications within 15 days of receipts of written notice. c. If upon review of the in-kind project proposal, the Department determines that the project cannot be accepted due to a substantially incomplete proposal or due to substantial deficiencies with minimum Department guidelines; Respondent shall be notified, in writing, of the reason(s) which prevent the acceptance of the proposal. Respondent shall correct and redress all of the matters at issue and submit, either electronically or by certified mail, a new proposal within 30 days of receipt of written notice. In the event that the revised proposal is not DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 approved by the Department, Respondent shall make cash payment of the civil penalties as set forth in the Consent Order within 30 days of Department notice. d. Within 120 days of the effective date of this Consent Order, Respondent shall obtain approval for an in-kind project from the Department. If an in-kind project proposal is not approved by the Department within 120 days of the effective date of this Consent Order, then Respondent shall make cash payment of the civil penalties as set forth in the Consent Order, within 30 days of Department notice. e. Within 180 days of obtaining Department approval for the in-kind proposal or in accordance with the approved schedule submitted pursuant to paragraph (a) above, Respondent shall complete the entire in-kind project. f. During the implementation of the in-kind project, Respondent shall place appropriate sign(s) at the project site indicating that Respondent’s involvement with the project is the result of a Department enforcement action. Respondent may remove the sign(s) after the project has been completed. However, after the project has been completed Respondent shall not post any sign(s) at the site indicating that the reason for the project was anything other than a Department enforcement action. g. In the event, Respondent fails to timely submit any requested information to the Department, fails to complete implementation of the in-kind project or otherwise fails to comply with any provision of this paragraph, the in-kind penalty project option shall be forfeited and the entire amount of civil penalties shall be due from the Respondent to the Department within 30 days of Department notice. If the in-kind penalty project is terminated and Respondent timely remits the penalty, no additional penalties shall be assessed under the Consent Order for failure to complete the requirement of this paragraph. DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 h. Within 15 days of completing the in-kind project, Respondent shall notify the Department, either electronically or by certified mail, of the project completion and request a verification letter from the Department. Respondent shall submit supporting information verifying that the project was completed in accordance with the approved proposal and documentation showing the actual costs incurred to complete the project. These costs shall not include those incurred in developing the proposal or obtaining approval from the Department for the project. i. If upon review of the notification of completion, the Department determines that the project cannot be accepted due to a substantially incomplete notification of completion or due to substantial deviations from the approved in-kind project; Respondent shall be notified, in writing, of the reason(s) which prevent the acceptance of the project. Respondent shall correct and redress all of the matters at issue and submit, either electronically or by certified mail, a new notification of completion within 15 days of receipt of the Department’s notice. If upon review of the new submittal, the Department determines that the in-kind project is still incomplete or not in accordance with the approved proposal, the in-kind penalty project option shall be forfeited and the entire amount of civil penalty shall be due from the Respondent to the Department within 30 days of Department notice. If the in-kind penalty project is terminated and Respondent timely remits the penalty, no additional penalties shall be assessed for failure to complete the requirements of this paragraph. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0021857-021-DW1P/NR MAILING ADDRESS: 1650 N Arcturas Ave Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 LOCATION: 1605 Harbor Dr MONITORING GROUP DESCRIPTION: D-001, with Influent Clearwater, Florida 33755- RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 10.0 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 6.25 (Mo.Avg.) 7.5 (Max.Wk.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 P Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week Grab I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 6.25 (Mo.Avg.) 7.5 (Max.Wk.Avg.) mg/L 5 Days/Week Grab Solids, Total Suspended Sample Measurement PARM Code 00530 P Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) mg/L 5 Days/Week Grab Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 6.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 9.0 (Max.Wk.Avg.) 7.5 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement 12.0 (Max.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement 1.5 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement 1.25 (Mo.Avg.) 2.25 (Max.Wk.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 P Mon. Site No. EFA-01 Permit Requirement 3.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Min.Mo.Total) percent 5 Days/Week Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 276 (Max.) #/100mL 5/Month Grab Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dibromochloromethane Sample Measurement PARM Code 32105 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Dibromochloromethane Sample Measurement PARM Code 32105 P Mon. Site No. EFD-01 Permit Requirement 58.0 (An.Avg.) ug/L Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Nitrogen, Total Sample Measurement PARM Code 00600 Q Mon. Site No. CAL-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 R Mon. Site No. CAL-01 Permit Requirement 33.5 (An.Total) ton/yr Monthly Calculated BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Q Mon. Site No. CAL-02 Permit Requirement Report (Mo.Total) lb/mth Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 R Mon. Site No. CAL-02 Permit Requirement 76157.0 (An.Avg.) lb/yr Monthly Calculated Flow Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 10 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 1 Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0021865-012-DW1P/NR MAILING ADDRESS: 1650 N Arcturas Ave Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 LOCATION: 3141 Gulf to Bay Blvd MONITORING GROUP DESCRIPTION: D001 SURFACE WATER DISCHRGE OUTFALL, with Influent Clearwater, Florida 33759-4506 RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 5.0 (An.Avg.) MGD Monthly Calculated Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L Monthly Calculated BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L Monthly Calculated Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 3.0 (An.Avg.) mg/L Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 3.75 (Mo.Avg.) 4.5 (Max.Wk.Avg.) 10 (Max.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement Report (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement Report (Max.Wk.Avg.) Report (Mo.Avg.) Report (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Mo.Min.) percent Monthly Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 276 (Max.) 130 (90th %) #/100mL 5/Month Grab Copper, Total Recoverable Sample Measurement PARM Code 01119 1 Mon. Site No. EFD-01 Permit Requirement 4.0 (Max.) ug/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab Nitrogen, Total (East) Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total (East) Sample Measurement PARM Code 00600 Q Mon. Site No. EFA-01 Permit Requirement Report (An.Total) Report (5Yr.Avg.) ton/yr Monthly Calculated Nitrogen, Total (East & NE) Sample Measurement PARM Code 00600 R Mon. Site No. CAL-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total (East & NE) Sample Measurement PARM Code 00600 S Mon. Site No. CAL-01 Permit Requirement 40.65 (An.Total) 27.1 (5Yr.Avg.) ton/yr Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly Grab 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly Grab 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Flow Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 5.0 (An.Avg.) MGD Monthly Calculated Flow Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Max.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0128937-017-DW1P/NR MAILING ADDRESS: 1650 North Arcturas Avenue, Building C Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 LOCATION: 3290 SR 580 MONITORING GROUP DESCRIPTION: D001 SURFACE WATER DISCHARGE LOCATION, with Influent Safety Harbor, Florida 34695 RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 13.5 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 3.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 6.0 (Max.) 4.5 (Max.Wk.Avg.) 3.75 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement Report (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement Report (Max.) Report (Max.Wk.Avg.) Report (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Mo.Min.) percent Monthly Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 130 (Max.) #/100mL 5/Month Grab Copper, Total Recoverable Sample Measurement PARM Code 01119 1 Mon. Site No. EFD-01 Permit Requirement 4.0 (Max.) mg/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab Nitrogen, Total Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 Q Mon. Site No. EFA-01 Permit Requirement Report (An.Total) ton/yr Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 R Mon. Site No. EFA-01 Permit Requirement Report (5Yr.Avg.) ton/yr Monthly Calculated 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC Commented [EC1]: 4.0 INTERIM LIMIT MAXIMUM DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Flow (Total Plant) Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 13.5 (An.Avg.) MGD Continuous Flow Totalizer Flow (Total Plant) Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 1 Mon. Site No. FLW-01 Permit Requirement Report (Mo.Max.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. September 5, 2025 Ms. Kelley M. Boatwright, Director Southwest District: Florida Department of Environmental Protection 13051 North Telecom Parkway, Suite 101 Temple Terrace, FL 33637-0926 Kelley.M.Boatwright@FloridaDEP.gov Re: Response to Proposed Consent Order OGC File No. 25-1120 City of Clearwater Marshall Street WRF, City of Clearwater East WRF, and City of Clearwater Northeast WRF Facility ID No(s). FL0128937, FL0021865, FL0021857 Pinellas County Dear Director Boatwright, The City of Clearwater submits this response to the Proposed Consent Order OGC File No. 25-1120 issued on August 1, 2025. While the City remains committed to compliance with applicable environmental regulations and values the opportunity to resolve these matters, we respectfully request revisions to certain elements of the Order, as detailed below. We appreciate the ongoing collaborative relationship with the Department and remain dedicated to protecting the health and safety of our community and environment. Should you have any questions or require further information, please feel free to contact me directly at 727-224-7043 or Richard.Gardner@MyClearwater.com. Sincerely, Michael Flanigan, Public Utilities Assistant Director, on behalf of: Mr. Richard Gardner, P.E. Public Utilities Director City of Clearwater Cc: Richard Gardner, Public Utilities Director Travis Teuber, Wastewater Treatment Assistant Manager Emily Davis, Compliance Coordinator Pamala Vazquez, FDEP-SWD, Pamala.Vazquez@FloridaDEP.gov Erica Peck, FDEP-SWD, Erica.Peck@FloridaDEP.gov Emily Larson, FDEP-SWD, Emily.Larson@FloridaDEP.gov Emmalise Hunter, FDEP-SWD, Emmalise.C.Hunter@FloridaDEP.gov Anthony DiSipio, FDEP-SWD, Anthony.DiSipio@FloridaDEP.gov FDEP Water Compliance Assurance Program, WCAPHQ@dep.state.fl.us Page | 2 Request Change in Violation Classification • Violation Description: Improper release or disposal of sewage, raw materials, process materials, or inadequately treated wastewater (2.6MG SWO2024-6427) The City requests that the identified potential for harm associated with this violation be reclassified from major to moderate, based on the actual circumstances of the incident and applicable regulatory guidelines. During Tropical Storm Debby, the East WRF experienced unprecedented inflow and infiltration into its sewer basin. The facility was inundated, and various process tanks began to spill partially treated wastewater into the stormwater system intermittently. It was estimated that an excessive inflow of between 12-16 MGD entered the facility, exceeding its capacity of 10 MGD. According to the Department’s Guidelines for Characterizing Wastewater Violations, discharges involving partially treated wastewater fall under the ‘moderate’ matrix factor. Given the nature of the overflow, the City believes that a ‘moderate’ classification is more appropriate and aligns with the intent of the guidelines, as the discharge did not involve raw wastewater. • Violation Description: Improper release or disposal of sewage, raw materials, process materials, or inadequately treated wastewater (4.2MG SWO2024-9036) The City requests that the identified potential for harm associated with this violation be reclassified from major to moderate, based on the actual circumstances of the incident and applicable regulatory guidelines. An excessive flow event at the East WRF due to Hurricane Milton resulted in a hydraulic overflow of partially treated wastewater in multiple treatment basins. The overflowed water reached the surrounding ground and subsequently entered the stormwater system, compounded by substantial rainfall at the time. While the total reported volume was 4.2 MG, it remains unknown how much reached Old Tampa Bay (class II surface water). According to the Department’s Guidelines for Characterizing Wastewater Violations, discharges involving partially treated wastewater fall under the ‘moderate’ matrix factor. Given the nature of the overflow, the City believes that a ‘moderate’ classification is more appropriate and aligns with the intent of the guidelines, as the discharge did not involve raw wastewater. • Violation Description: Improper release or disposal of sewage, raw materials, process materials, or inadequately treated wastewater (1.45MG SWO2024-8397) The City requests that the identified potential for harm associated with this violation be reclassified from major to moderate, based on the actual circumstances of the incident and applicable regulatory guidelines. Page | 3 During Hurricane Helene, the East WRF was evacuated due to a storm surge from Old Tampa Bay. Storm surge from Old Tampa Bay inundated the plant with seawater through the outfall at the stormwater pond and over and around the seawall. Seawater entered the facility through manhole holes and additional drains. Some of the incoming seawater was handled by a small lift station that ran at full capacity until one of its two pumps failed. This additional water caused several process tanks to overflow into the surrounding floodwater. When staff returned, they found standing water across the site, with the south end of the anoxic basins, parts of the oxidation tank, and both clarifiers overflowing. Old Tampa Bay had surged from south to north across the facility and Highway 60, reaching depths of 4 to 5 feet in some areas. A diaphragm pump was later set up to recover water from the stormwater pond near the clarifiers. According to the Department’s Guidelines for Characterizing Wastewater Violations, discharges involving partially treated wastewater fall under the ‘moderate’ matrix factor. Given the nature of the overflow, the City believes that a ‘moderate’ classification is more appropriate and aligns with the intent of the guidelines, as the discharge did not involve raw wastewater. • Violation Description: Improper release or disposal of sewage, raw materials, process materials, or inadequately treated wastewater (885,547gal SWO2025- 2695) The City requests that the identified extent of deviation associated with this violation be reclassified from major to moderate, based on the actual circumstances of the incident and applicable regulatory guidelines. The East WRF experienced an upset during maintenance of one of its secondary clarifiers, which led to secondary sludge overflowing into the sand filters. The filters became clogged, causing a bypass into the chlorine contact chamber and resulting in high turbidity (NTU) in the final effluent. To respond quickly, operators took several corrective steps: 1. Redirected Effluent – Discharge to the reclaimed system was stopped, and all effluent was sent to the surface water outfall (Old Tampa Bay). 2. Reduced Flow – Operators decreased influent pump speeds to reduce plant loading. 3. Adjusted Clarifier Operations – They increased the return rate of activated sludge from the online clarifier to stabilize the process. 4. Tried Sand Filter Recovery – Additional backwash cycles were run to clean the clogged filters. 5. Brought Equipment Back Online – When these steps didn’t resolve the issue, the offline secondary clarifier was placed back in service, which eventually restored normal operations. Page | 4 According to the Department’s Guidelines for Characterizing Wastewater Violations, discharges that are deliberate, or result from improper operation or maintenance, or fail to immediately implement adequate corrective measures are classified as major. Given the nature of the overflow, the City believes a classification of ‘moderate’ is more appropriate and consistent with the intent of the guidelines. The facility immediately implemented adequate corrective measures as listed above, and the release of this wastewater was not deliberate. Request Change in Adjustments • Economic Benefit The City respectfully asserts that no economic benefit, either passive or active, was gained as a result of the wastewater violations in question. These sanitary sewer overflow events were directly caused by three severe storms, not by any failure to comply with the Department rules, nor by any attempt to delay or avoid compliance expenditures. The City derived no profit, cost savings, or deferred costs from these events, and in fact incurred significant unanticipated costs in response. As such, the economic benefit component of the proposed penalties totaling $116,176.64 should be excluded in accordance with the Department’s own guidelines and the statutory framework. • History of Non-Compliance The Department’s guidance allows for increased penalties based on a “history of non- compliance” when that history reflects recurring regulatory violations, particularly those involving major harm or deviation. However, the events in question occurred during extraordinary storm events, which were beyond the control of the City. These incidents are not indicative of disregard for environmental requirements, but rather the unfortunate impact of extreme weather. The regulatory framework around penalties and adjustments is designed to promote immediate and continued compliance, not to penalize facilities for natural disasters beyond their control. Holding storm-related incidents against a facility in the same manner as willful non-compliance undermines the purpose of the rule. These are involuntary incidents triggered by force majeure, not recurring regulatory non-compliance. The City requests a significant adjustment or removal of the history of non-compliance adjustment totaling $253,315. Please note that the City does acknowledge that there were exceedances reported in the Discharge Monitoring Reports (DMRs) for all three facilities that were not related to storm events. The City is not contesting those exceedances and accepts responsibility for them as part of this enforcement action. Request to Modify or Minimize Ordered Actions The City respectfully requests a revision to the scope of the ordered actions outlined on page 7 of the Consent Order (Item 5). Page | 5 • I&I Analysis Plan (Item 5j) As ordered in Item 5j, the Respondent is directed to perform and submit to the Department for approval an updated analysis of their collection system infrastructures, including a detailed evaluation of inflow and infiltration (“I&I Analysis Plan”) to identify improvements with a priority as to the importance of need and time to completion. The City conducted an I&I analysis ending in 2023 with a consultant. While the City acknowledges the importance of this order, the City believes that conducting a new study after the 2023 analysis would offer limited additional value, either financially or operationally. Furthermore, the City has already initiated improvements such as the lining of sewers and manholes based on the findings of the 2023 analysis and continues to invest in upgrading the system to address I&I concerns. Given the completion of a detailed I&I analysis in 2023 and the City’s commitment to implementing improvements identified in that study, the City respectfully requests the removal of Item 5j from the Consent Order. The City is willing to submit the 2023 study to the Department and provide a summary of upcoming projects that will address the identified priorities. • CMOM (Item 5i) As ordered in Item 5i, the Respondent shall review EPA’s Capacity, Management, Operations, and Maintenance (“CMOM”) template and submit an updated CMOM Analysis to the Department. The City proposes substituting this requirement with the submission of a Collection System Action Plan, as required under Rule 62-600.705(2), F.A.C. The City believes the CMOM analysis is duplicative of the Collection System Action Plan, whose primary goal is to prevent sanitary sewer overflows that may endanger public health and the environment. The City requests that the submission of the Collection System Action Plan be accepted in place of the CMOM Analysis and completed early as part of this Consent Order. This submission will also fulfill the requirement during the next permit renewal cycle. The City will apply for renewal of the affected permits at least 180 days prior to their expiration dates, as required. These renewal timelines are as follows: • East WRF (FL0021865): Expires July 2027→Renewal due is January 2027 • Marshall St. WRF (FL0021857): Expires February 2027→Renewal due August 2026 • Northeast WRF (FL0128937): Expires November 2027→Renewal due May 2027 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0759 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 14.2 SUBJECT/RECOMMENDATION: Award a construction contract to Milburn Southeast LLC dba Milburn Demolition for the demolition of two elevated water storage tanks in the amount of $763,400.00 pursuant to Invitation to Bid (ITB) 21-0020-UT; approve an increase to our current purchase order with Engineer of Record Biller Reinhart (EOR) for Supplemental Work Order 2 in the amount of $156,640.00, bringing the total to $256,003.00 pursuant to RFQ 34-23; and authorize the appropriate officials to execute same. (consent) SUMMARY: The two water tanks are comprised of a north elevated water tank, located at 1780 Weston Drive, Clearwater, FL 33755, and a south elevated water tank located adjacent to the north side of 1435 S MLK Jr. Avenue, Clearwater, FL 33756. Each water tank is a one-million-gallon steel potable water tank that is owned and operated by the City of Clearwater’s Public Utilities Department. Public Utilities Engineering issued ITB 21-0020-UT for the Elevated Water Tanks Demolition Project, which closed on July 16, 2025. The total scope of work includes the complete dismantling and removal of all tank components and features on both sites, followed by full site restoration for each location upon completion of demolition activities. The City received five responsive bids. Milburn Southeast LLC dba Milburn Demolition represented the lowest responsive and responsible bid in accordance with the project’s plans and specifications. The EOR evaluated the submittals and recommended awarding the contract to Milburn Southeast LLC dba Milburn Demolition. On March 3, 2022, the City manager approved an initial work order with the EOR for design and bidding services for the safe demolition of the two elevated water storage tanks in the amount of $61,897.00. On December 4, 2023, the City Manager approved Supplemental Work Order 1 in the amount of $37,466,00, for restoration, cost evaluation, and maintenance analysis of the two elevated water storage tanks, bringing the supplemental work order value to $99,363.00. Supplemental Work Order 2 is for engineering and inspection services during construction in the amount of $156,640.00, for a new total supplemental work order value of $256,003.00. The construction contract allows for a duration of 210 consecutive calendar days following the issuance of a Notice to Proceed. The City of Clearwater’s Public Utilities Department is responsible for owning, operating and maintaining the north and south elevated water tanks. Since the water towers are not needed for the Public Utilities Department operation, an evaluation was requested by Biller Reinhart Engineering Group, Inc. dated March 5, 2025, to determine the costs of demolition and removal of the water towers and the costs to repair and maintain the towers moving forward. The cost to remove the tanks is comparable to the cost to repair the tanks. However, the removal of the tanks will eliminate the reoccurring maintenance expense. APPROPRIATION CODE AND AMOUNT: Funds are available in capital project 3217321-96721, Water System R&R Maintenance, to fund this contract. The Public Utilities Department and associated projects are funded by the Water and Sewer Utility Enterprise Fund revenues. STRATEGIC PRIORITY: Establishing this contract offers a high level of service to our residents. It meets the City’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts. The project also aligns with the City’s Strategic goals of Community Well-Being Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0759 and Environmental Stewardship by restoring neighborhoods to their original state. Page 2 City of Clearwater Printed on 9/11/2025 July 31, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 21-0020-UT, Elevated Water Tanks Demolition, to Milburn Southeast LLC dba Milburn Demolition, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $763,400.00, which includes a 10% Owner’s Contingency of $69,400.00. This Award recommendation will be considered and voted on by the City Council at the September 4, 2025, Council Meeting (6:00 p.m.). There is no work session. These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Michelle Mack, Contracts and Procurement Specialist at Michelle.Mack@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Michelle Mack Contracts and Procurement Specialist v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 21-0020-UT ELEVATED WATER TANKS DEMOLITION INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/164737.Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub-bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre-qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre- qualification status before a Bid Opening. The Contractor shall include copies of their current license/registration with the State of Florida and Pinellas County (if applicable) with their bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 2 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 3 questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder’s maximum Bid price and in the form of a certified or cashier’s check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may v. 7.2024 4 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation’s, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. 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. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 5 attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 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. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non-Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder’s Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E-Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. 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. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non-Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 6 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV – Technical Specifications and as defined in Section III – General Conditions. 17. IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. v. 7.2024 7 (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. 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 v. 7.2024 8 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. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater’s Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP’s) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction-related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction-related Best Management Practices. GENERAL CONDITIONS Section III - General Conditions can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: Elevated Water Tanks Demolition Project Number: 21-0020-UT Scope of Work: The Elevated Water Tank Demolition Project, City Project No. 21-0020-UT, consists of the demolition, removal, and disposal of two (2) one-million-gallon steel elevated water storage tanks and all appurtenances. The total scope of work includes the complete dismantling and removal of all tank v. 7.2024 9 components and features on both sites, followed by full site restoration for each location upon completion of demolition activities. The first structure, referred to as the North Elevated Water Tank, is located on Weston Drive. The second, referred to as the South Elevated Water Tank, is located on South Martin Luther King Jr. Avenue. This project is inclusive of both sites. The estimated duration of the project is 210 calendar days. The contractor will be responsible for securing all required permits. 3.2 Section IV - Technical Specifications Section IV - Technical Specifications can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications 3.3 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SUPPLEMENTAL TECHNICAL SPECIFICATIONS Supplemental Technical Specifications outlined below. 4.2 General Project City of Clearwater Elevated Tanks Demolition North Elevated Water Tank – Weston Drive South Elevated Water Tank – South Martin Luther King Jr. Ave (S MLK JR. AVE) Clearwater, FL The contractor, having submitted a bid for this project, acknowledges the following: A. The bidding contractor is qualified to meet the requirements of the Project Specifications for the above-referenced project. B. The bidding contractor has submitted two references each, to the City of Clearwater (The City), of previously completed projects demonstrating proficiency in demolition of elevated steel drinking water tanks, with a minimum 1-million-gallon capacity and a minimum of 120 feet top elevation. C. The bidding contractor has visited and has become familiar with the project site and conditions. D. The bidding contractor understands the requirements of the Project Specifications for the above- referenced project. 4.3 Work Items v. 7.2024 10 WORK ITEM NO. 1 Contractor mobilization costs and site preparation, including removal of vegetation and materials that might interfere with the work of this contract. Lump Sum. NORTH ELEVATED WATER TANK – WESTON DRIVE WORK ITEM NO. 2 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade level. Lump Sum. WORK ITEM NO. 3 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. Lump Sum. WORK ITEM NO. 4 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. Lump Sum. WORK ITEM NO. 5 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. Lump Sum. WORK ITEM NO. 6 Provide for the delivery or pick-up of salvaged material from the demolition project. Lump Sum. WORK ITEM NO. 7 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. Lump Sum. SOUTH ELEVATED WATER TANK - S MLK JR. AVE WORK ITEM NO. 8 v. 7.2024 11 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade level. Lump Sum. WORK ITEM NO. 9 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. Lump Sum. WORK ITEM NO. 10 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. Lump Sum. WORK ITEM NO. 11 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. Lump Sum. WORK ITEM NO. 12 Provide for the delivery or pick-up of salvaged material from the demolition project. Lump Sum. WORK ITEM NO. 13 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. Lump Sum. 4.4 Summary of Work: General Summary A. The contractor shall submit a Construction Sequencing Plan, outlining the methodical steps to be taken for the successful completion of the project. The Construction Sequencing Plan is to be submitted at time of project awarding. The contractor should allow a minimum of 3-week period for internal City review. B. Project summary: The elevated water tank demolition project with City project number 21-0020- UT, consists of the demolition, removal, and disposal of two (2) one million-gallon, steel elevated water storage tanks and all appurtenances. The project includes the removal of all tanks features and components and the complete restoration of the site upon demolition completion. The first tank referred to as the North Elevated Water Tank is located at Weston Drive, and the second tank referred to as the South Elevated Water Tank is located S MLK Jr. Avenue. v. 7.2024 12 Project Scope: the work of this contract consists of the following items: A. Demolition, removal, and disposal of the two (2) one million-gallon, steel elevated water storage tanks and all appurtenances. B. Remove tanks and all features including all concrete pads and foundations, piping, conduits, posts, pedestals, valves, and appurtenances. Restore sites upon completion. The work of this contract shall be performed in accordance with the contract documents. The contractor shall furnish all necessary labor, tools, services, materials, and equipment needed to complete all the work of this project. The contract documents were prepared by Biller Reinhart Engineering Group Inc. and include the following: A. Project Specifications dated March 2025, including all specifications, drawings, etc. contained within. B. The work will be constructed under a single contract between the owner and the contractor. C. Additional contractor responsibilities: o Removing vegetation and materials that interfere with the work of this contract. o Existing chain link fence is to remain. The contractor shall notify The City and The Engineer of locations of the chain link fence requiring repair. o The work in this contract will involve working in confined spaces. It will be the contractor’s responsibility to comply with all regulations regarding confined space work and fall protection set forth by the City of Clearwater, Occupational Safety and Health Administration (OSHA), and Florida Department of Environmental Protection (FDEP). o The Contractor shall perform work in such manner to avoid closing surrounding pedestrian trails. Any necessary closures for safety shall be kept to a minimum and coordinated with the Utilities Inspector. o The power company is to be contacted prior to notice to proceed to disconnect power to the existing pole inside the fenced area. Power to poles outside the fence will remain for future use. Contractor must submit written confirmation to The City and engineer of record after power has been disconnected. Work Under Other Contracts A. Subcontractors shall be competent and licensed to perform work in their specific trades. v. 7.2024 13 B. The contractor shall be responsible for verifying that all subcontractors hold a current license and are competent for the specific work they are to perform. C. The contractor shall not subcontract any portion of this project without prior consent from the engineer. Names and references of all subcontractors shall be submitted to the engineer for review. Products: Not applicable Execution: Not applicable 4.5 Demolition and Removal General: Structure demolition shall include removal of existing steel structures, and removal of the existing reinforced concrete footings to a depth of 6' below top of footing. Should a spread footing be encountered within the 6' removal depth, the Contractor shall terminate the footing removal at the top of the spread footing. The dimensions of the abandoned footing below the termination of removal shall be clearly noted on the Record Drawings/As-Builts by the Contractor. Structure demolition shall include removal of existing steel structures, and removal of existing reinforced concrete footings and abandoning pile supports below grade and in place. Pipe demolition shall consist of removal of piping as required. The contractor shall be responsible for the installation, maintenance, and data distribution of construction cameras to facilitate site monitoring throughout the duration of the project. Work under this section shall be confined to the fenced tank area and adjacent lay down zone west of the tank. Care should be taken to prevent damage to all structures, trees, vegetation, paving and sidewalk/pedestrian trails. The Contractor shall be responsible for repair and replacement of any damage to structures, trees, vegetation, pavement, sidewalk, and landscaping, for the work safety zone, lay down zone as well as all adjoining property as specified in the City of Clearwater standard details. Any replacement shall be completed by City of Clearwater Standard Details. Requirements. A. Dust & Particulate Control: Take appropriate action to contain or prevent the spread of dust & particulates beyond the tanks sites and to avoid creation of a nuisance in the surrounding area. Do not use water if it results in hazardous or objectionable conditions, such as flooding, or pollution. Comply with all air quality regulations imposed by local environmental agencies. Refer to Stormwater Pollution Prevention Plans (SWPPP) section in Sections IV.207-1. and 207-8. B. Protection: Protect existing work which is to remain in place, that is to be used, or which is to remain the property of Owner by temporary covers, shoring, bracing and supports. Items which are to remain, and which are damaged during performance of the work shall be repaired to their original condition or replaced. Do not overlook structural elements. Provide new supports and reinforcement for existing construction weakened by demolition or removal work. C. Facilities: Protect all electrical and mechanical services and utilities where removal of existing utilities and pavement is specified or indicated. Provide approved barricades, temporary covering of exposed areas, and temporary services or connections for electrical and mechanical utilities. D. Explosives: Use of explosives will not be permitted. v. 7.2024 14 E. Burning: Burning will not be permitted. F. Regulations: Comply with federal, state, and local hauling and disposal regulations. G. Falling Debris Prevention: Demolition shall be completed in a manner as to prevent the falling and/or dropping of sections or pieces of the tanks being removed. Any material or equipment falling/dropping that may cause strong impacts or vibrations shall be prevented. H. Scrap Metal Ownership and Disposal: The contractor is authorized to retain ownership of all scrap metal materials generated as a result of the demolition work. All scrap metal, including but not limited to steel, copper, aluminum, and ferrous or non-ferrous metals, shall be considered the property of the contractor. The contractor shall be solely responsible for the removal, storage, and disposal of scrap metal in accordance with all applicable local, state, and federal regulations. The contractor is not required to submit any scrap metal for recycling or disposal to the project owner. I. The Contractor shall be required to obtain a Demolition permit from the City. City permits and impact fees will be reimbursed. 4.6 Submittals All submittals for substitutions must be made in writing to the engineer with supporting technical data sheets and test data showing complete equivalent performance. Existing Structures and Facilities to Be Removed. Concrete and masonry structures which are in the way of new work shall be cut off to a point at least 6' below finished grade level and backfilled and covered with unclassified excavation. Compaction shall be 95%of Standard Proctor at optimum moisture content. Utilities, Piping, and Equipment to Be Removed. Remove all existing utilities and related equipment uncovered by work and terminate in a manner conforming to the nationally recognized code covering the specific utility. Equipment to be removed shall be removed with as little damage to the equipment as possible. Any anchor bolts or plates shall be removed by cutting and holes shall be grouted over flush with surface. Remove all electrical equipment, lights and stanchion and related equipment and dispose of. Piping shall be disassembled where possible (and cut where required) and removed. All piping stub-outs shall be blind flanged, covered with a threaded cap or closed with a permanent mechanical plug tightly sealed with at least 12-inch-thick cast-place-concrete, as appropriate. Refer to civil drawings for closure and restrain details at closed pipe caps. The work of this contract is limited to cut-off and secures pipes per civil details provided. Connections to the existing system are not part of this contract. Disposition of Material. Title to materials -except if indicated otherwise, or specifically specified otherwise in other sections, all materials and equipment removed, and not reused, shall become the property of the Contractor and shall be removed from the property. Title to all materials resulting from demolition, and all materials and equipment to be removed, is vested in the contractor upon approval of the demolition and removal procedures, and authorization by the Engineer to begin demolition. The Owner will not be responsible for v. 7.2024 15 the condition or loss of, or damage to, such property after Notice to Proceed. Materials and equipment shall not be viewed by prospective purchasers or sold on the site. A. Reuse Materials and Equipment - Carefully remove and store materials and equipment to be reused or relocated to prevent damage and reinstall as the work progresses. B. Salvaged Materials and Equipment as specified by the owner - Carefully remove materials that are to be removed by the contractor and that are to remain on the property of the owner and deliver to a storage site as directed within 15 miles of the work site. Cleanup. Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. Clean up any spillage on streets and adjacent areas that may occur during transportation operations. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly seeded and mulched after completion of demolition operations. Hazardous Materials A. All debris, particles, dust, steel generated during removal of the existing tanks, coatings and appurtenances shall become the property of the Contractor. The Contractor shall furnish the Engineer a certified test report showing EPA toxicity results for a representative random sample taken from the debris. Should test results exceed the Environmental Protection Agency maximum limit, the Contractor shall dispose of the waste in accordance with FDEP, HRS and Environmental Protection Agency applicable standards. B. The Contractor shall provide full compliance documentation including transporter manifest, documentation of appropriate disposal for legal hauling and disposal of the hazardous materials encountered. C. Any waste may be separated into hazardous and non-hazardous portions; however, debris with lead content shall be diluted to render it non-hazardous. D. The above provisions do not apply to components which are transported from the job site intact with a coating system. 4.7 Site Clean Up General: A. Furnish all labor, materials, tools, equipment, and services for all site clearing, tree protection, stripping topsoil and demolition as indicated, in accord with provisions of Contract Documents. B. The contractor shall secure the site and shall provide barricades, signs, lights, etc. to warn of possible dangers on the site. C. The area or surface from which any item has been removed shall be left clean and in proper condition and shall be patched/graded to match the surrounding area or surface. v. 7.2024 16 D. Completely coordinate with the work of all other trades. E. Although such work is not specifically indicated, furnish, and install all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound, secure and complete demolition. F. Remove trees, shrubs, and other vegetation, improvements, or obstructions that interfere with demolition. A. Contractor shall submit landscaping removal plan to The City for landscape architect/arborist approval before any removals. B. Removal includes stumps of trees and their roots. C. Carefully cut and protect roots and branches of trees indicated to be left standing, where they obstruct demolition. Quality Assurance A. Perform work in accord with OSHA and EPA requirements and State and Local requirements. B. Erosion Control Standards Section 104 of the FDOT “Standard Specifications for Road and Bridge Construction”. Products – Not applicable Execution PROTECTION A. Provide barricades, coverings, and other protection necessary to prevent damage to existing improvements. B. Protect improvements on adjoining properties as well as those on owners’ property. C. Restore any improvements damaged by this work to original condition, as acceptable to owner or other parties or authorities having jurisdiction. D. Protect existing tress and other vegetation to prevent damage. E. Do not smother trees by stockpiling construction materials or excavated materials within drip line. F. Avoid foot or vehicular traffic or parking of vehicles within drip line. G. Provide temporary protection as required. H. Repair and replace trees and vegetation damaged by construction operations. Repairs to be performed by a quality tree surgeon. Remove trees which cannot be repaired and restored to full growth status. Replace with new trees of minimum 4-inch caliper. Disposal of Waste Material A. Do not burn combustible materials on site. B. Remove all waste material from site. v. 7.2024 17 C. Do not bury organic matter on site. D. Disposal of materials must meet all state, federal, and local requirements. Contractor must provide proof to the owner that proper disposal has occurred. 4.8 Erosion and Sedimentation Control General. A. Take every reasonable precaution throughout construction to prevent the erosion of soil and the sedimentation of streams or other water impoundments, ground surfaces, or other property as required by State and Local regulations. B. Provide protective covering for disturbed areas upon suspension or completion of land-disturbing activities. Permanent vegetation shall be established at the earliest practicable time. Temporary and permanent erosion control measures shall be coordinated to assure economical, effective, and continuous erosion and siltation control throughout the construction and post construction period. Regulatory Requirements Prevent damage to properties outside the construction limits from siltation due to construction of the project. Assume all responsibilities to the affected property owners for correction of damage which may occur. Erosion control measures shall be performed conforming to the requirements of, and in accordance with plans approved by applicable state and local agencies and as per the erosion control portion, Section IV, of the construction drawings and these specifications. Refer to Stormwater Pollution Prevention Plans (SWPPP) section in Sections IV.207-1. and 207-8. The Contractor shall not allow mud and debris to accumulate in the streets or pedestrian trails. Should the Contractor pump water from trenches during construction, appropriate siltation preventative measures shall be taken prior to discharge of pumped water into any storm drain or stream. Products A. Open mesh biodegradable mulching cloth. B. Provide sod in accordance with Section IV, Technical Specifications. C. Silt fence shall consist of no biodegradable filter fabric (Trevira, Mirafil, etc.), per FDOT Section 985, wired to galvanized wire mesh fencing and supported by wood or metal posts. PRICING SHEET NORTH AND SOUTH ELEVATED WATER TANK SERVICES Line Item Description Quantity Unit of Measure Unit Cost Total MOBILIZATION 1 Contractor Mobilization 1 LS v. 7.2024 18 Line Item Description Quantity Unit of Measure Unit Cost Total NORTH ELEVATED WATER TANK - WESTON DR 2 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade level. 1 LS 3 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. 1 LS 4 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. 1 LS 5 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. 1 LS 6 Provide for the delivery or pick-up of salvaged material from the demolition project. 1 LS v. 7.2024 19 Line Item Description Quantity Unit of Measure Unit Cost Total 7 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. 1 LS SOUTH ELEVATED WATER TANK - S MLK JR. AVE 8 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade level. 1 LS 9 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. 1 LS 10 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. 1 LS v. 7.2024 20 Line Item Description Quantity Unit of Measure Unit Cost Total 11 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. 1 LS 12 Provide for the delivery or pick-up of salvaged material from the demolition project. 1 LS 13 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. 1 LS TOTAL CONTINGENCY Add 10% Contingency based on subtotal above Line Item Description Quantity Unit of Measure Unit Cost Total 14 10% CONTINGENCY 1 LS TOTAL SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No v. 7.2024 21 *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply ☐ 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 2 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. v. 7.2024 22 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 3 E-Verify System Certificattion* 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 4 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... v. 7.2024 23 *Response required 5 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 6 Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... *Response required 7 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 24 Milburn Southeast LLC dba Milburn Demolition Selected Line Item Description Quantity Unit of Measure Unit Cost Total MOBILIZATION X 1 Contractor Mobilization 1 LS $25,000.00 $25,000.00 NORTH ELEVATED WATER TANK - WESTON DR X 2 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade 1 LS $330,000.00 $330,000.00 X 3 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. 1 LS $10,000.00 $10,000.00 X 4 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. 1 LS $3,500.00 $3,500.00 NORTH AND SOUTH ELEVATED WATER TANK SERVICES X 5 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. 1 LS $6,000.00 $6,000.00 X 6 Provide for the delivery or pick-up of salvaged material from the demolition project. 1 LS ($25,000.00)($25,000.00) X 7 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. 1 LS $6,000.00 $6,000.00 SOUTH ELEVATED WATER TANK - S MLK JR. AVE X 8 Remove the one-million-gallon elevated steel tank and all associated components, including but not limited to concrete pads, concrete pile caps, piping, conduits, posts, pedestals, valves, and other related appurtenances. Foundation piles shall be cut to a final top of pile elevation of 6 feet below grade 1 LS $330,000.00 $330,000.00 X 9 Remove all site features within the fenced areas that exist within a 6 feet depth of the grade level. These include but are not limited to concrete slabs/foundations, fencing around service pads, piping, conduits, post, pedestals, valves, fixtures and control panels etc. 1 LS $10,000.00 $10,000.00 X 10 Provide a layout, prepared by a licensed surveyor, of all elements that will remain on site following the demolition of all elements that are within 6 feet of the grade level. 1 LS $3,500.00 $3,500.00 X 11 Cut and cap pipes, of existing water lines, below grade outside the fenced area. Remove all leftover pipes and dispose of them properly in accordance with local regulations. Final location of cap off to be provided The City. 1 LS $14,000.00 $14,000.00 X 12 Provide for the delivery or pick-up of salvaged material from the demolition project. 1 LS ($25,000.00)($25,000.00) X 13 Site Cleanup - Remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. The site shall have all debris removed and shall be graded to conform to the adjacent area in such a manner to provide proper drainage. The site shall be properly resodded after completion of demolition operations. 1 LS $6,000.00 $6,000.00 Total $694,000.00 Selected Line Item Description Quantityit of Meas Unit Cost Total X 14 10% CONTINGENCY 1 LS $69,400.00 $69,400.00 Total $69,400.00 GRAND TOTAL $763,400.00 Contingency Milburn Southeast LLC dba Milburn Demolition Response Pricing unsealed at Jul 16, 2025 2:01 PM Print Report Vendor activity Document Viewer Vendor Profile Supplemental Documents CONTACT INFORMATION Company Milburn Southeast LLC dba Milburn Demolition Email jamesm@milburn.com Contact James Milburn Address 8801 Maislin Drive Tampa, FL 33637 Phone (773) 677-7271 Website www.milburn.com Submission Date Jul 16, 2025 11:08 AM (Eastern Time) ADDENDA CONFIRMATION Addendum #1 Confirmed Jul 15, 2025 12:34 PM by James Milburn Addendum #2 Confirmed Jul 15, 2025 12:34 PM by James Milburn QUESTIONNAIRE 1. Certified Business*Pass Fail Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2.Vendor Certification*Pass Fail By submitting this response, the Vendor hereby certifies that: 1.It is under no legal prohibition on contracting with the City of Clearwater. 2.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. 3.It has no known, undisclosed conflicts of interest. 4.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. 5.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. 6.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. 7.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. 8.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. 9.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. 10.It is current in all obligations due to the City. 11.It will accept all terms and conditions as set forth in this solicitation if awarded by the City. 12.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. 7/23/25, 1:14 PM Milburn Southeast LLC dba Milburn Demolition Response https://procurement.opengov.com/governments/172/projects/164737/evaluation/proposals/342441 1/9 Confirmed 3. E-Verify System Certificattion*Pass Fail 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: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 4. Scrutinized Company Certification*Pass Fail Please download the below documents, complete, and upload. SCRUTINIZED_COMPANIES_AND_BUSINESS_OPERATIONS_CERTIFICATION_(7).pdf Scrutined_Companies.pdf 5. Compliance with Anti-Human Trafficking Laws*Pass Fail Please download the below documents, complete, and upload. Compliance_with_787.06_form__(4).pdf Ani-Human_Trafficking_Laws.pdf 6. Section V - Contract Documents*Pass Fail Please download the below documents, complete, and upload. Section_V_-_Contract_Documents.pdf Section_V.pdf Bid_Bond.pdf 7. W-9*Pass Fail Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Milburn_W9_Latest_Form.pdf PRICE TABLES NORTH AND SOUTH ELEVATED WATER TANK SERVICES Export This Table Export to Excel Export to CSV Drag here to set row groups Drag here to set column labels 7/23/25, 1:14 PM Milburn Southeast LLC dba Milburn Demolition Response https://procurement.opengov.com/governments/172/projects/164737/evaluation/proposals/342441 2/9 TAMPA | ST. PETERSBURG | FT. LAUDERDALE | SARASOTA 3434 Colwell Avenue Suite 100, Tampa, Florida 33614 – t: 813.908.7203, f: 813.931.5200 www.billerreinhart.com VIA EMAIL March 5, 2025 Adrian Gonzalez Engineering Specialist III Public Utilities - Utilities Engineering City of Clearwater 1650 N. Arcturas Avenue Clearwater, FL 33765 Subject: Technical Memo Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks Weston Dr. - 27.9857° N, 82.7778° W S MLK Jr. - 27.9449° N, 82.7908°W Clearwater, Florida City Project No. 21-0020-UT BillerReinhart Project No. 21-396 Introduction Biller Reinhart Engineering Group, Inc. (BillerReinhart) understands The City of Clearwater (City) would like to evaluate two scenarios regarding the elevated water tanks referenced above. First, demolition and removal of the south and/or north elevated water tank. Second, restoration and maintenance of the south and/or north elevated water tank. To assist the City in making a decision regarding what scenario to proceed with, this project involved a comprehensive evaluation of the two elevated water tanks, referred to as the North Tank and South Tank. The evaluation focused on the condition assessment of both tanks, finite element analysis of the tanks, design of drawings and specifications to produce the necessary documentation for the safe demolition/removal and/or restoration of the subject water tanks. Finally, a cost analysis was obtained from a 3rd party consultant for restoring or maintaining the tanks versus demolishing them. Additionally, the project included a financial analysis comparing the cost of restoration and maintenance with potential revenue from leasing space for cellular antenna installations. The ongoing annual maintenance costs for both tanks were also considered. Summary Report Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks -27.9857° N, 82.7778° W & -27.9449° N, 82.7908°W Clearwater, Florida 2 Methodology and Findings Condition Survey Phase Summary BillerReinhart completed visual condition surveys of elevated water tanks for the subject project. The first tank located at 27.9857° N, 82.7778° W, is referred to as the north tank and the tank second located at 27.9449° N, 82.7908°W is referred to as the south tank. The visual condition surveys by BillerReinhart were completed over three site visits, completed on April 4, April 12, and June 1, 2022. During the April 12 site visit, an independent drone operation company was also present and provided drone surveys of the exterior of both tanks. The purpose of the survey was to evaluate the existing conditions of the tanks, identify the different structures and site features that affect the removal of the tanks, and identify member sizes, where accessible. The visual survey by BillerReinhart was limited to the line of site and access to safely accessible areas. BillerReinhart’ s survey did not involve destructive activity to view inaccessible areas; neither an analysis of electrical systems, plumbing systems or other utilities present at the sites. Based on the results of the condition surveys, BillerReinhart believes that the tank structures can be described to be in fair to good condition. BillerReinhart provided recommendations for repairs and preventative maintenance to be performed for the safe use of the tanks if they were to remain. Figure 1 – Clip of Partial Record Drawings Summary Report Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks -27.9857° N, 82.7778° W & -27.9449° N, 82.7908°W Clearwater, Florida 3 Finite Element Tank Modeling and Analysis Summary Following the condition surveys, BillerReinhart utilized finite element analysis software, and performed a 3D model with computational analyses of the North Tank to identify and evaluate those elements which are critical to structural integrity under wind loading conditions, with the tank in both an empty state and filled state. BillerReinhart also reviewed provided documents, as well as researched details of tanks of similar construction methods, timelines, and manufacturing. The results of our analyses determined that the structural framing members of the North Tank are resilient enough to support the necessary wind loading conditions while being empty. BillerReinhart believes that the North Tank would remain structurally stable in the event it was to remain in place and kept empty. Figure 2: Tank Model – Risa 3D Figure 3: Wind load applied to the 3D model Summary Report Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks -27.9857° N, 82.7778° W & -27.9449° N, 82.7908°W Clearwater, Florida 4 Construction Documents Phase Summary BillerReinhart prepared construction documents (drawings and specifications) for the restoration and demolition of the North and South tanks. With the assistance of a 3rd party civil engineer consultant, cap-off details for underground piping that will remain post demolition are included in the construction documents. The following documents can be found in the appendices of this technical memo: Appendix A – Demolition Specifications Appendix B – Restoration Project Manual Structural Drawings Civil Drawings Figure 4 – Typical Elevated Tank Components Cost Estimates Finally, BillerReinhart obtained an estimate from a qualified 3rd party consultant for the restoration and demolition of the North and South tanks based on the construction documents we produced. In this technical memo, the cost estimates are compared with the revenue benefits from space rental to cellular companies on the North Tank’s property, the annual cost to maintain the North and South tanks, and repair cost of the North and South tanks. Summary Report Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks -27.9857° N, 82.7778° W & -27.9449° N, 82.7908°W Clearwater, Florida 5 Summary of Costs - Demolition Item Cost General Conditions $ 112,000.00 North Tank $ 1,303,991.91 South Tank $ 1,280,590.00 Total Tanks Demolition Project $ 2,696,581.91 Summary of Costs - Restoration Item Cost Notes General Conditions $ 801,100.00 Contingency not included North Tank Restoration $ 980,700.00 South Tank Restoration $ 963,100.00 Total Tank Restoration Project $ 2,744,900.00 Summary of Costs - Maintenance Schedule Item Cost Notes Tanks Annual Maintenance $ 71,800.00 Yearly Budget Tanks Paint Project $ 1,872,000.00 Every 10 Years Cellular Antennas Revenue FY 2020 $ 38,555.51 FY 2021 $ 38,469.38 FY 2022 $ 17,321.65 Total Tanks Revenue $ 94,346.54 The decision to either keep or remove the tank is a decision of The City and will likely be based on the benefits of keeping the tank versus the cost of repairs, maintenance, and manpower for upkeeping the tank. As an alternative The City may want to consider the cost of erecting a new tower specifically for the purpose of supporting cellular equipment. Summary Report Weston Dr. and S MLK Jr. Ave. Elevated Water Tanks -27.9857° N, 82.7778° W & -27.9449° N, 82.7908°W Clearwater, Florida 6 Closing Neither the survey, nor this report is intended to cover hidden defects, mechanical, electrical, or architectural features, nor environmental concerns. Unauthorized use of this report, without the permission of BillerReinhart, shall not result in any liability or legal exposure to Biller Reinhart Engineering Group, Inc. Biller Reinhart Engineering Group, Inc. reserves the right to update the information contained in this letter if deemed necessary due to modified site conditions or the availability of new/additional information. We look forward to providing our structural engineering services to you on future projects. If you have any questions, please contact our office at 813.908.7203. Sincerely, Biller Reinhart Engineering Group, Inc. State of Florida Certificate of Authorization No. 9149 __________________________ Brian E. Walter, PE Principal Structural Engineer Florida P.E. No. 66538 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0781 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 14.3 SUBJECT/RECOMMENDATION: Authorize award of a construction contract to Razorback LLC of Tarpon Springs, Florida, for RO1 Dual Media Filter Rehab, in the amount of $1,054,130.00 pursuant to ITB 23-0043-UT; approve an increase to purchase order with Engineer of Record (EOR) Mead & Hunt for Supplemental Work Order One (SWO1) in the amount of $73,293.00 for a new work order total $172,813.00 pursuant to RFQ 34-23, EOR - Continuing Contract, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Public Utilities Engineering Department issued Invitation to Bid (ITB) 23-0043-UT, RO1 Dual Media Filter Rehab, and received two (2) bids on July 24, 2025. The lowest responsive and responsible bid meeting all the plans and specifications was submitted by Razorback LLC. The Engineer of Record (EOR), Mead & Hunt, evaluated the bids and recommended awarding the contract to Razorback LLC. The project at the Reverse Osmosis Water Treatment Plant No. 1 (RO1), located at 1657 Palmetto St, Clearwater, FL 33755, involves rehabilitating four (4) Dual Media Filters. Work includes removal and disposal of existing filter media, loading of new media, interior and exterior coatings, and completing associated appurtenance work. These improvements will help enhance the continued reliable production of high-quality potable water for City customers. On January 22, 2024, the City Manager approved an Initial Work Order (IWO) to EOR Mead & Hunt for design and bidding services for the rehabilitation of the four (4) Dual Media Filters at RO1 in the amount of $99,520.00. SWO1 in the amount of $73,293.00, is for engineering and inspection services during construction, bringing the total work order amount to $172,813.00. Construction is scheduled to take 180 consecutive calendar days from the issuance of the Notice to Proceed. The City of Clearwater’s Public Utilities Department is responsible for owning, operating and maintaining the RO1 Water Treatment Plant. APPROPRIATION CODE AND AMOUNT: 3277327-546700-M1908 Funds are available in capital project 3277327- M1908, RO1 R&R, to fund these purchase orders. The Public Utilities department and associated projects are funded by Water and Sewer Utility Enterprise Fund revenues. STRATEGIC PRIORITY:  This project aligns with the Council’s Strategic Plan objective of achieving a High Performing Government through proactive maintenance of public infrastructure. Approval of this construction award and EOR Supplemental Work Order 1 will help ensure the continued efficiency and reliability of the City’s water treatment operations. Page 1 City of Clearwater Printed on 9/11/2025 July 31, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 23-0043-UT, RO1 Dual Media Filter Rehab, to Razorback LLC, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $1,054,130.00, which includes a 10% Owner’s Contingency of $95,830.00. This Award recommendation will be considered by the City Council at the September 15, 2025, Work Session (1:30 p.m.) and voted on at the September18, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Michelle Mack, Contracts and Procurement Specialist at Michelle.Mack@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Michelle Mack Contracts and Procurement Specialist Razorback LLC Response Pricing unsealed at Jul 24, 2025 2:01 PM CONTACT INFORMATION ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2. Vendor Certification* By submitting this response, the Vendor hereby certifies that: 1. It is under no legal prohibition on contracting with the City of Clearwater. 2. 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. 3. It has no known, undisclosed conflicts of interest. 4. 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. 5. 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. 6. 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 Company Razorback LLC Email bidding@razorbackllc.com Contact Anthony Houllis Address 177 Anclote Road Tarpon Springs, FL 34689 Phone N/A Website https://www.razorbackllc.com/ Submission Date Jul 24, 2025 9:26 AM (Eastern Time) Pass Fail Pass Fail 7/24/25, 2:37 PM Razorback LLC Response https://procurement.opengov.com/governments/172/projects/177416/evaluation/proposals/342909 1/4 (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. 7. 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. 8. 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. 9. 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. 10. It is current in all obligations due to the City. 11. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. 12. 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 3. E-Verify System Certificattion* 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: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E- Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract.  Confirmed 4. Scrutinized Company Certification* Please download the below documents, complete, and upload.  SCRUTINIZED_COMPANIES_AND_BUSINESS_OPERATIONS_CERTIFICATION_(7).pdf SCRUTINIZED_COMPANIES_AND_BUSINESS_OPERATIONS_CERTIFICATION_(7)_-_(Razorback_LLC).pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload.  Compliance_with_787.06_form__(4).pdf Compliance_with_787.06_form__(4)_-_(Razorback_LLC).pdf 6. Section V - Contract Documents* Please download the below documents, complete, and upload.  Section_V_-_Contract_Documents.pdf Section_V_-_Contract_Documents_-_(Razorback_LLC).pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Pass Fail Pass Fail Pass Fail Pass Fail Pass Fail 7/24/25, 2:37 PM Razorback LLC Response https://procurement.opengov.com/governments/172/projects/177416/evaluation/proposals/342909 2/4 W-9_-_(Razorback_LLC).pdf PRICE TABLES Line Item Description Quantity Unit of Measure Unit Cost Total 1 General condition and mobilization 1 LS $89,000.00 $89,000.00 2 Remove & Dispose of Media from Existing Filter Vessel 2200 FT3 $48.00 $105,600.00 3 Clean, Prepare, and Coat Filter Vessel Interior Surface 4 EA $37,000.00 $148,000.00 4 Remove and Replace Filter Vessel Feet 16 EA $4,000.00 $64,000.00 5 Repair, Prepare, and Coat Manway Hatches 8 EA $3,000.00 $24,000.00 6 Furnish and Place Pressure Filter Gravel Media 4 EA $48,000.00 $192,000.00 7 Furnish and Place Pressure Filter Sand Media 4 EA $13,000.00 $52,000.00 8 Furnish and Place Pressure Filter Anthracite Media 4 EA $31,000.00 $124,000.00 9 Replace 2" SS316 Pipe Nipple 1 EA $1,700.00 $1,700.00 10 Replace Unistrut Pipe Supports 1 LS $9,000.00 $9,000.00 11 Clean, Prepare, and Coat Filter Vessel Exterior Surface 4 EA $12,000.00 $48,000.00 12 Return Pressure Vessel to Service 4 EA $5,000.00 $20,000.00 13 Preparation of O&M Manual 1 LS $5,000.00 $5,000.00 14 Replace Crab-Type Manway Hatch (12" x 16") 1 EA $9,000.00 $9,000.00 15 Replace Crab-Type Manway Hatch (18" x 24") 1 EA $17,000.00 $17,000.00 16 Replace SS316 Air Lateral 1 EA $12,000.00 $12,000.00 17 Replace SS316 underdrain Lateral 1 EA $38,000.00 $38,000.00 Total $958,300.00 7/24/25, 2:37 PM Razorback LLC Response https://procurement.opengov.com/governments/172/projects/177416/evaluation/proposals/342909 3/4 CONTINGENCY Calculated at 10% of the subtotal from lines 1-17 above. Line Item Description Quantity Unit of Measure Unit Cost Total 18 CONTINGENCY (10%)1 LS $95,830.00 $95,830.00 Total $95,830.00 7/24/25, 2:37 PM Razorback LLC Response https://procurement.opengov.com/governments/172/projects/177416/evaluation/proposals/342909 4/4 Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 1 General condition and mobilization 1 LS $89,000.00 $89,000.00 X 2 Remove & Dispose of Media from Existing Filter Vessel 2200 FT3 $48.00 $105,600.00 X 3 Clean, Prepare, and Coat Filter Vessel Interior 4 EA $37,000.00 $148,000.00 X 4 Remove and Replace Filter Vessel Feet 16 EA $4,000.00 $64,000.00 X 5 Repair, Prepare, and Coat Manway Hatches 8 EA $3,000.00 $24,000.00 X 6 Furnish and Place Pressure Filter Gravel Media 4 EA $48,000.00 $192,000.00 X 7 Furnish and Place Pressure Filter Sand Media 4 EA $13,000.00 $52,000.00 X 8 Furnish and Place Pressure Filter Anthracite Media 4 EA $31,000.00 $124,000.00 X 9 Replace 2" SS316 Pipe Nipple 1 EA $1,700.00 $1,700.00 X 10 Replace Unistrut Pipe Supports 1 LS $9,000.00 $9,000.00 X 11 Clean, Prepare, and Coat Filter Vessel Exterior 4 EA $12,000.00 $48,000.00 X 12 Return Pressure Vessel to Service 4 EA $5,000.00 $20,000.00 X 13 Preparation of O&M Manual 1 LS $5,000.00 $5,000.00 X 14 Replace Crab-Type Manway Hatch (12" x 16")1 EA $9,000.00 $9,000.00 X 15 Replace Crab-Type Manway Hatch (18" x 24")1 EA $17,000.00 $17,000.00 X 16 Replace SS316 Air Lateral 1 EA $12,000.00 $12,000.00 X 17 Replace SS316 underdrain Lateral 1 EA $38,000.00 $38,000.00 Total $958,300.00 Selected Line Item Description Quantity Unit of Measure Unit Cost Total X 18 CONTINGENCY (10%)1 LS $95,830.00 $95,830.00 Total $95,830.00 GRAND TOTAL $1,054,130.00 Razorback LLC CONTINGENCY Razorback LLC v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 23-0043-UT RO1 DUAL MEDIA FILTER REHAB INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/177416.Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub-bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre-qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre- qualification status before a Bid Opening. The Contractor shall include copies of their current license/registration with the State of Florida and Pinellas County (if applicable) with their bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 2 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 3 questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder’s maximum Bid price and in the form of a certified or cashier’s check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may v. 7.2024 4 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation’s, alterations or erasures, the price for which they will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. 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. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 5 attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. 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. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non-Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder’s Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E-Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. 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. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non-Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 6 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV – Technical Specifications and as defined in Section III – General Conditions. 17. IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. v. 7.2024 7 (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. 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 v. 7.2024 8 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. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater’s Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP’s) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction-related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction-related Best Management Practices. GENERAL CONDITIONS Section III - General Conditions can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: RO1 Dual Media Filter Rehab Project Number: 23-0043-UT Scope of Work: The project scope includes addressing issues at the Reverse Osmosis Water Treatment Plant No. 1 (RO1), located at 1657 Palmetto St, Clearwater, FL 33755. The work involves rehabilitation of four Dual v. 7.2024 9 Media Filters including the removal and disposal of existing filter media, loading of new media, interior and exterior coatings, and associated appurtenances. 3.2 Section IV - Technical Specifications Section IV - Technical Specifications can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications 3.3 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SECTION 01 20 00 MEASUREMENT AND PAYMENT 1. SUMMARY 1. Section Includes: 1. This Section includes administrative and procedural requirements for unit cost and lump sum prices. Delineation of measurement and payment criteria applicable to Work performed under Contract by the unit price payment method. 2. There are numerous incidental items of work that are required to complete the Project. While these items may not be specifically mentioned or illustrated by the Contract Documents and there may be no specific pay items listed for them, the Contractor will be required to perform those incidental tasks that can be anticipated through inspection of the Contract Documents, inspection of the construction areas, and experience in this class of construction. 3. Items considered incidental work shall not be measured for payment or paid for as such unless specified as unit price by items on the Bid Form. These items and their costs shall be included in the unit prices or lump sum bid for the pay items unless bid separately. Incidental items include but are not limited to the following: 1. Permits – if required. 2. Project sign(s) – Up to 2 signs at location(s) directed by the Owner. 3. Material royalties. 4. Temporary utility connections. 5. Coordination with utilities for relocations or support services (including relocations, removal, and replacement of ancillary appurtenances). 6. Clearing and grubbing/tree removal. 7. Stakeout and surveying. 8. Site security. 9. Temporary lighting. v. 7.2024 10 10. Bedding materials as detailed (excluding materials required to replace trench undercutting). 11. Handling, placing, manipulating, and compacting excavated material suitable as backfill material. 12. Temporary pipe thrust restraint. 13. Maintenance of pipeline operations during pipe shutdowns. 14. Testing materials, equipment, media, and execution. 15. Offsite disposal of surplus and unsuitable excavated material. 16. Offsite disposal of pipe and appurtenances removed to accommodate the proposed pipe. 17. Daily site cleanup. 18. Allaying of dust. 19. Temporary pavement. 20. Site cleanup. 21. Recordkeeping. 22. Documentation of pre and post construction conditions with photographs/video 23. All other items required to complete the project, for which pay items are not provided, will not be measured nor paid for as such, but their cost shall be included in the price for other items of work. 4. The prices included in the Schedule of Prices (Schedule of Values) will be full compensation for all labor, materials, tools, equipment and incidentals, permit fees, bonds, taxes, mobilization/demobilization, insurance, overhead and profit, temporary access roads and facilities, and other miscellaneous costs necessary to complete the construction as shown on the Drawings and/or as specified in the Contract Documents to be performed under this Contract. Actual quantities of each item bid on a unit price basis will be determined upon completion of the construction in the manner set up for each item in this section of the specifications. Payment for all items listed in the Schedule of Prices will constitute full compensation for all work shown and/or specified and required to accomplish the intent of this Contract. 5. The actual amounts of work done, and materials furnished under unit price items may differ from the estimated quantities. In some cases, a unit price item has been added to the bid schedule to establish a cost basis in the event work associated with that item is required. No guarantee is expressed or implied that the quantities shown in the bid schedule shall be required to fulfill the Contract. 6. Retainage and other payment conditions apply to all payments. 2. PROCEDURES 1. Rates: The selected Contractor shall provide a listing of all equipment and staff labor rates available for the project and their hourly, daily, and weekly rates prior to the submittal of the first pay application. v. 7.2024 11 2. List of Unit and Lump Sum Prices: A list of unit and lump sum prices is included at the end of this Section. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. The unit price and payment made for each item listed constitutes full compensation for furnishing all plant, labor, materials, equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, services required and reasonably implied by the Contract Documents, tests and reports, and for performing all work required for each of the unit price items. 3. Pay items in the bid form with a number correspond to the numerical equivalent in the Base Bid and the appropriate pay item descriptions below apply. 2. EXECUTION 1. PAYMENT REQUESTS 1. General 1. No payment shall be made for stored materials. 2. Record Drawings and Photographs 1. Prior to each monthly partial payment request, the Contractor shall furnish the Engineer one set of acceptable Construction Photographs and Working Drawings, including Shop Drawings for equipment, materials, systems, interconnection wiring diagrams, etc., which delineate the work installed prior to that month’s request for payment. All required documents shall be complete and current with regard to the entire project at the closing date of the pay period and shall be full-size color electronic copies in Portable Document Format (PDF). The Contractor shall also submit photos taken up to the closing date of the payment period. 2. Prior to the final payment request, the Contractor shall furnish the Engineer one complete set of all accepted Final As-Built Drawings in PDF format and Other Record Documents. All required documents shall be complete and finalized as of the date of submission. 3. Working Drawings furnished shall be corrected to include any departures from previously accepted Drawings. 3. PAY ITEMS 1. General Conditions and Mobilization (PAY ITEM #1) 2. Percent of Original Contract Amount Earned Allowable Percent of the Lump Sum Price for the Item 10 25 25 50 60 75 100 100 2. Remove & Dispose of Media from Existing Filter Vessel (PAY ITEM #2) 1. Opening existing ports and hatches for access into the filter 2. Obtain and pay for any testing (e.g. TCLP analyses, paint filter tests, etc.) required to allow for disposal of the removed materials 3. Suitably prepare area to receive removed media while awaiting transport offsite 4. Removal of filtration media and gravel materials from inside pressure vessel v. 7.2024 12 5. Providing and implementing media removal means and methods that will not damage pressure vessel internal piping and pipe support systems 6. Transporting removed materials to a proper, lawful site of disposal provided by the Contractor 7. Pay any tipping charges or landfill fees 8. Pressure wash interior of pressure vessel after filtration media and gravel materials are removed 9. Disposal of wash-down water 10. Clean-up 11. All other work needed to completely remove existing material from inside the existing pressure vessel to the satisfaction of the Engineer. 3. Clean, Prepare, and Coat Filter Vessel Interior Surface (PAY ITEM #3) 1. Opening existing ports and hatches for access into the filter 2. Flush cleaning of underdrain and air lateral piping 3. Preparing all metal surfaces of pressure filter vessel interior tank walls and support systems for recoating with specified coating system 4. Checking air lateral piping for proper air distribution 5. Coating all pressure filter vessel interior metal surfaces with specified coating system 6. Other related work needed to restore the internal surfaces of an existing filter to the condition required by the drawings and technical specifications. 4. Remove and Replace Filter Vessel Feet (PAY ITEM #4) 1. Supporting the filter pressure vessel to alleviate weight from the filter legs Cutting and removing filter legs one at a time per the drawings and specifications. 2. Installation of new flange per plans and specifications. New flange and connection to be prepared and coated per specifications. 3. Installation of new, fabricated stainless-steel replacement leg sections with all insulating materials per drawings and specifications 4. Other related work needed to replace the filter pressure vessel feet as required by the drawings and technical specifications. 5. Repair, Prepare, and Coat Manway Hatches (PAY ITEM #5) 1. Opening existing ports and hatches for access. Hatches may be removed if required to complete cleaning, prep and coating 2. Preparing all metal surfaces of manway hatches for recoating with specified coating system 3. Coating all manway hatch metal surfaces with specified coating system v. 7.2024 13 4. Other related work needed to restore the surfaces of an existing manway hatch to the condition required by the drawings and technical specifications. 6. Furnish and Place Pressure Filter Gravel Media (PAY ITEM #6) 1. Coordinating with gravel manufacturer to obtain and submit to the Engineer certified copies of material test results of media to be shipped to the project 2. Coordinating with and paying an Independent Materials Testing Laboratory to conduct testing and provide certified copies of material test results of the media delivered to the project both before and after placement into each pressure vessel 3. Furnishing sufficient gravel media of the sizes called for by the plans 4. Providing suitable temporary onsite storage for media material while awaiting installation into a pressure vessel 5. Marking interior of pressure vessel to guide media placement 6. Cleaning and disinfecting interior of pressure vessel before media placement including supply and application of chlorinating & dechlorinating chemicals 7. Transferring media from temporary storage to an existing pressure vessel in a manner that protects interior piping and surfaces while also protecting media from damage 8. Placing gravel media into pressure vessel as individual media layers, each with the depth called for by the plans 9. For manway hatches, furnish and install new gasket and close by re-bolting, including furnishing (at no additional cost to the City) new stainless-steel hardware (to match existing size) to replace existing bolts, nuts, or washers 10. Keeping media clean 11. Checking elevation of media top surface with water and making adjustments to the media surface 12. After all gravel media layers have been placed, wash the gravel media 13. Adding additional gravel media that may be necessary to achieve proper depth and level surface after washing 14. All other work necessary to properly place and make ready each gravel media layer to receive the filter media layer to be placed above. 7. Furnish and Place Pressure Filter Sand Media (PAY ITEM #7) 1. Coordinating with sand media manufacturer to obtain and submit to the Engineer certified copies of material test results of media to be shipped to the project 2. Coordinating with and paying an Independent Materials Testing Laboratory to conduct testing and provide certified copies of material test results of the media delivered to the project both before and after placement into each pressure vessel 3. Furnishing sufficient filter sand media of the sizes called for by the plans v. 7.2024 14 4. Providing suitable temporary onsite storage for media material while awaiting installation into a pressure vessel 5. Transferring media from temporary storage to an existing pressure vessel in a manner that protects interior piping and surfaces while also protecting media from damage 6. Placing filter sand media into pressure vessel as an individual media layer with the depth called for by the plans 7. Keeping media clean 8. Checking elevation of media top surface with water and making adjustments to the media surface 9. After filter sand media layer has been placed, wash and scrape the filter sand media layer 10. Remove, and properly dispose of offsite at a location provided by the Contractor, any media scrapings or media that becomes contaminated after placement 11. Adding additional filter sand media that may be necessary to achieve proper depth and level surface after washing and scraping 12. All other work necessary to properly place and make ready each filter sand and gravel media layer to receive the filter media layer to be placed above. 8. Furnish and Place Pressure Filter Anthracite Media (PAY ITEM #8) 1. Coordinating with anthracite media manufacturer to obtain and submit to the Engineer certified copies of material test results of media to be shipped to the project 2. Coordinating with and paying an Independent Materials Testing Laboratory to conduct testing and provide certified copies of material test results of the media delivered to the project both before and after placement into each pressure vessel 3. Furnishing sufficient anthracite media of the sizes called for by the plans 4. Providing suitable temporary onsite storage for media material while awaiting installation into a pressure vessel 5. Transferring media from temporary storage to an existing pressure vessel in a manner that protects interior piping and surfaces while also protecting media from damage 6. Placing anthracite media into pressure vessel as an individual media layer with the depth called for by the plans 7. Keeping media clean 8. Checking elevation of media top surface with water and making adjustments to the media surface 9. After anthracite media layer has been placed, wash and scrape the filter sand media layer 10. Remove, and properly dispose of offsite at a location provided by the Contractor, any media scrapings or media that becomes contaminated after placement v. 7.2024 15 11. Adding additional anthracite media that may be necessary to achieve proper depth and level surface after washing and scraping 12. All other work necessary to properly place and make ready the anthracite media layer in order to place the pressure filter vessel into operation. 9. Replace 2" SS316 Pipe Nipple (PAY ITEM #9) 1. Removing existing air release valve from pressure vessel including disconnecting attached pipe nipple 2. Furnish and installing a pipe nipple and connect to pressure vessel and existing air release valve. Removed nipple shall become the property of the Contractor and removed from the site. 3. All other work necessary to properly replace the pipe nipple in order to place the pressure filter vessel into operation. 10. Replace Unistrut Pipe Supports (PAY ITEM #10) 1. Detaching and removing existing Unistrut pipe supports as identified in the drawings and specifications 2. Furnish and installing Unistrut pipe supports and reattaching existing piping and appurtenances to the configuration as was prior to construction. Removed Unistrut pipe supports shall become the property of the Contractor and removed from the site. 3. All other work necessary to properly replace the Unistrut pipe supports. 11. Clean, Prepare, and Coat Filter Vessel Exterior Surface (PAY ITEM #11) 1. Properly protecting existing external equipment, piping and instrumentation from paint 2. Preparing all metal surfaces of pressure filter vessel exterior tank walls and support systems for recoating with specified coating system 3. Coating all pressure filter vessel exterior metal surfaces with specified coating system 4. Other related work needed to restore the external surfaces of an existing filter to the condition required by the drawings and technical specifications. 12. Return Pressure Vessel to Service (PAY ITEM #12) 1. Coordinating with City operation staff to test and startup each filter vessel 2. Collecting data and preparing a written Field Installation Report 3. Disinfecting each filter vessel 4. Washing and rinsing media as required by the technical specifications with potable water provided by the City 5. For each bolted manway, furnish and install new gasket and close by re-bolting, including furnishing (at no additional cost to the City) new stainless-steel hardware 6. Worksite clean-up v. 7.2024 16 7. All other work necessary to make ready and properly return the pressure vessel to service 13. Preparation of O&M Manual (PAY ITEM #13) 1. Maintaining approved shop drawings in a safe secure location during the progress of the work and inserting them into the O&M Manual 2. Furnishing binders and dividers 3. Preparation and assembly of the O&M Manual, acceptable to the Engineer 4. Reproduction costs 14. Replace Crab-Type Manway Hatch (12" x 16") (PAY ITEM #14) 1. Upon direction from the engineer, the existing 12” x 16” crab-type manway hatch shall be removed from pressure vessel. Removed crab-type manway hatch shall become the property of the Contractor and removed from the site. 2. Furnishing and installing a new 12” x 16” crab-type manway hatch and connect to pressure vessel. The new hatch shall be prepped and coated in accordance with the plans and specifications 3. All other work necessary to properly replace the 12” x 16” crab-type manway hatch in order to place the pressure filter vessel into operation. 15. Replace Crab-Type Manway Hatch (18" x 24") (PAY ITEM #15) 1. Upon direction from the engineer, the existing 18” x 24” crab-type manway hatch shall be removed from pressure vessel. Removed crab-type manway hatch shall become the property of the Contractor and removed from the site. 2. Furnishing and installing a new 18” x 34” crab-type manway hatch and connect to pressure vessel. The new hatch shall be prepped and coated in accordance with the plans and specifications 3. All other work necessary to properly replace the 18” x 34” crab-type manway hatch in order to place the pressure filter vessel into operation. 16. Replace SS316 Air Lateral (PAY ITEM #16) 1. Upon direction from the engineer, removing existing air lateral from pressure vessel 2. Furnishing and installing a new SS316 air lateral and connect to pressure vessel and existing air piping. Removed air lateral shall become the property of the Contractor and removed from the site. 3. All other work necessary to properly replace the SS316 air lateral in order to place the pressure filter vessel into operation. 17. Replace SS316 underdrain Lateral (PAY ITEM #17) 1. Upon direction from the engineer, removing existing air lateral from pressure vessel v. 7.2024 17 2. Furnishing and installing a new SS316 underdrain lateral and connect to pressure vessel and existing piping. Removed underdrain lateral shall become the property of the Contractor and removed from the site. 3. All other work necessary to properly replace the SS316 underdrain lateral in order to place the pressure filter vessel into operation. 18. Contingency Allowance 4.2 SECTION 02 41 19 SELECTIVE DEMOLITION 1. GENERAL 1. SUMMARY 1. The Work of this Section Includes: 1. Demolition and removal of selected portions of structure and site elements. 2. DEFINITIONS 1. Remove: Detach items from existing construction and legally dispose of off-site unless indicated to be removed and salvaged or removed and reinstalled. 2. Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and deliver to Owner as indicated. 3. Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage; prepare for reuse; and reinstall where indicated. 4. Existing to Remain: Existing items of construction that are not to be removed. 3. MATERIALS OWNERSHIP 1. Unless otherwise indicated, demolition waste becomes property of Contractor. 4. COORDINATION 1. Arrange selective demolition schedule so as not to interfere with Owner's operations. 5. PREINSTALLATION MEETINGS 1. Predemolition Conference: Conduct conference at Project site. 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review and finalize selective demolition schedule and verify availability of demolition personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 4. Review areas where existing construction is to remain and requires protection. 5. Review and finalize protection requirements. 6. Review procedures for noise control and dust control. v. 7.2024 18 7. Review storage, protection, and accounting for items to be removed for salvage or reinstallation. 6. INFORMATIONAL SUBMITTALS 1. Survey of Existing Conditions: document existing conditions with photographs. Including filtration vessels, slabs, and surrounding site. 2. Proposed Protection Measures: Submit written report, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and, for noise control. Indicate proposed locations and construction of barriers. 3. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupted. 2. Temporary interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. 7. CLOSEOUT SUBMITTALS 1. Inventory: Submit a list of items that have been removed and salvaged. 8. FIELD CONDITIONS 1. Owner will occupy portions of site immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. 2. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 3. Notify Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition. 4. Hazardous Materials: 1. It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. 2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Hazardous materials will be removed by Owner under a separate contract. 9. WARRANTY 1. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials and using approved contractors so as not to void existing warranties. Notify warrantor before proceeding. Existing warranties include the following: v. 7.2024 19 2. Notify warrantor on completion of selective demolition and obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. 2. PRODUCTS 1. PERFORMANCE REQUIREMENTS 1. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 3. EXECUTION 1. EXAMINATION 1. Verify that utilities have been disconnected and capped before starting selective demolition operations. 2. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. 3. Verify that hazardous materials are not present before proceeding with demolition operations. 4. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. 1. Inventory and record the condition of items to be removed for salvage or reinstallation. Photograph or video conditions that might be misconstrued as damage caused by removal. 2. Photograph or video existing conditions of adjoining construction including finish surfaces, that might be misconstrued as damage caused by selective demolition operations or removal of items for salvage or reinstallation. 2. PREPARATION 1. Temporary Shoring: Design, provide, and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 2. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 3. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location and cleaned and reinstalled in their original locations after selective demolition operations are complete. v. 7.2024 20 3. UTILITY SERVICES 1. Existing Services/Systems to Remain: Maintain utilities and systems and equipment to remain and protect against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 2. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utilities and systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off utilities with utility companies. 3. If disconnection of utilities and systems will affect adjacent occupied parts of the facility, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems. 4. Demolish and remove existing systems, equipment, and components indicated on Drawings to be removed. 1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Equipment to Be Removed: Disconnect and cap services and remove equipment and components. 5. Abandon existing systems, equipment, and components indicated on Drawings to be abandoned in place. 1. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material and leave in place. 6. Remove and reinstall/salvage existing systems, equipment, and components indicated on drawings to be removed and reinstalled or removed and salvaged: 1. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment and components; when appropriate, reinstall, reconnect, and make equipment operational. 2. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and components and deliver to Owner. 4. SALVAGE/REINSTALL 1. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date of removal, quantity, and location where removed. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. v. 7.2024 21 5. Protect items from damage during transport and storage. 2. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. 5. SELECTIVE DEMOLITION, GENERAL 1. General: Demolish and remove existing construction only to extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame- cutting operations. 5. Maintain fire watch during and for at least 1 hour after flame-cutting operations. 6. Maintain adequate ventilation when using cutting torches. 7. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 8. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 9. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 2. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. v. 7.2024 22 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed trafficways if required by authorities having jurisdiction. 2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 6. DISPOSAL OF DEMOLISHED MATERIALS 1. Remove demolition waste materials from Project site and dispose of them in an EPA- approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 7. CLEANING 1. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 4.3 SECTION 05 50 00 METAL FABRICATIONS A. GENERAL A. SUMMARY A. Section Includes: A. Structural-steel and stainless-steel materials. B. Shrinkage-resistant grout. C. Miscellaneous framing and supports. D. Loose bearing and leveling plates. E. Thermal/electrical insulating fiberglass reinforced composite plates, washers, bushings B. COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written instructions to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, v. 7.2024 23 concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. C. ACTION SUBMITTALS A. Product Data: A. Structural steel and stainless-steel materials. B. Structural fasteners and anchor rods. C. Shrinkage-resisting grout. D. Slotted channel framing. E. Thermal/Electrical insulating fiberglass composite plates, washers, bushings B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. A. Include details of cuts, connections, splices, camber, holes, and other pertinent data. B. Include embedment Drawings. C. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. D. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical, high-strength bolted connections. C. Provide Shop Drawings for the following: A. Structural-steel and stainless-steel fabrications. B. Jacking and shoring systems. D. INFORMATIONAL SUBMITTALS A. Mill Certificates: Signed by stainless steel manufacturers, certifying that products furnished comply with requirements. B. Welding certificates. C. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers, certifying that shop primers are compatible with topcoats. D. Research Reports: For post-installed anchors. E. QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel in accordance with the following welding codes: v. 7.2024 24 A. AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. AWS D1.6/D1.6M, "Structural Welding Code - Stainless Steel." F. FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls, floor slabs, decks, and other construction contiguous with metal fabrications by field measurements before fabrication. G. DELIVERY, STORAGE, AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from corrosion and deterioration. A. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. B. Store fasteners in a protected place in sealed containers with manufacturer's labels intact. A. Fasteners may be repackaged provided Owner's testing and inspecting agency observes repackaging and seals containers. B. Clean and relubricate bolts and nuts that become dry or dirty before use. B. PRODUCTS A. METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A36/A36M. C. Stainless Steel Sheet, Strip, and Plate: alloy 316L unless otherwise indicated. D. Stainless Steel Bars and Shapes: alloy 316L unless otherwise indicated. E. Stainless steel tubing or pipe: alloy 316L, or ASTM A554, ASTM A312, ASTM A790, ASTM A999. F. Steel Pipe: ASTM A53/A53M, Standard Weight (Schedule 40) unless otherwise indicated. G. Slotted Channel Framing: Cold-formed metal box channels (struts) complying with MFMA-4. v. 7.2024 25 A. Size of Channels: 1-5/8 by 1-5/8 inches unless otherwise indicated B. Material: alloy 316 stainless steel. B. FASTENERS A. General: Unless otherwise indicated, provide stainless steel fasteners. B. The bolts, washers, and nuts shall all have equivalent or greater corrosion resistance than the most corrosion resistant of the metal alloys joined. Bolt, washer, and nut material conforming to one of the following ASTM standards is approved for use under this Specification. In addition to the alloys listed in Section A3.1b, precipitation hardening stainless steel S66286 is also approved for use. A. Bolts: ASTM A193, A320, A453, A1082, F593 B. Nuts: ASTM A194, A453, A962, F594 C. Washers: Stainless steel washers hardened to at least Brinell HBW (31 Rockwell HRC) shall be used under both the bolt head and the nut and on both sides of fiberglass washers. C. Bolts: ASME B18.2.1 Bolts used in bearing-type connections shall have either hex heads or heavy hex heads. Bolts used in pretensioned, or slip-critical connections shall have heavy hex heads. Threads shall be cut or rolled in accordance with ASME B1.1 unified coarse (UNC) or 8 thread series (8 UN), Class 2A. D. Nuts: ASME B18.2.2 Nuts used in bearing-type connections shall be either hex or heavy hex. Nuts used in pretensioned, or slip-critical connections shall be heavy hex. Threads shall be in accordance with ASME B1.1 UNC or 8 UN, Class 2B. E. Stainless Steel Washers: ASME B18.21.1 F. Anchor Rods and Threaded Rods: 316 stainless steel, of dimensions indicated; with nuts, and flat washers. A. Anchor rod and threaded rod made of austenitic, duplex, or precipitation hardening stainless steel material shall conform to one of the following ASTM standards: ASTM F1554, ASTM A193/A193M ASTM A320/A320M ASTM A1082/A1082M ASTM F593 B. Threads on anchor rods and threaded rods shall conform to the Unified Standard Series of ASME B18.2.1 and shall have Class 2A tolerances. C. Manufacturer’s certification shall constitute sufficient evidence of conformity with the standards. C. MISCELLANEOUS MATERIALS A. Fiberglass-Reinforced Laminate Composite plates, washers, bushings A. Material Properties: A. Tensile Strength ASTM D638 11,000 psi (75.8 MPa) B. Flexural Strength ASTM D790 25,000 psi (172.4 MPa) v. 7.2024 26 C. Compressive Strength ASTM D695 38,900 psi (268.2 MPa) D. Compressive Modulus ASTM D695 E. 1/2” thk (12.7mm) 291,194 psi (2,007.7 MPa) F. 1” thk (25.4mm) 519,531 psi (3,582.0 MPa) G. Shear Strength ASTM D732 15,000 psi (103.4 MPa) H. Thickness 1” (25.4mm) or as indicated I. Oxygen Index ASTM D2863 21.8% J. Coefficient of Thermal Expansion ASTM D696 2.2 K. Thermal Conductivity ASTM C177 1.8 BTU/Hr/ft2/in/°F (0.259 W/m*°K) L. Density 107.83 lb/ft3 (1727 Kg/M3) B. Shrinkage-Resistant Grout A. Factory-packaged, nonmetallic, nonstaining, noncorrosive, nongaseous grout complying with ASTM C1107/C1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. C. Consumables for Welding A. Filler and base metal combinations shall be in accordance with the prequalified materials listed in AWS D1.6/D1.6M, clause 5, or a filler and base metal combination documented to meet the structural and corrosion performance requirements of the application. AWS D1.6/D1.6M, clause 6, shall be used to qualify all filler and base material combinations that do not meet the prequalification requirements of AWS D1.6/D1.6M, clause 5. Manufacturer’s certification shall constitute sufficient evidence of conformity with the standards. D. FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: A. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. v. 7.2024 27 B. Obtain fusion without undercut or overlap. C. Remove welding flux immediately. D. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing. F. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. H. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. E. MISCELLANEOUS FRAMING AND SUPPORTS A. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. B. Fabricate stainless steel pipe columns from stainless steel pipe with stainless steel baseplates and top plates as indicated. Drill or punch baseplates and top plates for anchor and connection bolts and weld to pipe with fillet welds all around. Make welds the same size as pipe wall thickness unless otherwise indicated. F. LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items indicated. B. Drill plates to receive bolts. G. GENERAL FINISH REQUIREMENTS A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. C. EXECUTION A. PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep vessels secure, plumb, and in alignment against temporary construction loads and loads equal in intensity v. 7.2024 28 to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place unless otherwise indicated on Drawings. B. INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded. Do not weld, cut, or abrade surfaces after fabrication unless otherwise indicated. C. Align and adjust various members that form part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that are in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. D. Tighten bolts to snug tight condition. E. Field Welding: Comply with the following requirements: A. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. B. Obtain fusion without undercut or overlap. C. Remove welding flux immediately. D. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. C. INSTALLATION OF MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. B. Install pipe columns on concrete with grouted baseplates. Position and grout column baseplates as specified in "Installation of Bearing and Leveling Plates" Article. END OF SECTION 05 50 00 4.4 SECTION 09 96 00 HIGH PERFORMANCE COATINGS A. GENERAL A. RELATED DOCUMENTS (NOT USED) v. 7.2024 29 B. SUMMARY A. Provide all labor, materials, apparatus, scaffolding, and all appurtenant work in connection with painting and protective coatings, complete as indicated, specified and required. B. Principal items to be coated per PART 3 of this document include, but are not limited to: A. Interiors of Dual Media Filters B. Exterior of Dual Media Filters C. In addition to the application of coatings, the following procedures are to be performed: A. Not Used. D. It is the Contractor’s responsibility to examine areas and conditions under which coating systems are to be applied, and to notify the Owner of areas or conditions which are not acceptable. Do not begin surface preparation or application until areas or conditions have been corrected. C. DEFINITIONS A. Owner – City of Clearwater, or their appointed representative. B. Specifier – Mead & Hunt, or their appointed representative. C. Contractor – Selected contractor who is awarded the project. D. Manufacturer – Coating manufacturer or manufacturer’s authorized representative: E. DFT – Dry film thickness F. Mils – All listed mils are dry film thicknesses. G. Paint and Coating – The words “Paint” and Coating” may be used interchangeably within this document to refer to paints and high-performance coatings. D. ACTION SUBMITTALS A. All submittals must comply with Owner-specified submittal procedures. B. Product Data Sheets. A. Contractor shall submit coating material manufacturer’s printed technical data sheets for products intended for use in each coating system. B. Data sheets shall fully describe material as to its intended use, generic description, recommended surface preparation and application conditions, primers, material mixing and application (including recommended dry mil thickness recoat time), precautions, safety and maintenance cleaning directions. C. Safety Data Sheets. Safety Data Sheets (SDS) shall accompany all submittals and shall be easily available for access at the job site during all activities. v. 7.2024 30 D. Project references as outlined in Article 1.6. E. Copy of any required certificates, to demonstrate compliance with Article 1.6. F. Coating Schedule: Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. Include color designations. E. ONE MANUFACTURER A. All coatings shall be the product of one manufacturer as specified in this document. F. QUALITY ASSURANCE A. Third party Inspection: A. Owner reserves the right to utilize third-party inspection services on this project. B. If utilized, initial third-party inspection services shall be provided at no additional cost to the Contractor. B. Guarantee A. A one (1) year guarantee against failure which commences on the date of final completion shall be provided for all coatings, unless more stringent requirements are specified hereinafter. Failure of any coating during the guarantee period shall be repaired by the Contractor who shall absorb all costs related to the repair of the coating. Failure shall be defined as peeling, blistering, delamination or loss of adhesion of any of the coatings. C. Manufacturer’s Qualifications: A. Specialize in manufacture of high-performance coatings with a minimum of 25 years successful experience. B. Able to demonstrate successful performance on comparable projects. C. Must manufacture a water-based epoxy which is certified and listed with www.nsf.org to meet the extraction requirements of NSF Std. 600. D. Single-Source Responsibility: All coatings shall be products of a single manufacturer. D. Manufacturer’s Representative: A. The Contractor shall require the manufacturer to furnish a manufacturer’s qualified technical representative to visit the project site for technical support as required and ordered and as may be necessary to resolve field questions or problems attributable to or associated with the manufacturer's products furnished under this Contract or the application thereof. E. Applicator’s Qualifications: A. Applicator must have a minimum AMPP Basic (Level 1) certified inspector on staff for no less than 6 months. B. Experience in application of specified coatings for a minimum of 5 years on projects of similar size and complexity to this work. v. 7.2024 31 C. Applicator must comply with all relevant OSHA safety regulations. D. Use best practices to carry out corrosion prevention activities in the field. E. Use best practices in environmental protection to prevent environmental degradation, and to ensure careful handling of all hazardous materials. F. The Contractor must submit, with their bid, a letter of recommendation from the basis of design product manufacturer. This letter shall confirm that the Contractor’s ability to apply the specified coatings. G. The Contractor must submit, with their bid, a list of a minimum 5 completed projects of similar size and complexity to this work. Include for each project: A. Project name & location B. Name and contact of owner C. Name and contact of specifier D. Approximate area of coatings applied E. Total project amount value F. Date of completion F. Pre-Application Meeting: A. A pre-application meeting shall be held at least two (2) weeks before the start of application of coating systems. All parties who directly affect the project shall attend, including the Contractor, Manufacturer, and Owner. B. The pre-application meeting shall include a review of any circumstances which may impact the project including, but not limited to, the following: A. Environmental requirements B. Protection of Surfaces not scheduled to be coated C. Surface Preparation D. Ventilation E. Application F. Cleaning G. Disinfection H. Repair I. Field Quality Control J. Protection of coating systems K. 11-month walkthrough L. Coordination of other projects v. 7.2024 32 G. 11-Month Walkthrough: A. The Owner shall organize a project meeting for 11 months after the final completion date which the Contractor, Manufacturer, and Owner shall attend. Participants will perform a walkthrough of the project and resolve any workmanship or materials discrepancies. G. DELIVERY, STORAGE, AND HANDLING A. All coatings shall be delivered to the mixing room in unbroken containers, bearing the manufacturer's brand, date of manufacture, and name. They shall be used without alteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface before using. B. Coatings shall be delivered to the job site in the original unopened containers, bearing the manufacturer's label. A Product Data Sheet and Safety Data Sheets for all coatings shall be obtained from the manufacturer for each shipment of materials to the job site. Coatings shall be stored in a dry, well-ventilated area, not in direct contact with the ground, where the temperature is maintained within the manufacturer’s written recommended limits. C. Damaged materials and/or materials exceeding the shelf life shall not be used. D. The Contractor will be responsible for storing coatings onsite in accordance with the Manufacturer’s latest written recommendations. E. Coatings shall be mixed in proper containers of adequate capacity. All coatings shall be mixed in accordance with the Manufacturer’s latest written recommendations. No unauthorized thinners or other materials shall be added to any coatings. Air shall not be used directly for agitation. Pigmented material shall be strained after mixing. Catalyzed materials may not be used beyond the recommended pot life. F. Work areas will be designated by the Owner for storage and mixing of all materials. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the buildings shall be provided and used for wastes, and no plumbing fixture shall be used for this purpose. G. Contractor will be responsible for disposal of all waste, empty containers, etc. H. All recommendations of the Manufacturer in regard to the health and safety of workmen shall be followed. H. FIELD CONDITIONS A. All coatings shall be applied in dry and dust-free environment. B. No coating shall be applied when temperatures are outside the manufacturers written recommended limits. C. No coating shall be applied to wet or damp surfaces, and shall not be applied in rain, fog, or mist. D. No coating shall be applied when the temperature is less than 5°F above the dew point. v. 7.2024 33 E. No coating shall be applied when unsuitable environmental conditions are expected within 1 hour of the listed “Dry to Touch” time for a coating. B. PRODUCTS A. MANUFACTURERS A. Coatings shall be a product of Tnemec, or Specifier Approved Equal. Alternate coatings of other manufacturers may be approved by the Specifier, provided they are equal or better. B. To allow time for Specifier and Owner review, all requests for substitution shall be submitted by the coating manufacturer a minimum of 10 days prior to the project bid date. B. PROTECTIVE COATINGS, GENERAL A. The specified basis of design is intended to provide the longest service life possible, lowest life cycle cost and most sustainable solution. Contractors must provide pricing based on the basis of design. If submitting alternate products, this must be shown in the Bid Schedule as an ADD or DEDUCT to the overall Base Bid, so the Owner can decide which coating system to accept. B. Potential alternate products must include side-by-side comparisons of equality including generic coating description, volume solids, ASTM performance test results, etc. C. Substitutions which decrease the total film thickness, change the generic type of coating, or fail to meet the performance criteria of the specified materials shall not be approved. D. All coatings shall be furnished by the same manufacturer. E. Coatings shall be sealed in containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's directions, and name of manufacturer, all of which shall be plainly legible at the time of use. F. All coatings shall be produced and applied as herein called for or, if not specifically called for, it shall be applied in accordance with the manufacturer's latest printed recommendations as approved by the Specifier. G. Coating materials shall meet Volatile Organic Compounds (VOC) requirements of not more than 3.5 lbs/gal after thinning. H. No coatings containing lead will be allowed. I. Material Compatibility: A. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. B. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. v. 7.2024 34 J. Colors: All colors and shades of colors of all coats of material shall be as identified in the color schedule. Each coat shall be of a slightly different shade, as directed by the Manufacturer to facilitate inspection of surface coverage of each coat. C. SOURCE QUALITY CONTROL A. Testing of Coatings: Owner reserves the right to invoke the following procedure: A. Owner will engage the services of a qualified testing agency to sample coatings. Contractor will be notified in advance and may be present when samples are taken. If coatings have already been delivered to project site, samples may be taken at project site. Samples will be identified, sealed, and certified by testing agency. B. Testing agency will perform tests for compliance with product requirements. C. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying coatings from project site, pay for testing, and repaint surfaces that were coated with rejected materials. C. EXECUTION A. EXAMINATION A. Proceed with coating application only after unsatisfactory conditions have been corrected. B. Application of coating indicates acceptance of surfaces and conditions. C. The Contractor shall conduct wet film thickness measurements and shall recoat and repair as necessary for compliance with the specifications. D. Coating thickness shall be determined by the use of a properly calibrated "Nordson-Mikrotest" or "Positest" Coating Thickness Gauge (or equal) for metal. Note that a “Tooke” gauge may also be used if necessary, and that use of the "Tooke" gauge is classified as a destructive test. E. Before performing any destructive tests on a newly applied coating system, the Owner and Contractor shall determine which of them is responsible for the cost of repairing the damaged coatings. F. Coatings not in compliance with the specifications will not be acceptable and shall be corrected and re-inspected at Contractor’s expense until the specifications are met. G. After each coat has been allowed to dry, the dry film thickness will be measured and recorded in the daily inspection reports. The Contractor shall not apply a successive coat until the dry film thickness of the preceding coat or coats has been approved by the Owner. H. Measurement of dry film thickness over steel surfaces will be done in accordance with SSPC-PA 2. v. 7.2024 35 I. Measurement of dry film thickness over concrete surfaces may be estimated by comparison of the used material to the theoretical coverage rate. J. Holiday Testing: A. All interior tank surfaces shall be holiday tested for discontinuities such as pinholes, missed and skipped areas, using an appropriate holiday tester. Testing shall be performed in accordance with NACE SP0188, Discontinuity (Holiday) Testing of Protective Coatings, and in accordance with the Manufacturer’s latest written recommendations. B. Holiday tests shall not be performed until the finish coat has cured sufficiently that it can be walked on without damage, and water will not have a detrimental effect on the coating. Holidays shall be repaired in accordance with the manufacturer’s recommendations, and then retested. C. The Contractor shall perform the holiday test and shall provide the rigging and support personnel for observations by the Owner. B. PREPARATION A. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. A. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. B. General (ALL Surfaces): A. All surfaces are to receive the following surface preparation prior to any other specified surface preparations in the remainder of Article 3.2. B. The Contractor shall examine all surfaces to be coated and shall correct all surface defects before application of any coatings. Any required removal, repair, or replacement of this work caused by unsuitable conditions shall be done at no additional cost to the Owner. C. All weld seams, sharp protrusions and edges shall be ground smooth prior to the surface preparation or application of any coatings. D. Remove all loose existing coatings, dirt, dust, grease, oil, mold, mildew, salts, and other soluble contaminants by High Pressure Water Cleaning (using potable water, 3500 - 5000 psi, 3-5 gallons / minute, oscillating tip). A degreaser may be required for oil-soaked areas or heavily contaminated areas. E. Neutralize and remove all mold & mildew using a solution made by adding two (2) ounces of tri- sodium phosphate and eight (8) ounces of sodium hypochlorite to one (1) gallon warm water. Use a scouring powder, if necessary, to remove mildew spores, and then perform a final rinse with potable water. F. Spall repairs: Repair spalls in accordance with ICRI Guideline No.310.1R. Areas to be repaired are to be prepared in accordance with SSPC-SP13/NACE No.6 with a minimum surface profile of ICRI-CSP5. Series N218 shall be used for shallow concrete repairs. For deeper repairs, Series v. 7.2024 36 217 may be used. Exposed steel rebar is to be prepared in accordance with SSPC-SP10/NACE No.2, and primed the same day using Tnemec Series 1 @ 4.0 – 6.0 mils DFT. G. All surfaces must be clean, dry, and free of contaminants prior to the application of any coatings. H. All prepared surfaces must be coated as soon as possible in order to prevent re-contamination of the substrate. Areas which are re-contaminated must be re-cleaned to the proper level of cleanliness prior to application of coatings. If necessary, this may also involve re-sandblasting, which will be performed at no additional cost to the Owner. C. Interior Ferrous Metal Substrates (Dual Media Filter Tank Interiors): A. Prepare all surfaces in accordance with Article 3.2.B. B. Abrasive blast or mechanically abrade in accordance with SSPC-SP10 Near-White Metal Blast Cleaning to remove all existing coatings and create a uniform angular anchor profile. D. Exterior Ferrous Metal Substrates (Dual Media Filter Tank Exteriors): A. Prepare all surfaces in accordance with Article 3.2.B. B. Remove all loose coatings and lifted edges. C. Feather edges of well-adhered preexisting coatings. D. Prepare areas of bare metal in accordance with SSPC-SP2 or SSPC-SP3 Hand or Power Tool Cleaning. E. Abrade all glossy areas with medium grit sandpaper or similar to thoroughly and uniformly scarify and de-gloss all surfaces, and to create a uniform angular anchor profile. F. All surfaces must be tightly adhered, clean, dry, and contaminant-free prior to coating. C. COATING SCHEDULE A. Interior, Ferrous Metal Substrates (Headworks Interior) A. Pit Filler: Series 215 is to be used as needed to fill angular pits and voids, and holidays which are unable to be filled using the specified high-performance coatings. The pit filler may be thickened in accordance with the manufacturer’s recommendations. B. Care should be taken to ensure thorough ventilation during all phases of coating cure. C. 1st Coat: Series 1 @ 2.5 – 3.5 mils. D. Stripe Coat (Weld Seams, Edges): Series 1220, applied by brush. E. 2nd Coat: Apply Series 1220 in one or two coats to achieve a total thickness of @ 9.0 – 12.0 mils. B. Exterior Ferrous Metal Substrates (Dual Media Filter Tank Exteriors): A. 1st Coat: Series 108 @ 1.0 – 2.0 mils. B. Spot Prime (Previously Bare Metals): Series N69 @ 3.0 – 5.0 mils. v. 7.2024 37 C. 2nd Coat: Series N69 @ 3.0 – 5.0 mils. D. 3rd Coat: Series 1094 @ 3.0 – 5.0 mils. D. COLOR SCHEDULE A. Colors are to be applied per the schedule in the table below. Stainless steel surfaces are to remain uncoated. Area Color Name Color Number Tank Exterior Teardrop 37BL Tank Interior Tank White 15BL Stainless Steel Surfaces N/A N/A E. APPLICATION A. Apply all paints and coatings in accordance with the Manufacturer's latest written instructions and recommendations. A. Use applicators and techniques suited for coatings and substrate indicated. B. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation of new or removed permanently fixed items, coat surfaces behind these items. C. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. B. Each coat must be tinted a different shade to facilitate identification of each coat when multiple coats are required. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Sufficient time shall be allowed to elapse between successive coats to permit satisfactory recoating but, once commenced, the entire coating operation shall be completed without delay. Contractor is responsible for compliance with the Manufacturer’s listed minimum and maximum recoat windows. v. 7.2024 38 F. FIELD QUALITY CONTROL A. The Contractor shall regularly conduct wet film thickness measurements and shall recoat and repair as necessary for compliance with the specifications. B. On metal substrates, coating thickness shall be determined by the use of a properly calibrated "Nordson-Mikrotest" or "Positest" Coating Thickness Gauge (or equal). Please note that a “Tooke” gauge may be used on cementitious surfaces, and that use of the "Tooke" gauge is classified as a destructive test. C. Before performing any destructive tests on a newly applied coating system, the Owner and Contractor shall determine which of them is responsible for the cost of repairing the damaged coatings. D. Coatings not in compliance with the specifications will not be acceptable and shall be replaced and re-inspected at Contractor’s expense until the specifications are met. G. COATING PERFORMANCE CRITERIA A. The following shall serve as a basis of comparison for material substitution requests. Any substitutions which decrease the total film thickness, change the generic type of coating, or fail to meet the performance criteria of the specified materials shall not be approved. A. Series 1 Omnithane - Zinc/Micaceous Iron Oxide Urethane: A. Adhesion: ASTM D4541 (Method B, Type II) - No less than 1,433 psi (9.88 MPa) adhesion, average of three tests. B. Hardness: ASTM D3363 – No less than 5H pencil hardness. C. Humidity: ASTM D4585 – No blistering, cracking or delamination of film. No more than .03% rusting on plane after 5,000 hours exposure. D. Immersion: ASTM D870 – No blistering, cracking, rusting or delamination of film after 2,000 hours continuous immersion in deionized water at 140°F. E. Impact: ASTM 2794 – No cracking or delamination of film after 160 inch-pounds direct impact (18.1 J indirect). F. Salt Spray (Fog): ASTM B117 - No blistering, cracking or delamination of film. No more than .03% rusting on plane and no more than 3/16" rust creepage at scribe after 10,000 hours exposure. 1. Adhesion: ASTM D4541 – No less than 1,943 psi (13.40 MPa) pull, average of three tests. 2. Exterior Exposure: ASTM D1014 - No blistering, cracking, checking, rusting or delamination of film. No rust creepage at scribe after 5 years exposure. 3. Humidity: ASTM D4585 - No blistering, cracking, checking, rusting or delamination of film after 10,000 hours exposure. 4. Immersion: ASTM D870 - No blistering, cracking, rusting or delamination of film after 2,000 hours continuous immersion in deionized water at 140°F, average of three tests. v. 7.2024 39 5. Prohesion: ASTM G85 – No blistering, cracking, checking, rusting or delamination of film. No more than 1/8" rust creepage at scribe after 5,000 hours exposure. 6. Salt Spray: ASTM B117 (2 Coats Series N69) - No blistering, cracking or delamination of film. No more than 1% rusting on plane. No more than 1/16" rust creepage at scribe after 6,700 hours exposure. 7. Salt Spray: ASTM B117 (Series 90-97 with 2 Coats Series N69) - No blistering, cracking, rusting or delamination of film. No more than 1% rusting on plane. No more than 3/16" rust creepage at scribe after 20,000 hours exposure. 3. Series 1094 Endura-Shield – Aliphatic Acrylic Polyurethane: 1. Volatile Organic Compounds (Thinned 15%): 0.80 lbs/gallon (96 grams/litre) 2. Cyclic Salt Fog / UV Exposure: ASTM D5894 – No blistering, cracking, rusting or delamination of film after 5,000 hours (15 cycles) of cyclic salt fog/UV cycling. 3. Hardness: ASTM D3363 – No less than 3B scratch hardness after 30 days cure. 4. Prohesion: ASTM G85 – No blistering, cracking, rusting or delamination of film and no rust creepage at the scribe after 3,000 hours of exposure. 5. QUV Exposure: ASTM D4587 (UVA-340 bulbs, 8 hours UV, 4 hours condensation) - No blistering, cracking or delamination of film. No less than 80% gloss retention, no more than 16 units gloss loss and no more than 1.89 DECIE2000 color change after 4,000 hours QUV exposure. 4. Series 1220 Tnemec Epoxy – Glass Flake Inorganic Hybrid Water-Based Epoxy 1. Volatile Organic Compounds: 0.02 lbs/gallon (2.0 grams/litre) 2. Special Qualification: Certified and listed with www.nsf.org to meet the requirements of approval for potable water use as established by NSF Std 600 for tanks and reservoirs of 200 gallons capacity or greater (Max thickness: 18.0 mils). 3. Special Qualification: Meets the requirements set forth in AWWA C210-15 testing. 4. Cyclic Sale Fog/ UV Exposure: ASTM D5894 - No blistering, cracking, rusting or delamination of film after 5,000 hours (15 cycles) of cyclic salt fog/UV cycling. 5. Cathodic Disbondment: ASTM G8 – Classification Grout A (<0.5 in). 6. Dielectric Strength: ASTM D149 – No less than 603 V/mil dielectric strength, average of five tests. 7. Humidity: ASTM D4585 – No blistering, cracking, rusting or delamination of the film after 2,000 hours. 8. Immersion: ASTM D870 – No blistering, cracking, rusting or delamination of the film after nine months in continuous tap water immersion. 9. Prohesion: ASTM G85 – No blistering, cracking, rusting or delamination of the film after 5,000 hours. v. 7.2024 40 10. Salt Spray: ASTM B117 – No blistering, cracking, rusting or delamination of the film and no rust creepage at the scribe after 5,000 hours. 8. CLEANING AND PROTECTION 1. Upon completion of the work, staging, scaffolding, drop-cloths, and containers shall be removed from the site or destroyed in an approved manner. Paint spots, oil, or stains upon adjacent surfaces shall be removed. G. 4.5 SECTION 46 61 12 FILTER MEDIA REMOVAL A. GENERAL A. SCOPE OF WORK A. The Contractor shall supply all labor, equipment, materials and incidentals necessary to remove existing filter and support gravel material from the pressure filter vessels. The work shall also include protection of internal piping and may include limited selective removal of internal piping components from the pressure vessels to make them ready to receive new filter and support gravel material. A. The existing pressure vessels have been used to filter raw water pumped from groundwater wells after the addition of chlorine. After filtering by the media present in the pressure vessels, the filter water becomes feedwater to the water treatment plant’s RO membrane treatment units that produce potable water for the City’s customers. B. The purpose of this project is to replace the existing filter media and support gravel materials. It is also the intent that interior damage and corrosion be removed only to the extent necessary for repair of internal components in order for them to function properly, have a useful life equal to that of the new media, and create surfaces satisfactory for proper adherence of the specified coatings. Items damaged during existing media removal, tank cleaning, or new media installation shall also be removed and replaced at no additional cost to the City. C. To keep the water plant in operation, at least three pressure filter vessels must be in operation at all times. Media removal and selective demolition will need to occur sequentially and will likely result in periods when no vessel interior work. B. This work shall include, but not be limited to the following: A. Open bolted manways; remove gaskets. B. Carefully remove filter media and support gravels from within pressure filter vessel, remove from the site, and lawfully dispose at a Contractor provided location. C. Selectively dismantle and remove piping, piping support structure components, and vessel interior accessory items as necessary to accomplish repairs and to remove and reinstall filter v. 7.2024 41 media material. It is intended that only severely corroded or damaged, non-repairable components be dismantled and removed. D. Carefully remove broken connection bolt hardware. Replace missing or damaged bolting hardware with SS316 materials of in-kind size. E. Selectively remove by mechanically wire brushing, grinding, or water pressure blasting corroded and or tuberculated areas of interior tank walls and the steel lateral support structure as necessary to effect repair prior to preparing surfaces for re-coating (refer to paint prep and coating specification). F. Removed items and the dirt and debris resulting from tank cleaning, shall be collected by the Contractor, removed from the site, and shall be lawfully disposed at a Contractor provided location. G. Preparation of pressure filter vessel interior surfaces prior to re-coating is described in Technical Specification section 09 96 00, “High Performance Coatings.” B. SUBMITTALS A. Submit to the Engineer for review and approval a detailed description of the work sequence to be followed for removing filter media and underdrain gravels from within each pressure vessel. Suggested work sequence is provided in the plans. A. Submit six (6) copies of the written plan at the preconstruction conference. B. Specifically identify staging area requirements, equipment to be used, temporary material storage, and place of final lawful disposal of removed material. B. Submit to the Engineer for review and approval, digital (JPEG) photographs detailing the interior condition of each pressure filter vessel at the following stages of the Work: A. After each pressure vessel is opened and drained, but before any media is removed. A. Prior to removal of media, the contractor and owner shall agree on media level to calculate the volume of media to be removed and disposed of. B. After media is removed and the pressure vessel has been cleaned. C. Contractor to notify the Chief Operator at least 72 hours in advance of opening a filter vessel for rehab for inspection. C. JOB CONDITIONS A. Work shall be performed in strict compliance with the City’s Building Code, and other applicable laws, ordinances, and regulations pertinent to the Work. B. Character of filter and support gravel material to be removed: A. Material originally placed into each pressure filter vessel had the properties noted on the plans and described in the technical specifications; and met AWWA and FDEP requirements for contact with potable water. v. 7.2024 42 B. Particulate matter removed by the filter media consists of chemical precipitates formed by the addition of chlorine to raw water pumped from production wells that supply water to the treatment plant. The raw water also includes sands, silts, and clays that also were removed by the filter media. The chemical precipitates are primarily iron oxides. C. The material to be removed is nonhazardous. Included as Appendix material in the Project Manual is an example TCLP analysis that was performed on the City’s Bayoxide filters at the same facility. This material is provided as information only and not as part of the Contract Documents. Contractor to arrange and pay for required testing for media disposal, see Section 3.2C.2. C. Procedures shall be arranged so as not to interfere with the water treatment plant’s ability to produce potable water. A. Space for material and equipment storage at the water plant is limited. B. Facilities to temporarily store removed media material shall be arranged to minimize any possibility of the removed media from contaminating new media material that is also being stored onsite and waiting to be placed into a pressure vessel. C. Means and methods for material handling and temporary storage shall be selected that are appropriate for locations that are immediately adjacent to residential areas. D. Work shall be executed in an orderly manner, during normal working hours, and in a manner that will not produce excessive noise or dust. B. PRODUCTS (NOT USED) C. EXECUTION A. GENERAL A. Work of media removal and selective demolition shall not proceed until a detailed schedule has been received and approved by the Engineer. B. Contractor shall select selective demolition equipment and methods that will minimize the potential for causing damage to other components within the pressure filter vessel. C. After each pressure filter vessel is opened, document interior condition with digital (JPEG) photographs. Contractor shall not proceed with media removal until the digital photographs have been received and approved by the Engineer. Digital photographs shall also be taken of each tank’s interior after it has been cleaned. A sufficient number of photographs shall be taken to fully document all interior surfaces and components inside the tank. D. Carefully remove only those items designated by the drawings or Engineer to be removed. Protect from damage existing components to remain. Any piping, supports, or accessories v. 7.2024 43 removed without proper authorization shall be replaced to the satisfaction of the Engineer at the Contractor’s expense. E. Accumulation of old materials and/or debris will not be permitted. All such materials and/or debris shall be removed promptly. Securing of locations for lawful disposal of removed materials, and delivery of material to those locations, shall be the Contractor’s responsibility. F. Properly authorized material removed by selective demolition that is not designated as salvage shall become the property of the Contractor. B. MEDIA AND SUPPORT GRAVEL REMOVAL A. Media Removal A. Contractor shall provide all material, equipment, and personnel protective measures to effectively and safely remove existing filter and support gravel media from within each pressure vessel. A. Provide appropriate equipment to ingress and egress the pressure vessel interior. B. Before entering the interior of a pressure vessel, make sure the atmosphere is safe and properly ventilated. C. Provide appropriate personnel protective equipment for the work to take place within the confined space of the pressure vessel. B. The Contractor shall provide any transfer containers, carts, pumps, compressors, hoses, and other tools necessary to remove the media from the pressure vessel and convey it to the temporary storage area. Equipment shall be of sufficient size and number to allow media transfer to be completed within the time scheduled. Backup equipment shall be provided so that mechanical breakdown does not delay the work schedule. Hoses shall be of sufficient length to reach between pressure vessel and temporary storage area. Equipment and hoses shall be free of leakage or other defects that would cause a dust, sediment, noise, or other nuisance. C. Unless required by the Contractor or the owner of the final disposal site, segregation of removed media by type is not necessary. D. Removed filter media and support gravel material shall not be reused. E. Trucks used to hold and/or transport the removed media offsite to disposal shall be in good condition and equipped appropriately to prevent spillage of contained media onto roadway surfaces; or dust to blow off the load. F. Filter media and support gravel may not be wet or have water dripping from it when removed from site for disposal. G. Contractor shall exercise extreme care while removing media from within each pressure vessel so as not to damage internal piping and support structures. If in the sole opinion of the Engineer the Contractor’s means and methods of media removal are causing unnecessary damage, the Engineer will notify the Contractor in writing of his determination, and request that the Contractor make immediate changes to avoid the unnecessary damage. Contractor shall repair or replace the internal piping and support structures unnecessarily damaged to the satisfaction of the Engineer; and at no additional cost to the City. Replacement of air laterals that are unnecessarily v. 7.2024 44 damaged shall not be included with the count of air laterals measured for payment. When determining if the Contractor’s means and methods of media removal are causing unnecessary damage, the Engineer will consider the cost to be incurred by the Contractor’s revised means and methods in relation to the cost to repair/replace the damage. B. Temporary On-Site Storage of Removed Media A. Media may be transferred from within each pressure vessel to a temporary storage area specially set-up to receive the removed media, or directly into a truck. B. A temporary storage area shall be provided with control measures that effectively prevent wind- blown dust or migration of sediment away from the area. These measures may include tarps and silt barriers. Contractor shall repair or replace any control measure that becomes damaged or ineffective at no additional cost to the City. C. Should the Engineer determine that the control measures are ineffectively controlling dust or sediment; or should the temporary storage area begin to interfere with water plant operations, the Contractor shall promptly, and at no additional expense to the City, modify the temporary storage area to be effective and/or to cease interfering with plant operations. D. Maintain the temporary storage area in good condition throughout construction. E. When the temporary storage area is no longer needed, Contractor shall promptly remove the dust and sedimentation control measures, cleanup the temporary storage area, and restore it to a condition equal to or better than the site’s prior condition. Washing contained media into the stormwater swale or detention area is not an acceptable method of site cleanup. C. Media Disposal A. Removed filter media and support gravel material shall be transported by the Contractor to a lawful site for final, permanent disposal. Transport and disposal costs shall be paid by the Contractor. B. Contractor shall arrange for and pay all costs to test removed media(s) material as may be needed by the disposal site owner/operator in order for the material to be accepted at the site. Such testing may include, but not necessarily be limited to, a TCLP analysis and a Paint Filter Test. Testing must be performed by a NELAP certified lab. C. All filter media and support gravel material removed from the treatment plant site shall become the property of the Contractor. C. PIPING, PIPE SUPPORT STRUCTURE, AND ACCESORY ITEMS A. Broken or damaged air lateral piping that are non-repairable shall be removed from the header pipe. B. Broken or damaged air lateral support structure components that are non-repairable shall be dismantled and carefully removed from the pressure vessel tank by unbolting connections. If necessary, cut bolts to effect removal. Do not cut support members unless approved by the Engineer in advance of performing any cutting. C. Remove existing gasket material from tank access hatch openings v. 7.2024 45 D. TANK CLEANING A. After all filter media and support gravel material has been removed from pressure vessel, the vessel interior shall be cleaned and prepped per Technical Specification section 09 96 00, “High Performance Coatings.” B. It is the intent of this project that existing piping, pipe supports, and other internal components inside each filter vessel be retained to the greatest extent practicable; and that repairs be performed as necessary to provide a useful life to these components that will equal that of the new media to be installed. Contractor shall select effective washing methods consistent with this intent that facilitates identification of needed repairs while at the same time minimizes further damage inside the vessel. E. REUSE OF MATERIAL A. Pipe supports and stainless-steel hardware are to be reused unless deemed severely damaged by the Engineer. B. Manway hatch bolts, nuts, washers, and crabs are to be set aside in a safe place and reused for re-bolting when the hatches are shut. The Contractor shall replace at no additional cost to the City lost, missing, or damaged bolts, nuts, or washers. The Contractor shall expect that there will be some lost or otherwise unusable bolting hardware. C. At the City’s option, the Engineer may direct that minor components of the selective demolition work that will not be reused in the work instead be salvaged for the City. Salvaged items shall be delivered to a location in the water treatment plant as designated by the Engineer. D. Removed material not designated as salvage by the Engineer, shall become the property of the Contractor and shall promptly be removed from the site. END OF SECTION 46 61 12 4.6 SECTION 46 61 13 FILTER MEDIA A. GENERAL A. SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to install new anthracite, sand and gravel filter media in the existing dual media pressure filter beds for Filters No. 1, 2, 3, and 4 at the City of Clearwater Reverse Osmosis Plant No. 1, as specified herein, and as directed by the Engineer. The Contractor shall be responsible for maintaining the satisfactory operation of the existing filters during media replacement and for disinfection of the filters after media replacement. v. 7.2024 46 B. New filter media shall be installed into each pressure filter vessel after the existing media has been completely removed and the interior of the pressure filter vessel prepared in accordance with the specifications. C. The Supplier of the filter media shall be responsible for its proper installation and oversight of the media replacement. D. The filtration system at the City of Clearwater Reverse Osmosis Plant No. 1 consists of four (4) dual media pressure filters. Each of the four pressure filters provides approximately 113 square feet of filter surface area. The anthracite depth in each filter shall be a total depth of 38 inches (existing is 18 inches). The sand depth in each filter shall be a total depth of 12 inches (existing is 32 inches). The gravel depth in each filter shall be a total depth of 34 inches (existing is 34 inches) with manufacturer recommended gravel gradations in increments as specified herein. E. The replacement filter media shall be as manufactured by F.B. Leopold Co., Inc., Zelienople, Pennsylvania, Red Flint Sand and Gravel Company, Eau Claire, Wisconsin, Unifilt Corporation Wilkes Barre, Pennsylvania, Midwest Filter Rehab Specialists, Oshkosh, WI, or equal. The installation shall be as shown on the Drawings, and the Manufacturer shall be required to submit to the Engineer an installation drawing. F. At any time during the project, no more than one (1) existing filter vessels may be out of service; and the remaining three (3) filter vessels shall be in service supplying filtered water for the water treatment plant. G. The water plant operating staff will make every effort to make reasonable adjustments in plant operating times in order to expedite media replacement. On the other hand, the Contractor shall also expect that there will be situations where media replacement operations will need to be delayed because the requirement to produce sufficient potable water to meet customer demand is the priority. The Contractor will be required to make the necessary schedule adjustment at no additional cost to the City. B. DESCRIPTION A. The filter media anthracite, sand and support gravel shall be capable of sustained operation at a filtration rate of up to 7.5 gpm per square foot of filter area, filtering chlorinated well water without excessive use of backwash water, undue rate of head loss buildup, or rapid turbidity breakthrough. B. The anthracite, sand and gravel filter media for Filters No. 1, 2, 3, and 4 shall be removed and replaced with new filter media as described herein and as defined in AWWA B100, Granular Filter Material (latest edition). C. QUALITY ASSURANCE A. Except as supplemented herein, materials and construction methods shall meet or exceed the applicable provisions of the following standards: A. ANSI/AWWA B100, Granular Filter Media (latest edition) A. Acid solubility testing shall be in accordance with the procedures described in this standard. v. 7.2024 47 B. ANSI/AWWA C653, Disinfection of Water Treatment Plants C. NSF/ANSI Standard 61 D. NSF/ANSI 372: Drinking Water System Components – Lead Content B. Filter Media Supplier A. The Contractor shall furnish the filter media from a firm regularly engaged in supplying this type of material. The source of the media shall be regularly engaged in manufacturing or producing material for the water supply industry for a period of not less than 10 years. The Contractor shall be prepared to document the filter media supplier’s technical competence and experience in providing the filter media specified herein. All media shall be obtained from a source acceptable to the Engineer and from the same supplier for each media type. B. The Contractor shall engage the services of one company or firm to be the party responsible for furnishing all media for the project. This company or firm (Supplier) may or may not also be a manufacturer of one or more of the filter media materials. However, the single company or firm that the Contractor engages to be the Supplier shall be responsible for coordinating and furnishing media materials that will be compatible with each other under backwash conditions. C. Rejection of Filter Media A. Failure of the filter media to meet the requirements of Paragraph 2.1 for anthracite, Paragraph 2.2 for Sand, and Paragraph 2.3 for Gravel, shall be cause for rejection. Filter media which has been delivered to the site, and which does not meet the specified requirements shall be immediately segregated from other media awaiting installation into a pressure vessel, promptly removed from the site and replaced with acceptable material at the Contractor’s expense. Filter media upon delivery to the site, shall be tested for compliance to the requirements listed in the specifications. Filter media shall not be installed in each filter until this testing has occurred. B. The Engineer shall determine if media shall be rejected, guided by available testing information; and the Engineer’s decision shall be final. D. Filter Media Installation A. The filter media shall be installed by the filter media supplier’s trained representative, or under his supervision, who is qualified and experienced in the installation requirements for filter media in a pressure filter. D. SUBMITTALS A. The Contractor shall obtain, and submit with the bid the following experience and qualification information for each type of media to be furnished: A. Name, address, and mine location for media source. B. Number of years the media supplier/manufacturer has been supplying media for public potable water treatment applications. C. Experience statement by media Supplier with pertinent information regarding their history and qualifications for supplying media for public potable water treatment application. v. 7.2024 48 D. Name, address, and phone number of the media supplier/manufacturer’s local representative/distributor. B. Proper operation of the filters requires very careful selection of the relative sizes of the various media. Before shipment of the media, submit to the Engineer for review, certified analyses from an approved independent testing laboratory for the media. An affidavit of compliance with applicable provisions of AWWA B100 (latest edition) shall be provided. C. The certified laboratory analyses shall be in accordance with AWWA B100 (latest edition) and include the following information for the submitted material. A. Average specific gravity (apparent). B. Total percentage of material passing each sieve. C. Total percentage of material retained on each sieve. D. A plot on probability paper, showing the cumulative percent by weight of the material passing through the sieve size opening. E. Effective size. F. Uniformity coefficient. G. Acid solubility. H. Anthracite Moh hardness. I. Visual sphericity. D. The Contractor shall obtain, and submit to the Engineer for approval in accordance with the Contract Documents, manufacturer published data sheets; and shall specifically include the following: A. Volume and weight of each media to be shipped. The excess volume of media being furnished in anticipation of losses due to handling, washing, and scraping shall be noted. B. Appropriate documentation showing NSF/ANSI-61 certification (including NSF/ANSI-372), or compliance with other applicable standards, regulations, or requirements referenced in paragraph 62-555.320(3)(b), F.A.C. [see also paragraph 62-555.320(3)(d)]. C. As part of the shop drawing submittal, provide a representative sample of each filter media to be supplied. D. A copy of the manufacturer’s warranty that will be provided for each media type. E. Special shipping, storage, protection, and handling instructions for each media type. F. A copy of the media supplier/manufacturer’s written instructions and recommendations for installing media into pressure filter vessel. G. For approval by the Engineer, the name, address, and phone number of independent testing laboratory to be retained by each media supplier/manufacturer to perform the media testing described in this Technical Specification section to be performed prior to shipment of media to the project. v. 7.2024 49 H. For approval by the Engineer, the name, address, and phone number of independent testing laboratory to be retained by the Contractor to perform the media testing described in this Technical Specification section to be performed after media has been delivered to the project. E. No material shall be shipped to the site of the Work until such material is accepted by the Engineer. The Owner reserves the right to conduct independent tests to verify conformity of the media to these Specifications. F. After delivery to the site, but before placing the media, the Contractor, under the Engineer’s supervision, shall take random test samples of the media to be tested by a laboratory approved by the Engineer in accordance with the specifications. Failure of the samples to meet the Specifications shall be cause of rejections in accordance with Paragraph 1.4B. No plus or minus tolerances shall be allowed on any uniformity coefficients. G. Submit a Field Installation Report. A. A written Field Installation Report shall be prepared for each pressure filter vessel, and each report shall consist of the following: A. Description and pictures of filter vessel interior condition after rehabilitation work was completed. B. Field measured distance from top of pressure vessel (crown) to top of each installed media layer. Provide a minimum of three measurements equally spaced along the long axis of the vessel. C. Field measured depth of filter sand, gravel, and anthracite media layers as determined from core samples. Measurements shall be taken after each media type layer is completed and before the starting placement of the next media type layer. Provide a measurement from each third of the vessel (middle and each end). D. Field measured distance from top of pressure vessel to top to the surface of installed media after all washing and scraping is complete. E. Field measure media depths as determined by two 2-inch diameter core samples of the entire media depth from media surface to the top layer of support gravel. F. Description and pictures of filter interior condition after final rinsing (before disinfection). Include backwash rates and durations used to prepare filter vessel for service. G. Description of final disinfection of filter vessel. Include time and date performed, chemical concentrations used, and test results. B. Submit one copy of the Field Installation Report to Engineer PRIOR to returning each filter vessel to service. Report shall be submitted five (5) days prior to placing the filter vessel into service unless other arrangements have been agreed to by the Engineer. Also, include an additional copy of each report with each O&M manual submitted. C. Submit a project O&M manual in accordance with the specifications. A. Submit complete O&M manual when the first pressure filter is returned to service. B. If the project scope requires that pressure filters be returned to service at different times, or if the work required to place subsequent filters into service requires a change or modification to the submitted O&M Manual, provide an addendum to modify the previously submitted O&M Manual. v. 7.2024 50 E. DELIVERY, STORAGE, AND HANDLING A. Shipment of media material shall not take place until written approval has been obtained from the Engineer for both the shop drawing submittal and the Approval Sample testing results. B. Deliver each media material to the job site in bags containing one (1) cubic foot of material or less. Bags shall be heavy duty woven cloth, paper or plastic. Each bag shall be clearly marked in accordance with the requirements of AWWA B100 (latest edition). The bags shall be placed on pallets for shipment and covered with plastic shrink-wrap. Include with each media delivery a certified test report. C. Contractor shall receive and unload media deliveries. D. Each size and type of media material shall be stored off the ground and separately. Pallets shall be covered with opaque tarps to block from sunlight and to provide protection from weather. The Contractor shall be fully responsible for keeping media material clean from debris and foreign materials while stored on site awaiting placement into a filter vessel. E. Except as required for media sampling, media storage bags shall remain unopened and no material shall be removed from a bag prior to media placement into a filter vessel. F. Delivery, storage and handling shall be in full accordance with manufacturer’s written instructions. B. PRODUCTS A. ANTHRACITE FILTER MEDIA A. All media shall comply with the standards of AWWA Specification B-100-09, Granular Filter Material. Filter media shall be as furnished by the F. B. Leopold Co., Inc. Zelienople, Pennsylvania, Red Flint Sand and Gravel Company, Eau Claire, Wisconsin, Unifilt Corporation Wilkes Barre, Pennsylvania, or equal. B. Anthracite A. The top layer of the filter shall consist of specifically selected and graded anthracite media with a final depth, after backwashing and skimming, of 38 inches. B. The Anthracite shall be crushed anthracite coal having an effective size of 0.60 mm to 0.80 mm, a maximum uniformity coefficient of 1.65 and a specific gravity of not less than 1.4 nor greater than 1.65 and shall be clean and free from slate, dust, dirt, and foreign matter of any kind as it is placed on the filters. The average hardness shall be 2.7 to 4.0 on the Moh scale. C. The processed anthracite furnished shall be visibly free from iron sulfides, clay, shale, dirt, or other foreign matter. D. Acid solubility shall be less than two (2) percent. v. 7.2024 51 E. Sufficient excess anthracite media shall be provided to make up for material loss due to scraping of fines from the media surface and to replace flat particle loss during initial washings of the media. F. Anthracite meeting the above requirements shall be purchased from a supplier meeting the requirements of Paragraph 1.4A. B. SAND A. Filter sand shall be composed of hard, durable, and dense grains of at least 85 percent siliceous material, visibly free of micaceous matter, and that will resist degradation during handling and use. The filter sand shall be uncoated grains that have been thoroughly washed, screened and free of clay, loam, dirt, organic matter, and other foreign material. B. The acid solubility of the sand shall not exceed 5% by weight, using method specified under AWWA B100 (latest edition). C. The filter sand shall have an effective size of not less than 0.45 millimeter and not more than 0.55 millimeter with a uniformity coefficient less than or equal to 1.5 and a specific gravity of not less than 2.5. D. The depth of filter sand in the filters after washing shall be not less than 12 inches. C. GRAVEL A. Gravel shall be obtained from an approved source and shall consist of hard, rounded stones with an average specified gravity of not less than 2.5. Not more than 0.5% by weight of the material shall have a specific gravity of not less than 2.0. B. The gravel shall contain not more than 2% by weight of thin, flat, or elongated pieces (pieces in which the largest dimension exceeds five times the smallest dimension), determined by hand picking; and shall be free of shale, mica, clay, sand, loam, and organic impurities of any kind. C. The acid solubility of the gravel shall not exceed 10% by weight for sizes 3/8 inch or larger and not more than 5% by weight for the gravel smaller than 3/8 inch, using method specified under AWWA B100-09 (latest edition). D. The gravel shall be screened to proper sizes and placed in the filter in layers as specified herein and the gravel within each layer shall be uniformly graded. Gravel over ¼ inch in diameter may be screened through wire screens with square openings or plates with round openings. Wire screens shall be used for sizes smaller than ¼ inch. Not more than 8% of the weight of any layer shall be finer or coarser than the limits specified for that layer. E. Gravel Gradation Size Range (inches) Depth (inches) 1/8 x No. 12 3 1/4 x 1/8 3 1/2 x 1/4 3 v. 7.2024 52 3/4 x1/2 25 C. EXECUTION A. GENERAL A. The Contractor shall obtain sufficient media and arrange for media delivery sufficiently in advance of its placement into a filter vessel. If additional media is required to make up any insufficiency in media depth, the Contractor shall obtain the additional media and have it delivered on an expedited basis so as not to delay returning a filter vessel to service; and at no additional expense to the City. B. Carefully inspect the existing piping and pipe support components inside the filter vessel for mechanical and spatial integrity prior to beginning the work of installing new filter media. If any defect, conflict, or incompatibility is discovered, immediately notify the Engineer. Resolve any defect, conflict, or incompatibility in a manner satisfactory to the Engineer. C. Placement of media into pressure filter vessel can be a dusty and potentially hazardous job. Contractor shall provide, institute, and enforce all necessary safety measures to provide for personnel safety. Adequate ventilation and cooling shall be provided. D. Throughout the work of installing new filter media into the existing pressure filter vessel, Contractor shall employ such means and methods necessary to protect the underdrain piping, the air lateral piping, and keep the newly placed media clean of contaminants. Any filter media that becomes contaminated by contact with dirt, or any other foreign substance, shall be immediately removed and replaced by the Contractor at no additional cost to the City. E. Underdrain or air lateral piping that is damaged during the placement of new media into a pressure filter vessel shall be repaired or replaced in a manner satisfactory to the Engineer prior to covering the lateral piping with media. F. Any media types that become inappropriately mixed during the media placement work shall be removed and replaced with clean media of the proper type and gradation. G. In order to keep the inside of the pressure vessel as clean as possible, once the work of installing new media into a pressure filter vessel has started, do not allow the hatches into the vessel to remain open when media placement activity is not taking place. H. Contractor shall coordinate the construction activities of placing new media into the pressure vessel and returning a filter to service with the City’s Representative. I. Plant operators shall perform all backwashing operations and filter control at all times. B. PREPARING FOR FILTER MEDIA INSTALLATION A. The pressure filter shall be thoroughly cleaned before any gravel is placed, and shall be kept clean throughout the operation. v. 7.2024 53 A. All debris, dust, dirt, and other foreign materials shall be removed from the surfaces of the filter vessel, internal piping, and pipe supports. B. Cleaning shall be accomplished by low pressure spray washing with potable water followed by vacuuming. B. After cleaning the filter vessel, and before placement of any media material, disinfect the vessel and interior piping. Disinfection shall be in accordance with ANSI/AWWA C653. A. Continuously inject chlorine solution (furnished via the water plant chorine solution piping) into the filter influent water while the filter is also discharging to the auxiliary backwash basin via the filter underdrain piping. This operation must be coordinated with the plant chief operator to ensure chlorinated water does not enter the process stream to the Plant’s RO system. B. Inject chlorine solution at a sufficient strength to achieve a free chlorine residual of at least 25 mg/L throughout the filter vessel. C. When the water being discharged to the auxiliary backwash basin has at least a 25 mg/L free residual, the flow of water shall be stopped and the filter vessel shall be held full of the chlorinated water for a period of not less than twelve (12) hours. D. At the end of the contact period, the chlorinated water shall be tested to determine the free chlorine residual is at least 15 mg/L. Tests shall be conducted on water obtained from the top and the bottom of the pressure vessel. If the tests do not indicate that sufficient chlorine residual is present, the disinfection process shall be repeated. E. If the tests indicate that sufficient chlorine residual is present, the filter may be drained to the auxiliary backwash basin and thoroughly rinsed with backwash water to remove the highly chlorinated water. When the rinse water has chlorine residual approximately equal to the backwash water residual prior to entering the filter, obtain samples for bacteriological testing. The City will arrange for the samples to be tested by an approved laboratory. F. Do not release highly chlorinated water into the sewer system until the chlorine level has decreased to sufficiently as determined by the plant operations supervision. If necessary to provide volume in the auxiliary backwash basin to receive additional filter backwash water, the Contractor shall furnish and mix one of the neutralizing chemicals listed in AWWA C653 with the water in the auxiliary backwash basin to lower the chlorine level to an acceptable level for discharge to the sewer. C. Guide markings for media placement: A. Before placing any media material, mark the inside wall of the vessel with a continuous level line as follows: A. A line at the top elevation of each media layer B. A line one (1) inch above the sand media top elevation C. A line one (1) inch above the anthracite media top elevation D. Workers shall not walk or stand directly on the filter media. Use boards of plywood or plastic that has sufficient thickness that they can sustain the weight placed on them without displacing the material below. v. 7.2024 54 E. Any media that becomes dirty, contaminated, or mixed with another material shall be removed and replaced with clean material of the proper type and size. F. Material scraped from the surface of filter media after washing shall be removed and promptly transported to a lawful place of disposal by the Contractor. C. GRAVEL INSTALLATION A. Gravel made dirty in any way shall be removed and replaced with clean gravel. The bottom layer shall be placed carefully by hand to avoid movement of the underdrain system and to assure a free passage of water from the orifices. Each layer shall be completed before the next layer above is started. For materials less than ½ inch in diameter, the workman shall not stand or walk directly upon the gravel, but upon boards which will sustain the weight of the workmen without displacing the gravel. Any gravel becoming mixed shall be removed and replaced as herein specified. B. The correct thickness of each layer shall be obtained as follows; C. Before the gravel is placed, the top of each layer shall be marked on the side of the filter. The filter material shall be within ± .5 inches of the water surface, with the area of material above and below the surface within 10% of each other. D. After all support gravel layers are placed into a filter vessel (but before placing the filter sand layer), wash the support gravels to remove excess fine material. A. First, slowly fill the filter vessel with backwash water to the level line previously marked on the inside wall of the vessel for the top gravel surface layer. Backwash water shall be introduced into the pressure vessel using only the head from the distribution system, and flow rate into filter vessel shall not exceed 150 gpm. B. Check that the upper surface of the support gravel layer is level. Make adjustments in material placement as needed to level the media; add or remove material as necessary. C. After checking the top gravel layer surface for level, continue slowly adding backwash water until the air lateral piping is submerged to a depth of at least one (1) foot. D. After submerging the air lateral piping, the gravel support media shall be washed for five (5) minutes at the maximum rate available; but not to exceed 25 gpm/sq. foot (2,500 gpm). Ramping up to the maximum wash rate shall take place over at least a three (3) minute period. E. Care shall be taken during washing of the support gravel media that it is not disturbed, especially if air is present in the underdrain piping. F. Any support gravel media that becomes disturbed by the washing operation shall be removed and replaced with clean material of the proper type and size. D. SAND INSTALLATION A. Sand shall be transported and placed carefully to prevent contamination of any sort, and sand made dirty before or after placing shall be replaced with clean sand. Sand shall be placed in the v. 7.2024 55 filter, preferably through water, so as not to disturb the top layer of gravel and shall be finished off smooth to the proper elevation. B. The final depth of sand shall be 12 inches (including up to 9/16 inch of sand removed by skimming or scrapping). The depth of sand shall be measured after the sand has been backwashed three times, at a rate to give 30% expansion of the sand, and then allowed to compact by closing the backwash valve slowly. Final closure of the valve from the opening that gives 10% expansion shall extend over not less than 30 seconds. Up to the top, 3/16-inch thick layer of any very fine material shall be scraped off after each washing and before final measurement. C. After placing filter sand into a filter vessel, and checking the top surface for level, check for proper operation of the air distribution laterals. A. Slowly fill the vessel with water to a depth one (1) foot above the filter sand surface. B. Run blower to check air distribution pattern. C. Correct any deficiencies discovered with the air laterals to the satisfaction of the Engineer. D. After the sand has been backwashed three (3) times and the fines scraped off, a 38-inch layer of crushed anthracite coal shall be placed on top of the sand, as described herein. E. ANTHRACITE COAL INSTALLATION A. The media system shall be installed in accordance with the Manufacturer’s specific detailed instructions, and the Manufacturer shall provide supervision of the installation for the first filter to ensure proper compliance with installation specifications by the Contractor’s forces on subsequent filter installations. Extreme care shall be exercised in the placing of all filter media to avoid damage or displacement of the filter bottom or previously placed media. B. Installation of Anthracite: A. The anthracite media should be placed with the filter partially filled with water. The media shall be placed in a gentle manner so as to avoid any degradation of the media. Place the anthracite to approximately 1 ½ inches above the mark and slowly fill the filter upward through the underdrain to remove air from the bed. The filter shall then be backwashed at a slow rate in 3 gpm/square feet increments for 3 to 5 minutes at each rate to remove entrapped air and up to 7.5 gpm/square foot until the water becomes clear. After draining of the filter, the top ½–inch of the anthracite shall be skimmed with a shovel to remove fines and trash. Again, platforms shall be utilized for laborers. Additional anthracite shall be placed to bring the media up to the desired depth. B. The filter should be slowly refilled, backwashed for at least 15 minutes and the fines skimmed again two more times. C. The Contractor shall take an anthracite auger core boring sample from each filter bay and perform a sieve analysis for each filter bay sample to indicate compliance with the specified media characteristics. D. At this point the filter media is complete and ready for disinfection and operation. v. 7.2024 56 F. INSPECTION AND TESTING A. The media Supplier shall furnish the services of a competent and experienced representative who has complete knowledge of proper operation and maintenance of the equipment for a period of four (4) days in two separate visits to inspect the installed equipment, supervise the initial test run, and to provide instructions to the plant personnel. B. Approval Sample Testing A. Independent Testing Laboratory retained by the Contractor shall test each Approval Sample selected by the Engineer to be tested. A. Samples shipped to the project shall be collected by a representative of the independent testing laboratory and transported to the lab for testing. B. More than one trip to the project site to collect Approval Samples may be required. B. Test samples of support gravels, filter sand, and anthracite media in accordance with each of the verification test procedures described by ANSI/AWWA B100, Granular Filter Media (latest edition). C. For each Approval Sample tested, submit to the Engineer and Contractor a written report presenting the results of the testing. C. “Thief” Sample Testing A. Independent testing laboratory retained by the Contractor shall collect in the field “thief” samples for filter media size verification. B. Collect and test “thief” samples just prior to placing each media type into each filter vessel. Collect each sample only from the bags designated to be placed into a specific filter vessel. C. Sample collection method and minimum number of bags sampled shall be in accordance with AWWA B100, Granular Filter Media (latest edition) (including “thief” samples collected for media). D. A Sieve analysis shall be performed for “thief” sample (being a composite of the material collected from all the bags sampled) in accordance with ASTM C136 as modified and supplemented by AWWA B100 or AWWA B102 (latest editions). D. Water quality testing for bacteriological or chlorine residual determinations will be performed by the City using either the City’s laboratory at the water plant, or the independent testing laboratory retained by the City to provide water quality testing. A. Contractor shall assist with sample collection. B. Bacteriological and chlorine residual testing will be paid for by the City. G. DISINFECTION A. After placement of the anthracite media, but before the filters are placed in service, the entire depth of filter, media and underdrain system in each filter shall be disinfected in accordance with ANSI/AWWA C653 as described in the following procedure: v. 7.2024 57 A. With all other filter valves closed, the filter shall be filled with water from the backwash system while simultaneously adding sufficient disinfectant (chlorine solution or sodium hypochlorite) to the incoming water to maintain a level of 50 mg/l of free chlorine in the filter box. B. The backwash valve shall then be closed and the disinfectant allowed to remain in the filter. The water level shall be maintained to the top of the filter for not less than twenty-four (24) hours. C. Upon completion of disinfection, the filter contents shall be backwashed to waste until acceptable chlorine residual and bacteriological quality as determined by the Engineer are measured, after which the filter shall be filled with pretreated water and put into normal service. The Contractor shall provide representative samplers to the Engineer for testing in the laboratory at the water plant by the Owner. If acceptable bacteriological quality is not obtained, the disinfection of the filter by the Contractor shall be repeated as directed by the Engineer until acceptable quality is obtained. D. If for any reason the pressure filter vessel must be reopened after it has been disinfected and bolted shut, the Contractor shall disinfect the filter when it is again ready to be closed up and returned to service. Reopening and re-disinfecting the filter vessel shall be performed at no additional cost to the City unless, at the sole opinion of the Engineer, the re-disinfection was caused by reasons outside the control of the Contractor. H. DISPOSAL OF MEDIA A. Media that is removed, wasted or spilled from or at the existing water plant and not intended for reuse shall be disposed of by the Contractor in an appropriate manner off-site. END OF SECTION 46 61 13 PRICING SHEET Line Item Description Quantity Unit of Measure Unit Cost Total 1 General condition and mobilization 1 LS 2 Remove & Dispose of Media from Existing Filter Vessel 2,200 FT3 3 Clean, Prepare, and Coat Filter Vessel Interior Surface 4 EA 4 Remove and Replace Filter Vessel Feet 16 EA 5 Repair, Prepare, and Coat Manway Hatches 8 EA v. 7.2024 58 Line Item Description Quantity Unit of Measure Unit Cost Total 6 Furnish and Place Pressure Filter Gravel Media 4 EA 7 Furnish and Place Pressure Filter Sand Media 4 EA 8 Furnish and Place Pressure Filter Anthracite Media 4 EA 9 Replace 2" SS316 Pipe Nipple 1 EA 10 Replace Unistrut Pipe Supports 1 LS 11 Clean, Prepare, and Coat Filter Vessel Exterior Surface 4 EA 12 Return Pressure Vessel to Service 4 EA 13 Preparation of O&M Manual 1 LS 14 Replace Crab-Type Manway Hatch (12" x 16") 1 EA 15 Replace Crab-Type Manway Hatch (18" x 24") 1 EA 16 Replace SS316 Air Lateral 1 EA 17 Replace SS316 underdrain Lateral 1 EA TOTAL CONTINGENCY Calculated at 10% of the subtotal from lines 1-17 above. Line Item Description Quantity Unit of Measure Unit Cost Total 18 CONTINGENCY (10%) 1 LS TOTAL SUBMITTAL REQUIREMENTS v. 7.2024 59 1 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 Select all that apply ☐ 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 2 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 v. 7.2024 60 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 3 E-Verify System Certificattion* 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 v. 7.2024 61 *Response required 4 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 5 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 6 Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... *Response required 7 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 62 Mead & Hunt City of Clearwater Consultant Work Order Page 1 of 8 Revised: 11/28/2022 CONSULTANT SUPPLEMENTAL WORK ORDER 1 Date: 6/23/2025 1. PROJECT INFORMATION: Project Title: RO1 Dual Media Filters Rehab City Project Number: 23-0043-UT City Plan Set Number: 2024019 Consultant Project Number: 4615600-230583.01 2. SCOPE OF SERVICES: This Task Order is in conformance with the Agreement for Professional Services (Agreement), RFQ-34-23 with an effective date of August 1, 2023, between the City of Clearwater (CITY) and Mead & Hunt, Inc. (CONSULTANT) and is referred to herein as the contract. This scope of services is submitted under the project, which involves construction administration and construction observation services for the following: - Removal, disposal, and replacement of existing media in four (4) Dual Media Filters (DMFs) at the RO1 Water Treatment Plant. - Removal and replacement of the filter vessel legs as outlined in the plans and specifications. - Transition from the existing media configuration to the proposed configuration as outlined in the plans and specifications. - Preparation and coating of existing interior and exterior surfaces of the filters as outlined in the plans and specifications. - Examination of all manways, hatches, flanges, and other filter vessel components to determine if they may be repaired and recoated, or if they require replacement as outlined in the plans and specifications. - This project does not include any subsurface work, demolition, or reconstruction; thus survey, geotechnical evaluations, or subsurface utility locates are not required. The construction administration, coordination, and observation will be conducted with the input of the CITY’s operational staff to maintain plant operations throughout the CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 2 of 8 Revised: 11/28/2022 construction of the project. The record drawings shall be compiled using the City of Clearwater CAD standards. IX. CONSTRUCTION CONTRACT ADMINISTRATION SERVICES, ENGINEERING, AND INSPECTION (CEI) PHASE: Task 9.1: Progress Reports & Coordination CONSULTANT’s PM will prepare monthly invoices including work activity reports for the billed period. CONSULTANT’s PM will monitor and manage the project budget, schedule and scope throughout the estimated twenty-six (26) week project duration (construction). The PM will manage the development of all project work and coordination with the Contractor and City. The PM will prepare monthly invoices including monthly work activity reports. The PM will monitor construction observation efforts and review field reports. Task 9.2: Issued for Construction Documents CONSULTANT will develop an Issued for Construction (IFC) Documents submittal package, including Construction Drawings and Technical Specifications with updates made from the bidding RAI process. Task 9.3: Preconstruction Conference CONSULTANT will coordinate and preside over one (1) in-person Pre-Construction meeting with the CITY and the project team to review scope of work, project schedule and administrative issues. Following the meeting, CONSULTANT will prepare a written summary of the project meeting and distribute to the attendees. Task 9.4: Progress Meetings CONSULTANT will coordinate and preside over up to thirteen (13) bi-weekly virtual construction progress meetings with the Contractor, the CITY, and the project team to review the construction schedule and address administrative issues. Following the meeting, CONSULTANT will prepare a written summary of the project meeting and distribute to the attendees. Task 9.5: Construction Submittals CONSULTANT will review and respond to up to ten (10) contractor construction submittals and resubmittals regarding the materials and procedures proposed for construction of the project for compliance with the design. CONSULTANT will maintain a detailed log of submittals and actions. Task 9.6: Contractors RFI’s CONSULTANT will review up to six (6) contractor RFI’s related to clarification of the design intent and provide response to CEI team for response CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 3 of 8 Revised: 11/28/2022 back to contractor per the construction contract requirements. CONSULTANT will maintain a detailed RFI log and actions/responses. Task 9.7: Field / Change Orders CONSULTANT will review and coordinate with the CITY up to three (3) field / change orders throughout construction of the project. Field / change orders may be for proposed alternatives or for additional work requested by the CITY. CONSULTANT will maintain a detailed field / change order log with details. Task 9.8: Pay Applications CONSULTANT will review up to six (6) contractor Pay Applications for work completed and accepted per the contract requirements. CONSULTANT will sign approved pay applications and return to the Contractor for submittal to the CITY for processing and payment. Task 9.9: Site Visits CONSULTANT’s Engineer of Record will conduct up to six (6) site visits to inspect and review work completed for conformance to the contract requirements. CONSULTANT will complete a site visit report and submit to the CITY. X. CONSTRUCTION OBSERVATION: Task 10.1: Resident Project Representative CONSULTANT will provide resident project representative (RPR) services for construction observation and documentation for the estimated twenty-six (26) weeks of construction activity. The needed construction observation efforts are estimated to be eight (8) hours per week. The RPR shall serve as the City’s Project Manager's liaison with the Contractor to assist the Contractor in interpretation of the Contract Documents. The RPR shall report any work which is unsatisfactory, faulty, does not conform to the contract documents, or is known to be defective to the City’s Project Manager. The RPR will observe the construction activities, review conformance with contract documents, observe quality assurance testing, maintain a detailed log including red-line construction drawings, and field verify work quantities. These efforts will be documented in electronic reports of construction using CONSULTANT format and will include construction photographs. These daily logs shall be submitted to CITY on a weekly basis. Quality control will be completed by an Inspection Supervisor / Project Manager in the form of field visits and work product review (effort outlined in Task 1.9). Field reports will be submitted to the CITY. CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 4 of 8 Revised: 11/28/2022 XI. PROJECT CLOSEOUT: Task 11.1: Substantial & Final Completion CONSULTANT will determine substantial completion and attend substantial and final walkthroughs. RPR will document the list of outstanding items at both substantial and final walkthroughs and verify completion of outstanding items before final closeout. Task 11.2: Final As-Built Review & Record Drawings CONSULTANT will review contractor final as-builts for compliance with the contract documents. CONSULTANT will prepare final record drawings per the CITY standards utilizing contractor as-builts and inspector sketches, photographs, and other documentation. Record drawings to be provided electronically to the CITY. 3. PROJECT GOALS: The deliverables that will result from this project include inspection reports and logs for submittals, RFIs, and field/change orders. The final record drawings will be delivered in electronic format. Meetings and site visits, as outlined in Section 2, will be coordinated to ensure project progress throughout the construction phase of the project. 4. FEES: Refer to fee table that depicts the total cost per task and/or phase for these engineering services – see Attachment “A.” This price includes all labor and expenses anticipated to be incurred by CONSULTANT for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate, for a fee not to exceed Seventy-Three Thousand Two Hundred ninety-three Dollars ($73,293). ENGINEER shall provide a minimum of forty-eight (48) hours’ notice prior to conducting fieldwork/site visits. ENGINEER shall provide a minimum of seven (7) days notification for site visits requiring the assistance of City Operations and Maintenance personnel. 5. SCHEDULE: Upon issuance of the Notice to Proceed, CONSULTANT will schedule a construction kickoff meeting with the Contractor, the CITY project manager, and operations staff. The project is to be completed in 180 days from issuance of notice-to-proceed. The project deliverables are to be phased as follows: Construction Services: 180 calendar days CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 5 of 8 Revised: 11/28/2022 6. STAFF ASSIGNMENT: CONSULTANT’s primary project manager and technical expert for this project will be Russell Ferlita. Additional assistance and expertise will include site construction observation supervisor (Jim Reynolds), and additional assistance from a junior engineer. The City’s project manager and primary point of contact will be Rama Pandkar. Staff Assignment (Mead & Hunt): Russell Ferlita, Ph.D., P.E. Engineer of Record, Project Manager Shaleena Manzanero Assistant Project Manager Jim Reynolds Resident Project Representative (RPR) Staff Assignment (City of Clearwater): Richard Gardner, PE Public Utilities Director Michael Flanigan Public Utilities Assistant Director Kaylynn Price Utilities Engineering Manager Frederick Hemerick Public Utilities Water Production Manager Patricio (PJ) Tovar Jr. Public Utilities Water Production Assistant Manager Bryant Blair RO1 Chief Water Treatment Plant Operator Daniel Trueblood Public Utilities Infrastructure Maintenance Manager Wayne LaFleur Public Utilities Infrastructure Maintenance Assistant Manager Rama Pandkar, PE Project Manager 7. CORRESPONDENCE/REPORTING PROCEDURES: CONSULTANT’s project correspondence shall be directed to: Russell Ferlita, Ph.D., P.E. with copies to Shaleena Manzanero. All CITY project correspondence shall be directed to: Rama Pandkar, P.E. (City Project Manager) with copies to the Public Utilities Director, Assistant Director, Engineering Manager and Water Production Manager. CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 6 of 8 Revised: 11/28/2022 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: _3277327-530100-M1908__ For work performed, invoices shall be submitted monthly to: CITY OF CLEARWATER, PUBLIC UTILITIES DEPARTMENT ATTENTION: PU ENGINEERING 1650 N. ARCTURAS AVE BUILDING C CLEARWATER, FLORIDA 33765-1945 Email Invoices: PUEngineering@myclearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 7 of 8 Revised: 11/28/2022 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: The designed media replacement and construction sequence must take into consideration maintaining plant operations. All designed sequences will be done with the input of plant staff to ensure the plant can operate throughout the entire duration of construction. CONSULTANT WORK ORDER 1 RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order Page 8 of 8 Revised: 11/28/2022 13.SIGNATURES: PREPARED BY: APPROVED BY: Russ Ferlita, PhD, P.E. Richard Gardner, P.E. Water Practice Leader Public Utilities Director Mead & Hunt, Inc. City of Clearwater June 23, 2025 Date Date APPROVED BY: Justin Kise, P.E., DBIA Business Unit Leader Mead & Hunt, Inc. June 23, 2025 Date APPROVED BY: Kris Samples, P.E., DBIA National Water Market Leader, VP Mead & Hunt, Inc. June 23, 2025 Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022 CONSULTANT SUPPLEMENTAL WORK ORDER 1 PROJECT FEES TABLE Tasks Description Subconsultant Services Labor Total 9.0 Construction Contract Admin. Svcs., Eng. & Inspection (CEI) Phase (if applicable) 1.1 Progress Reports & Coordination $1,824 $1,824 1.2 Issued for Construction Documents $2,892 $2,892 1.3 Preconstruction Conference $963 $963 1.4 Progress Meetings $4,173 $4,173 1.5 Construction Submittals $3,210 $3,210 1.6 Contractors RFI’s $2,889 $2,889 1.7 Field / Change Orders $963 $963 1.8 Pay Applications $963 $963 1.9 Site Visits $5,778 $5,778 Construction Administration Services Total: $23,655 10.0 Construction Observation 2.1 Resident Project Representative $35,152 $35,152 Construction Observation Total: $35,152 11.0 Project Closeout 3.1 Substantial & Final Completion $2,940 $2,940 3.2 Final As-Built Review & Record Drawings $2,610 $2,610 Project Closeout Total: $5,550 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $64,357 12.0 Other Direct Costs (prints, photocopies, postage, mileage, etc.) $2,500 13.0 OWNER’S Contingency (10%) $6,436 GRAND TOTAL: $73,293 ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES RO1 Dual Media Filters Rehab Mead & Hunt 23-0043-UT City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise and in reduced 11” x 17” reproductions. Upon completion the consultant shall deliver all drawing files in digital format (pdf) with all project data in Autodesk Plant 3D file format (dwg file). NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Pawel Dembinski, at (727) 444-8218 or email address pawel.dembinski@myclearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Mead & Hunt | 4401 Eastport Parkway, Port Orange, FL, 32127 | 386-761-6810 | meadhunt.com July 28, 2025 Richard Gardner, PE, CPM Email: Richard.gardner@myclearwater.com Public Utilities Director City of Clearwater 600 Cleveland St. Clearwater, FL 33755 RE: RO1 Dual Media Filters Rehab – Letter of Recommendation of Award Dear Mr. Gardner, The City received two (2) bids on the above referenced project on July 24, 2025. Razorback LLC of Tarpon Springs, Florida was the lowest responsive, responsible bidder with a bid totaling $958,300 with a 10% Owner’s Contingency of $95,830, for a total bid of $1,054,130 (bid tabulation attached). Razorback has submitted all the required documentation in their bid. We have checked the provided references, and they have all given positive responses that Razorback LLC is capable of performing the work to bring this project to completion. We have verified that their General Contractor’s license is in good standing with no active complaints. We have worked with Razorback LLC on projects of a similar nature in the past. Therefore, we recommend that the City award this project, in its entirety, to Razorback LLC in the total amount of $1,054,130. Do not hesitate to contact the office if you have questions. Thank you. Sincerely, Russell Ferlita, PhD, PE Water Practice Leader RF:bf Attachment: Bid Tabulation Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total X 1 General condition and mobilization 1 LS $100,000.00 $100,000.00 $89,000.00 $89,000.00 X 2 Remove & Dispose of Media from Existing Filter Vessel 2200 FT3 $147.00 $323,400.00 $48.00 $105,600.00 X 3 Clean, Prepare, and Coat Filter Vessel Interior 4 EA $105,000.00 $420,000.00 $37,000.00 $148,000.00 X 4 Remove and Replace Filter Vessel Feet 16 EA $11,400.00 $182,400.00 $4,000.00 $64,000.00 X 5 Repair, Prepare, and Coat Manway Hatches 8 EA $7,430.00 $59,440.00 $3,000.00 $24,000.00 X 6 Furnish and Place Pressure Filter Gravel Media 4 EA $53,400.00 $213,600.00 $48,000.00 $192,000.00 X 7 Furnish and Place Pressure Filter Sand Media 4 EA $53,400.00 $213,600.00 $13,000.00 $52,000.00 X 8 Furnish and Place Pressure Filter Anthracite Media 4 EA $53,400.00 $213,600.00 $31,000.00 $124,000.00X9Replace 2" SS316 Pipe Nipple 1 EA $11,490.00 $11,490.00 $1,700.00 $1,700.00X10Replace Unistrut Pipe Supports 1 LS $59,700.00 $59,700.00 $9,000.00 $9,000.00 X 11 Clean, Prepare, and Coat Filter Vessel Exterior 4 EA $22,100.00 $88,400.00 $12,000.00 $48,000.00 X 12 Return Pressure Vessel to Service 4 EA $3,000.00 $12,000.00 $5,000.00 $20,000.00 X 13 Preparation of O&M Manual 1 LS $8,200.00 $8,200.00 $5,000.00 $5,000.00 X 14 Replace Crab-Type Manway Hatch (12" x 16")1 EA $25,500.00 $25,500.00 $9,000.00 $9,000.00 X 15 Replace Crab-Type Manway Hatch (18" x 24")1 EA $27,960.00 $27,960.00 $17,000.00 $17,000.00 X 16 Replace SS316 Air Lateral 1 EA $10,000.00 $10,000.00 $12,000.00 $12,000.00 X 17 Replace SS316 underdrain Lateral 1 EA $10,000.00 $10,000.00 $38,000.00 $38,000.00Total$1,979,290.00 $958,300.00 Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total X 18 CONTINGENCY (10%)1 LS $197,929.00 $197,929.00 $95,830.00 $95,830.00 Total $197,929.00 $95,830.00 GRAND TOTAL GRAND TOTAL$2,177,219.00 $1,054,130.00 C&T Contracting Services, LLC Razorback LLC CONTINGENCY C&T Contracting Services, LLC Razorback LLC Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0831 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 14.4 SUBJECT/RECOMMENDATION: Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $32,000,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) SUMMARY: The City has initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout its wastewater collection system (WWCS). The goal is to maintain the integrity of the sanitary sewer system and minimize inflow and infiltration of groundwater and stormwater. There are six groups of different types of work included in this program: Group A through Group F. Per Invitation to Bid 22-0006-UT, bids were reviewed by City staff based on unit prices and are awarded to the lowest responsible bids received in accordance with plans and specifications. The initial term of this contract was approved by Council on September 15, 2022. The second term of this contract was approved by Council on September 21, 2023. The third term of this contract was approved by Council on September 17, 2024. This authorization is for the fourth and final renewal option available under this ITB. Inliner Solutions, LLC will be continuing the contract to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipelining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $6,000,000.00 per one-year term. Inliner Solutions, LLC will also be continuing the contract to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $4,000,000.00 per one-year term. Rowland, Inc. will be continuing the contract to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $11,500,000.00 per one-year term. Rowland, Inc. will also be continuing the contract to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $4,000,000.00 per one-year term. Engineered Spray Solutions will be continuing the contract to perform Group E - Manhole Surfacing Services, not to exceed $6,000,000.00 per one-year term. USSI, LLC will be continuing the contract to perform Group F - Smoke and Dye Testing, not to exceed $500,000.00 per one-year term. Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0831 The City and its WWCS Program Consultant will direct the above contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the WWCS Master Plan, and ongoing inflow and infiltration investigations. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or city water reclamation facilities. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96665 $ 6,000,000 3217321-546900-96665 $ 4,000,000 3277327-546900-96665 $10,000,000 3277327-546900-96664 $500,000 3217321-546900-96212 $ 1,000,000 3217321-546900-96665 $ 4,000,000 3217321-546900-96665 $ 6,000,000 3217321-546900-96665 $ 500,000 A first quarter (FY2025/26) budget amendment will provide a transfer of $19,300,000 from Water and Sewer Fund reserves to Public Utilities projects listed below to provide remaining funding needed for these contracts. $5,100,000 transferred to 3277327-96665, Sanitary Sewer R&R (Utility R&R Revenue) $14,200,000 transferred 3217321-96665, Sanitary Sewer R&R (Sewer Revenue) The Public Utilities Department and associated capital projects are funded by revenues from the Water and Sewer Utility Enterprise Fund. USE OF RESERVE FUNDS: Additional funding needed for these purchase orders will be provided by a first quarter budget amendment allocating Water and Sewer Fund reserves in the amount of $19,300,000 transferred to capital projects. The remaining balance of unrestricted Water and Sewer Fund reserves after 50% working capital reserve is approximately $134 million, all of which is allocated to capital projects. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, award of a Construction Contract is requested. The project also aligns with the City’s Strategic goals of Environmental Stewardship. Page 2 City of Clearwater Printed on 9/11/2025 2023 Sewer Point Repairs and Improvements City Project #22-0006-UT Council Item No. X Presented by Richard Gardner, P.E. September 2025 General Overview •Sewer Point Repairs & Improvements Contracts Sections (As-Needed) •Group A – Sanitary Sewer Trenchless Reconstruction •Group B – Sewer Cleaning and Televising Inspections •Group C – Emergency/Non-Emergency Wastewater Point Repair •Group D – Sanitary Cleanouts and Laterals •Group E – Manhole Surfacing •Group F – Smoke and Dye Testing •Managed by EOR Hazen & Sawyer under the 19-0011-UT WWCS Program Group A – Sanitary Sewer Trenchless Reconstruction •Kapok Park Example: •Emergency Point Repair •14 feet of 36” pipe = $13,962.53 per ft •CIPP Lining of the Same Pipe Segment •114 feet of 36” pipe = $1,420.92 per ft Group A – Sanitary Sewer Trenchless Reconstruction •Year 3 Budget: $3,000,000 •Utilized: $3,000,000 (est.) •27,043 feet of CIPP liner installed •Lining costs 20%-25% of full replacement •9.6 million gallons I&I reduction in Year 3* •Year 4 Recommendation: $6,000,000 *As of July 2025 most recent PayApps Group B – Sewer Cleaning & Televising Inspections •Year 3 Budget: $2,000,000 •Utilized: $2,000,000 (est.) •83,800 feet of sanitary sewer inspected •Year 4 Recommendation: $4,000,000 Group C – Emergency/Non-Emergency Repairs & Improvements •Year 3 Budget: $11,000,000 •Utilized: $7,400,000 (est.) •118 point repairs completed or in progress •Year 4 Recommendation: $11,500,000 Group D – Cleanouts & Sewer Laterals •More cost efficient than full replacement •Typical Lateral Replacement: $20,000 - $40,000 each •Typical Lateral Lining: $1,100 – $13,000 each •Greater potential inflow (I&I) reduction per dollar •23.3 gallons per dollar for lining •5.4-10.8 gallons per dollar for replacement •Estimated annual volume saved per lateral: 23,000 gallons Group D – Cleanouts & Sewer Laterals •Year 3 Budget: $2,000,000 •Utilized: $2,000,000 (est.) •385 laterals lined •8.7 million gallons I&I reduction in Year 3* •Year 4 Recommendation: $4,000,000 *As of July 2025 most recent PayApps Group E – Manhole Resurfacing Before Rehab After Rehab Before Rehab After Rehab Group E – Manhole Resurfacing •Year 3 Budget: $3,000,000 •Utilized: $3,000,000 (est.) •494 manholes coated •2,570 total vertical feet of polyurethane coating applied •486 frame/corbel connections resealed •954 gal of injection grouting installed to prevent I&I •15.1 million gallons I&I reduction in Year 3* •Year 4 Recommendation: $6,000,000 *As of July 2025 most recent PayApps Group F – Smoke & Dye Testing Dye Testing Smoke Testing Group F – Smoke & Dye Testing •Year 3 Budget: $500,000 •Utilized: $275,000 •572,000 feet of pipe smoke tested •523 defects found and corrected •Including replacement of 124 missing cleanout caps which reduced 1.5 million gallons of I&I •Year 3 Recommendation: $500,000 Summary By Year Sec?on Year 1 Year 2 Year 3*Total to Date Qty Qty Qty Qty Percent of System A (CIPP) 53,300 ? 24,125 ? 27,043 ft 104,468 5 B (CCTV) 78,000 ? 72,457 ? 83,902 ft 234,359 11 C (Repairs) 130 repairs 74 repairs 118 repairs 322 repairs N/A D (Laterals) 18 183 385 586 7.1 E (MH Spray Coa?ng) 245 MHs 452 MHs 494 MHs 1,191 14 F (Smoke & Dye Tes?ng) 71 miles 231 miles 108 miles 420 **100 * As of July 2025 most recent pay applications ** Includes follow-up testing I&I Reduction By Year Section Year 1 Year 2 Year 3*Total to Date Gallons Gallons Gallons Gallons A (CIPP)60,900,000 27,600,000 9,600,000 98,100,000 D (Laterals)900,000 9,300,000 8,700,000 18,900,000 E (MH Spray Coating)31,000,000 57,100,000 15,100,000 103,200,000 *As of July 2025 most recent PayApps Summary WWCS On-Call Contractors •Total for 6 Contracts: $32,000,000* •Covers emergency and preventive maintenance •Final renewal; To be rebid next year •Each year approved by Council •Capital projects still require City Council approval *Total annual not to exceed. Unused funds revert to Public Utilities Summary Benefits to Clearwater of WWCS Program •Reduces expensive emergency work •Reduces I&I by fixing cracks, roots, and other defects •Reduces overflow risks by removing causes of backups •Identifies system and funding priorities •Allows in-house crews to focus on customer service and regulatory requirements •Protects public health and safety SECTION V Page i Updated: 5/4/2020  SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1  CONTRACT ................................................................................................................................................ 4  CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8  PROPOSAL/BID BOND ............................................................................................................................ 9  AFFIDAVIT .............................................................................................................................................. 10  NON-COLLUSION AFFIDAVIT ........................................................................................................... 11  PROPOSAL ............................................................................................................................................... 12  CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14  BIDDER’S PROPOSAL ........................................................................................................................... 15  SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 18  SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 19  SECTION V – Contract Documents  SECTION V Page 1 of 19 Updated: 5/4/2020  Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Engineered Spray Solutions, LLC. 1306 Banana Rd. Lakeland, FL 33810 (863) 577-4821 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section E – Manhole Surfacing Polyurethane PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________ , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents  SECTION V Page 2 of 19 Updated: 5/4/2020  2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents  SECTION V Page 3 of 19 Updated: 5/4/2020  Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Engineered Spray Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) NOT APPLICABLE (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents  SECTION V Page 4 of 19 Updated: 5/4/2020  CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Engineered Spray Solutions, LLC, of the City of Lakeland County of Polk and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section E) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $2,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents  SECTION V Page 5 of 19 Updated: 5/4/2020  CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents  SECTION V Page 6 of 19 Updated: 5/4/2020  CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents  SECTION V Page 8 of 19 Updated: 5/4/2020  CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Engineered Spray Solutions, LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: NOT APPLICABLE ,SURETY, on bond of Engineered Spray Solutions, LLC 1306 Banana Rd.. Lakeland, FL 33810 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ NOT APPLICABLE (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project.   SECTION V – Contract Documents  SECTION V  Page 9 of 19  Updated: 5/4/2020  PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ NOT APPLICABLE Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit.   SECTION V – Contract Documents  SECTION V  Page 12 of 19  Updated: 5/4/2020  PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein.   SECTION V – Contract Documents  SECTION V  Page 15 of 19  Updated: 5/4/2020  BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) CONTRACTOR: ENGINEERED SPRAY SOLUTIONS, LLC. BIDDER'S TOTAL Section A: $________________ (Numbers) BIDDER'S TOTAL Section A: __________________ (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: __________________ (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S TOTAL Section E: Two million dollars and zero cents (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section E: Two million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. DBE NO Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ 10 Rear easement access EA 30 400.00$ 12,000.00$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 6,020,900.00$ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 General E Manhole Surfacing – Polyurethane Coating Product: Spraywall 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION E = SECTION V Page i Updated: 5/4/2020  SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1  CONTRACT ................................................................................................................................................ 4  CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8  PROPOSAL/BID BOND ............................................................................................................................ 9  AFFIDAVIT .............................................................................................................................................. 10  NON-COLLUSION AFFIDAVIT ........................................................................................................... 11  PROPOSAL ............................................................................................................................................... 12  CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14  BIDDER’S PROPOSAL ........................................................................................................................... 15  SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 18  SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 19  SECTION V – Contract Documents  SECTION V Page 1 of 19 Updated: 5/4/2020  Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Engineered Spray Solutions, LLC. 1306 Banana Rd. Lakeland, FL 33810 (863) 577-4821 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section E – Manhole Surfacing Polyurethane PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________ , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents  SECTION V Page 2 of 19 Updated: 5/4/2020  2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents  SECTION V Page 3 of 19 Updated: 5/4/2020  Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Engineered Spray Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) NOT APPLICABLE (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents  SECTION V Page 4 of 19 Updated: 5/4/2020  CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Engineered Spray Solutions, LLC, of the City of Lakeland County of Polk and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section E) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $2,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents  SECTION V Page 5 of 19 Updated: 5/4/2020  CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents  SECTION V Page 6 of 19 Updated: 5/4/2020  CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents  SECTION V Page 8 of 19 Updated: 5/4/2020  CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Engineered Spray Solutions, LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: NOT APPLICABLE ,SURETY, on bond of Engineered Spray Solutions, LLC 1306 Banana Rd.. Lakeland, FL 33810 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ NOT APPLICABLE (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project.   SECTION V – Contract Documents  SECTION V  Page 9 of 19  Updated: 5/4/2020  PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ NOT APPLICABLE Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit.   SECTION V – Contract Documents  SECTION V  Page 12 of 19  Updated: 5/4/2020  PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein.   SECTION V – Contract Documents  SECTION V  Page 15 of 19  Updated: 5/4/2020  BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) CONTRACTOR: ENGINEERED SPRAY SOLUTIONS, LLC. BIDDER'S TOTAL Section A: $________________ (Numbers) BIDDER'S TOTAL Section A: __________________ (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: __________________ (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S TOTAL Section E: Two million dollars and zero cents (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section E: Two million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. DBE NO Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ 10 Rear easement access EA 30 400.00$ 12,000.00$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 6,020,900.00$ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 General E Manhole Surfacing – Polyurethane Coating Product: Spraywall 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION E = '%( <1 ,WHP 1R 'HVFULSWLRQ 8QLWV 4XDQWLW\ 8QLW 3ULFH 7RWDO3ULFH 0RELOL]DWLRQ'HPRELOL]DWLRQLQFOXGLQJ7UDIILF&RQWURO/6:2  KƌŝŐŝŶĂůĚŝĚŶΖƚĐĂůĐƵůĂƚĞŝŶƚŽƚĂů;ƐĞĞϵϭĨͿ 7UHQFKOHVV3LSH5HFRQVWUXFWLRQ6\VWHP±&,33 D ´'LD6DQLWDU\6HZHU0DLQVPP /)  E ´'LD6DQLWDU\6HZHU0DLQVPP /)  F ´'LD6DQLWDU\6HZHU0DLQVPP /)  G ´'LD6DQLWDU\6HZHU0DLQVPP /)  H ´'LD6DQLWDU\6HZHU0DLQVPP /)  I ´'LD6DQLWDU\6HZHU0DLQVPP /)  J ´'LD6DQLWDU\6HZHU0DLQVPP /)  K ´'LD6DQLWDU\6HZHU0DLQVPP /)  L ´'LD6DQLWDU\6HZHU0DLQVPP /)  M 'LD6DQLWDU\6HZHU0DLQVPP /)  &,336HFWLRQDO5HSDLU ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´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¶¶ ($  E ¶¶ ($  F ¶¶ ($  ´'LD6DQLWDU\6HZHU0DLQV D ¶¶ ($  E ¶¶ ($  F ¶¶ ($  $QFLOODU\6HUYLFHV (DVHPHQW$FFHVVDGGLWLRQDO D ”´'LDPHWHU /)  E !´'LDPHWHU /)  6HUYLFH/HDN6HDOLQJZLWK3UHVVXUH*URXWLQJ ($  2SHQ&XW6HUYLFH5HFRQQHFWLRQ ($  +HDY\&OHDQLQJ 3DVVHVRIWKH&OHDQLQJ+HDG D ´´'LDPHWHU /)  E ´´'LDPHWHU /)  F ´´'LDPHWHU /)  5RRW5HPRYDO D ´´'LDPHWHU /)  E ´´'LDPHWHU /)  F ´´'LDPHWHU /)  7XEHUFXODWLRQ&OHDQLQJ D ´´'LDPHWHU /)  E ´´'LDPHWHU /)  F ´´'LDPHWHU /)  %\SDVV3XPSVHWXSZLWK3LSLQJ D ´´'LDPHWHU ($  E ´´'LDPHWHU ($  F ´'LDPHWHU ($  ϮϬ 0LVFHOODQHRXV,WHPV  0LVFHOODQHRXV0DUNXS PD[LPXPDOORZHG  2ULJLQDODPRXQWEXWGLGQRW LQFOXGHIXOOQRUGLGLWFDOFXODWHLQWKH IURPOLQHK 727$/6(&7,21$ 2ULJLQDOWRWDOFDOFXODWHGDW FRQWLQJHQF\DQGDOVRGLGQRWLQFOXGH PRELOL]DWLRQIHHRI *HQHUDO ,WHP 1R 'HVFULSWLRQ 8QLWV 4XDQWLW\ 8QLW 3ULFH 7RWDO3ULFH D 0RELOL]DWLRQ'HPRELOL]DWLRQLQFOXGLQJ7UDIILF/6:2   6HZHU/LQH&OHDQLQJ D +HDY\&OHDQLQJIURP5LJKWRI:D\´´'LDPHWHU /)  E +HDY\&OHDQLQJIURP5LJKWRI:D\´´'LDPHWHU /)    F +HDY\&OHDQLQJIURP5LJKWRI:D\´´'LDPHWHU /)    G +HDY\&OHDQLQJIURP5LJKWRI:D\´´'LDPHWHU /)    D 5RRW5HPRYDO´´'LDPHWHU /)  E 5RRW5HPRYDO´´'LDPHWHU /)  F 5RRW5HPRYDO´´'LDPHWHU /)  G 5RRW5HPRYDO´´'LDPHWHU /)  D +HDY\&OHDQLQJIURP6LGHDQGRU5HDU(DVHPHQWV´´ 'LDPHWHU /)    E +HDY\&OHDQLQJIURP6LGHDQGRU5HDU(DVHPHQWV´´ 'LDPHWHU /)    F +HDY\&OHDQLQJIURP6LGHDQGRU5HDU(DVHPHQWV´´ 'LDPHWHU /)    G +HDY\&OHDQLQJIURP6LGHDQGRU5HDU(DVHPHQWV´´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´´'LDPHWHU /)  E 7XEHUFXODWLRQ&OHDQLQJ´´'LDPHWHU /)  F 7XEHUFXODWLRQ&OHDQLQJ´´'LDPHWHU /)  G 7XEHUFXODWLRQ&OHDQLQJ´´'LDPHWHU /)  0DQKROH&OHDQ-HWYDF ($  &&79SLSHDQGPDQKROHLQVSHFWLRQZLWK3$&3&8(6*UDQLWH;3FRPSDWLELOLW\ 0RELOL]DWLRQ'HPRELOL]DWLRQLQFOXGLQJ7UDIILF/6:2    D &&79SLSHLQVSHFWLRQLQFOXGHVOLJKWFOHDQLQJ´´ 'LDPHWHU /)    E &&79SLSHLQVSHFWLRQLQFOXGHVOLJKWFOHDQLQJ´´ 'LDPHWHU /)    F &&79SLSHLQVSHFWLRQLQFOXGHVOLJKWFOHDQLQJ´´ 'LDPHWHU /)    G &&79SLSHLQVSHFWLRQLQFOXGHVOLJKWFOHDQLQJ´´ 'LDPHWHU /)    0DQKROH,QVSHFWLRQ ($  6PRNH7HVWLQJ /)  '\H7HVWLQJ /)  ϭϮ 0LVFHOODQHRXV,WHPV  0LVFHOODQHRXV0DUNXS PD[LPXPDOORZHG   2ULJLQDODPRXQWEXWGLGQRW LQFOXGHIXOO 727$/6(&7,21% 2ULJLQDOWRWDOFDOFXODWHGDW FRQWLQJHQF\ SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 (407) 472-0014 Everest Reinsurance Company 100 Everest Way, Warren NJ 07059 +1 (908) 604-3000 City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Inliner Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions, LLC, of the City of Sanford County of Seminole and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section A: $10,000,000.00 Section B: $ 3,000,000.00 for a total of $13,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i)A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j)A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Inliner Solutions, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 18 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) CONTRACTOR: Inliner Solutions, LLC. BIDDER'S TOTAL Section A: $10,000.00 (Numbers) BIDDER'S TOTAL Section A: Ten Million dollars and zero cents (Words) BIDDER'S TOTAL Section B: $3,000,000.00 (Numbers) BIDDER'S TOTAL Section B: Three million dollars and zero cents (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections A & B: $13,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections A & B: Thirteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 3,000.00$ 60,000.00$ Original didn't calculate in total (see 91f) Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 41.00$ 20,500.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 39.00$ 780,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 46.00$ 230,000.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 53.00$ 53,000.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 65.00$ 6,500.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 73.00$ 146,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 85.00$ 8,500.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 109.00$ 327,000.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 175.00$ 26,250.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 356.00$ 17,800.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’ EA 5 3,850.00$ 19,250.00$ 3b 10.1’-20’ EA 2 3,957.00$ 7,914.00$ 3c 20.1’-30’ EA 2 4,044.00$ 8,088.00$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’ EA 5 3,843.00$ 19,215.00$ 4b 10.1’-20’ EA 2 4,316.00$ 8,632.00$ 4c 20.1’-30’ EA 2 4,350.00$ 8,700.00$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’ EA 5 4,205.00$ 21,025.00$ 5b 10.1’-20’ EA 2 4,510.00$ 9,020.00$ 5c 20.1’-30’ EA 2 4,747.00$ 9,494.00$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’ EA 5 4,216.00$ 21,080.00$ 6b 10.1’-20’ EA 2 4,622.00$ 9,244.00$ 6c 20.1’-30’ EA 2 4,894.00$ 9,788.00$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’ EA 5 4,455.00$ 22,275.00$ 7b 10.1’-20’ EA 2 4,965.00$ 9,930.00$ 7c 20.1’-30’ EA 2 5,343.00$ 10,686.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’ EA 3 5,259.00$ 15,777.00$ 8b 10.1’-20’ EA 1 6,004.00$ 6,004.00$ 8c 20.1’-30’ EA 1 6,452.00$ 6,452.00$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’ EA 3 5,662.00$ 16,986.00$ 9b 10.1’-20’ EA 1 6,597.00$ 6,597.00$ 9c 20.1’-30’ EA 1 7,235.00$ 7,235.00$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’ EA 3 5,887.00$ 17,661.00$ 10b 10.1’-20’ EA 1 6,909.00$ 6,909.00$ 10c 20.1’-30’ EA 1 7,635.00$ 7,635.00$ 11 30” Dia. Sanitary Sewer Mains General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the t t Th Cit f Cl t (Cit ) i t bli t d t h i i Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Group A: Sanitary Sewer Trenchless Reconstruction 11a 0’-10’ EA 3 7,967.00$ 23,901.00$ 11b 10.1’-20’ EA 1 9,410.00$ 9,410.00$ 11c 20.1’-30’ EA 1 10,556.00$ 10,556.00$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’ EA 3 8,820.00$ 26,460.00$ 12b 10.1’-20’ EA 1 11,787.00$ 11,787.00$ 12c 20.1’-30’ EA 1 13,350.00$ 13,350.00$ Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 5.00$ 1,250.00$ 13b > 15” Diameter LF 500 5.00$ 2,500.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 430.00$ 21,500.00$ 15 Open Cut Service Reconnection EA 250 89.00$ 22,250.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 5.00$ 12,500.00$ 16b 12”-15” Diameter LF 1,500 6.00$ 9,000.00$ 16c 16”-24” Diameter LF 5,000 9.00$ 45,000.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 3.00$ 300.00$ 17b 12”-15” Diameter LF 50 4.00$ 200.00$ 17c 16”-24” Diameter LF 25 7.00$ 175.00$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 12.00$ 3,000.00$ 18b 12”-15” Diameter LF 250 12.00$ 3,000.00$ 18c 16”-24” Diameter LF 750 14.00$ 10,500.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 4.00$ 300.00$ 19b 15”-18” Diameter EA 25 13.00$ 325.00$ 19c 24” Diameter EA 10 65.00$ 650.00$ 20 Miscellaneous Items -$ -$ 21 Miscellaneous Markup (10% maximum allowed) 0.075 Original amount $159,679.58 but did not include full 10% nor did it calculate in the $60,000.00 from line 14h TOTAL SECTION A = 2,189,061.00$ Original total $2,288,740.58 calculated at 7.5% contingency and also did not include mobilization fee of $60,000.00 General Item No. Description Units Quantity Unit Price Total Price 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 5.25$ 787,500.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 3.00$ 600.00$ 3b Root Removal - 12”-15” Diameter LF 25 7.00$ 175.00$ 3c Root Removal - 16”-24” Diameter LF 25 13.00$ 325.00$ 3d Root Removal - 30”-36” Diameter LF 10 27.00$ 270.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 5.00$ 750,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract Unit costs for all 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 6.00$ 1,200.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 8.00$ 1,600.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 11.00$ 2,200.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 22.00$ 4,400.00$ 6 Manhole Clean/Jet-vac EA 5,000 170.00$ 850,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 4,000.00$ 20,000.00$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 2.63$ 1,972,500.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 3.00$ 150,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 4.50$ 112,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 7.00$ 350,000.00$ 9 Manhole Inspection EA 100 130.00$ 13,000.00$ 10 Smoke Testing LF 10,000 1.00$ 10,000.00$ 11 Dye Testing LF 5,000 1.00$ 5,000.00$ 12 Miscellaneous Items 13 Miscellaneous Markup (10% maximum allowed) 0.075 -$ Original amount $650,345.25 but did not include full 10% TOTAL SECTION B = 8,671,270.00$ Original total $9,321,615.25 calculated at 7.5% contingency *HQHUDO ,WHP 1R 'HVFULSWLRQ 8QLWV 4XDQWLW\ 8QLW 3ULFH 7RWDO3ULFH  (PHUJHQF\0RELOL]DWLRQ'HPRELOL]DWLRQ *HQHUDO &RQGLWLRQV PD[ ($     1RQ(PHUJHQF\0RELOL]DWLRQ'HPRELOL]DWLRQ *HQHUDO &RQGLWLRQV PD[ ($    %\SDVVSXPSVHWXSGHPRE PDLQWHQDQFH D ´´'LDPHWHU '$<  E ´´'LDPHWHU '$<  F ´'LDPHWHU :.  G ´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´7UDVK3XPS +285   R ´'RXEOH'LDSKUDJP3XPS +285   S $LU&RPSUHVVRU &)0PLQ +285   T ´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¶VVWDQGDUGPDQKROHULQJ ($  M &LW\¶VVWDQGDUGPDQKROHFRYHU ($  N $EDWHPHQW,QVHUWV GLVKSDQ ($  O )XUQLVKDQGLQVWDOO&OHDQRXW ($  P )XUQLVKDQGLQVWDOO7ZRZD\&OHDQRXWV ($  Q %HQFKLQYHUW5HSDLU5HSODFHPHQW ($  R ,QMHFWLRQJURXWLQJDVUHTXLUHGWRVWRSLQILOWUDWLRQDQGLQIORZ *$/    S 0DQKROHFOHDQMHWYDF ($  T 5HPRYHH[LVWLQJOLQHUIRU¶GLDPHWHUPDQKROH 9)  U 5HPRYHH[LVWLQJOLQHUIRU¶GLDPHWHUPDQKROH 9)  V 5HPRYHH[LVWLQJOLQHUIRU¶GLDPHWHUPDQKROH 9)  W 5HVHW$GMXVW)UDPHDQG&RYHU ($  X 5HSODFH)UDPHDQG&RYHU ($  Y 6HDOPDQKROHIUDPHWRFRUEHOFRQQHFWLRQ ($  Z 5HDUHDVHPHQWDFFHVV ($  0DQKROH6XUIDFLQJ (SR[\ 0DQKROH&RDWLQJ3URGXFW5DYHQ D /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  E /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  F /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  G /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  H /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  I /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  0DQKROH6XUIDFLQJ &HPHQWLWLRXV 0DQKROH&RDWLQJ3URGXFW6WURQJ6HDO06&&RDWLQJ6\VWHP D /LQHUV\VWHPIRU¶GLDPHWHUPDQKROHLQFK 9)  E /LQHUV\VWHPIRU¶GLDPHWHUPDQKROHLQFK 9)  F /LQHUV\VWHPIRU¶GLDPHWHUPDQKROHLQFK 9)  0DQKROH6XUIDFLQJ 3RO\XUHWKDQH 0DQKROH&RDWLQJ3URGXFW6SUD\ZDOO D /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  E /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  F /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  G /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  H /LQHUV\VWHPIRU¶GLDPHWHUPDQKROH0,/6 9)  I /LQHU6\VWHPIRU GLDPHWHUPDQKROH0,/6 9)  /DWHUDO5HSODFHPHQWDQG/DWHUDO&,33)XUQLVKDQGUHSODFHH[LVWLQJVHUYLFHODWHUDOIURPVHZHUPDLQWRQHZFOHDQRXWORFDWLRQ 'LD D 8SWR GHHS /)  F 0RUHWKDQ DQGXSWR GHHS /)  F 0RUHWKDQ DQGXSWR GHHS /)  G 0RUHWKDQ DQGXSWR GHHS /)  7UHQFKOHVV &,33 UHFRQVWUXFWLRQRIVHZHUODWHUDO&&79DQGFOHDQLQJ D ´'LD6DQLWDU\6HZHU/DWPP /)  E ´'LD6DQLWDU\6HZHU/DWPP /)  F ´'LD6DQLWDU\6HZHU/DWPP /)  *URXW)LOODQG$EDQGRQ0DLQ D  /)  E  /)  F  /)  G ! /)  5HPRYH$EDQGRQHG0DLQ LIQRWDOUHDG\UHPRYLQJIRUUHSODFLQJ D  /)  E  /)  F  /)  G ! /)  *UDYLW\0DLQV 39&*UDYLW\0DLQV ,QFOXVLYHRIDOO/DERU0DWHULDO D ´GLDPHWHU  WR /)  E ´GLDPHWHU  WR /)  F ´GLDPHWHU  WR /)  G ´GLDPHWHU  WR /)  H ´GLDPHWHU  WR /)  I ´GLDPHWHU  WR /)  J ´GLDPHWHU  WR /)  K ´GLDPHWHU  WR /)  L ´GLDPHWHU  WR /)  M ´GLDPHWHU  WR /)  N ´GLDPHWHU  WR /)  O ´GLDPHWHU  WR /)  P ´GLDPHWHU  WR /)  Q ´GLDPHWHU  WR /)  R ´GLDPHWHU  WR /)  S ´GLDPHWHU  WR /)  T ´GLDPHWHU  WR /)  U ´GLDPHWHU  WR /)  V ´GLDPHWHU  WR /)  W ´GLDPHWHU  WR /)  X ´GLDPHWHU  WR /)  Y ´GLDPHWHU  WR /)  Z ´GLDPHWHU  WR /)  [´GLDPHWHU  WR /)  \´GLDPHWHU  WR /)  ]´GLDPHWHU  WR /)  DD ´GLDPHWHU  WR /)  EE ´GLDPHWHU  WR /)  FF ´GLDPHWHU  WR /)  GG ´GLDPHWHU  WR /)  HH ´GLDPHWHU  WR /)  II ´GLDPHWHU  WR /)  JJ ´GLDPHWHU  WR /)  KK ´GLDPHWHU  WR /)  LL ´GLDPHWHU  WR /)  MM ´GLDPHWHU  WR /)  NN ´GLDPHWHU  WR /)  OO ´GLDPHWHU  WR /)  PP ´GLDPHWHU  WR /)  QQ ´GLDPHWHU  WR /)  RR ´GLDPHWHU  WR /)  SS ´GLDPHWHU  WR /)  TT ´GLDPHWHU  WR /)  UU ´GLDPHWHU  WR /)  +'3( ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU  WR /)  E ´GLDPHWHU  WR /)  F ´GLDPHWHU  WR /)  G ´GLDPHWHU  WR /)  H ´GLDPHWHU  WR /)  I ´GLDPHWHU  WR /)  J ´GLDPHWHU  WR /)  K ´GLDPHWHU  WR /)  L ´GLDPHWHU  WR /)  M ´GLDPHWHU  WR /)  N ´GLDPHWHU  WR /)  O ´GLDPHWHU  WR /)  P ´GLDPHWHU  WR /)  Q ´GLDPHWHU  WR /)  R ´GLDPHWHU  WR /)  S ´GLDPHWHU  WR /)  T ´GLDPHWHU  WR /)  U ´GLDPHWHU  WR /)  V ´GLDPHWHU  WR /)  W ´GLDPHWHU  WR /)  X ´GLDPHWHU  WR /)  Y ´GLDPHWHU  WR /)  Z ´GLDPHWHU  WR /)  [´GLDPHWHU  WR /)  \´GLDPHWHU  WR /)  ]´GLDPHWHU  WR /)  DD ´GLDPHWHU  WR /)  EE ´GLDPHWHU  WR /)  FF ´GLDPHWHU  WR /)  GG ´GLDPHWHU  WR /)  HH ´GLDPHWHU  WR /)  II ´GLDPHWHU  WR /)  JJ ´GLDPHWHU  WR /)  KK ´GLDPHWHU  WR /)  LL ´GLDPHWHU  WR /)  MM ´GLDPHWHU  WR /)  NN ´GLDPHWHU  WR /)  OO ´GLDPHWHU  WR /)  PP ´GLDPHWHU  WR /)  QQ ´GLDPHWHU  WR /)  RR ´GLDPHWHU  WR /)  SS ´GLDPHWHU  WR /)  TT ´GLDPHWHU  WR /)  UU ´GLDPHWHU  WR /)  )RUFH0DLQ 39&)RUFH0DLQ ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU  WR /)  E ´GLDPHWHU  WR /)  2ULJLQDO  F ´GLDPHWHU  WR /)  2ULJLQDO  G ´GLDPHWHU  WR /)  H ´GLDPHWHU  WR /)  2ULJLQDO  I ´GLDPHWHU  WR /)  J ´GLDPHWHU  WR /)  K ´GLDPHWHU  WR /)  2ULJLQDO  L ´GLDPHWHU  WR /)  M ´GLDPHWHU  WR /)  N ´GLDPHWHU  WR /)  2ULJLQDO  O ´GLDPHWHU  WR /)  2ULJLQDO  P ´GLDPHWHU  WR /)  2ULJLQDO  Q ´GLDPHWHU  WR /)  R ´GLDPHWHU  WR /)  S ´GLDPHWHU  WR /)  T ´GLDPHWHU  WR /)  2ULJLQDO  U ´GLDPHWHU  WR /)  2ULJLQDO  V ´GLDPHWHU  WR /)  2ULJLQDO  W ´GLDPHWHU  WR /)  X ´GLDPHWHU  WR /)  Y ´GLDPHWHU  WR /)  2ULJLQDO  Z ´GLDPHWHU  WR /)  [´GLDPHWHU  WR /)  2ULJLQDO  \´GLDPHWHU  WR /)  2ULJLQDO  ]´GLDPHWHU  WR /)  2ULJLQDO  DD ´GLDPHWHU  WR /)  EE ´GLDPHWHU  WR /)  2ULJLQDO  FF ´GLDPHWHU  WR /)  GG ´GLDPHWHU  WR /)  HH ´GLDPHWHU  WR /)  II ´GLDPHWHU  WR /)  2ULJLQDO  JJ ´GLDPHWHU  WR /)  KK ´GLDPHWHU  WR /)  2ULJLQDO  LL ´GLDPHWHU  WR /)  2ULJLQDO  MM ´GLDPHWHU  WR /)  NN ´GLDPHWHU  WR /)  OO ´GLDPHWHU  WR /)  2ULJLQDO  PP ´GLDPHWHU  WR /)  2ULJLQDO  QQ ´GLDPHWHU  WR /)  2ULJLQDO  RR ´GLDPHWHU  WR /)  2ULJLQDO  SS ´GLDPHWHU  WR /)  TT ´GLDPHWHU  WR /)  UU ´GLDPHWHU  WR /)  '8&7,/(,521 ,QFOXVLYHRIDOO/DERU0DWHULDODQG D ´GLDPHWHU  WR /)  E ´GLDPHWHU  WR /)  F ´GLDPHWHU  WR /)  G ´GLDPHWHU  WR /)  H ´GLDPHWHU  WR /)  I ´GLDPHWHU  WR /)  J ´GLDPHWHU  WR /)  K ´GLDPHWHU  WR /)  2ULJLQDO  L ´GLDPHWHU  WR /)  M ´GLDPHWHU  WR /)  2ULJLQDO  N ´GLDPHWHU  WR /)  2ULJLQDO  O ´GLDPHWHU  WR /)  P ´GLDPHWHU  WR /)  2ULJLQDO  Q ´GLDPHWHU  WR /)  R ´GLDPHWHU  WR /)  S ´GLDPHWHU  WR /)  2ULJLQDO  T ´GLDPHWHU  WR /)  2ULJLQDO  U ´GLDPHWHU  WR /)  V ´GLDPHWHU  WR /)  W ´GLDPHWHU  WR /)  X ´GLDPHWHU  WR /)  2ULJLQDO  Y ´GLDPHWHU  WR /)  2ULJLQDO  Z ´GLDPHWHU  WR /)  [´GLDPHWHU  WR /)  \´GLDPHWHU  WR /)  ]´GLDPHWHU  WR /)  DD ´GLDPHWHU  WR /)  EE ´GLDPHWHU  WR /)  FF ´GLDPHWHU  WR /)  GG ´GLDPHWHU  WR /)  HH ´GLDPHWHU  WR /)  II ´GLDPHWHU  WR /)  JJ ´GLDPHWHU  WR /)  KK ´GLDPHWHU  WR /)  2ULJLQDO  LL ´GLDPHWHU  WR /)  2ULJLQDO  MM ´GLDPHWHU  WR /)  NN ´GLDPHWHU  WR /)  2ULJLQDO  OO ´GLDPHWHU  WR /)  PP ´GLDPHWHU  WR /)  QQ ´GLDPHWHU  WR /)  2ULJLQDO  RR ´GLDPHWHU  WR /)  2ULJLQDO  SS ´GLDPHWHU  WR /)  TT ´GLDPHWHU  WR /)  UU ´GLDPHWHU  WR /)  2ULJLQDO  +'3( ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU  WR /)  E ´GLDPHWHU  WR /)  F ´GLDPHWHU  WR /)  G ´GLDPHWHU  WR /)  H ´GLDPHWHU  WR /)  I ´GLDPHWHU  WR /)  J ´GLDPHWHU  WR /)  K ´GLDPHWHU  WR /)  L ´GLDPHWHU  WR /)  M ´GLDPHWHU  WR /)  N ´GLDPHWHU  WR /)  O ´GLDPHWHU  WR /)  P ´GLDPHWHU  WR /)  Q ´GLDPHWHU  WR /)  R ´GLDPHWHU  WR /)  S ´GLDPHWHU  WR /)  T ´GLDPHWHU  WR /)  U ´GLDPHWHU  WR /)  V ´GLDPHWHU  WR /)  W ´GLDPHWHU  WR /)  X ´GLDPHWHU  WR /)  Y ´GLDPHWHU  WR /)  Z ´GLDPHWHU  WR /)  [´GLDPHWHU  WR /)  \´GLDPHWHU  WR /)  ]´GLDPHWHU  WR /)  DD ´GLDPHWHU  WR /)  EE ´GLDPHWHU  WR /)  FF ´GLDPHWHU  WR /)  GG ´GLDPHWHU  WR /)  HH ´GLDPHWHU  WR /)  II ´GLDPHWHU  WR /)  JJ ´GLDPHWHU  WR /)  KK ´GLDPHWHU  WR /)  LL ´GLDPHWHU  WR /)  MM ´GLDPHWHU  WR /)  NN ´GLDPHWHU  WR /)  OO ´GLDPHWHU  WR /)  PP ´GLDPHWHU  WR /)  QQ ´GLDPHWHU  WR /)  RR ´GLDPHWHU  WR /)  SS ´GLDPHWHU  WR /)  TT ´GLDPHWHU  WR /)  UU ´GLDPHWHU  WR /)  )RUFH0DLQ3LSH%XUVWLQJ ,QFOXGHVFRQQHFWLRQWRH[LVWLQJXSVWUHDPDQGGRZQVWUHDPIRUFHPDLQV D )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  E )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  F )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  G )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  H )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  I )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  J )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  K )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  L )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJ'5 /)  *UDYLW\0DLQ3LSH%XUVWLQJ ,QFOXGHVFRQQHFWLRQWRH[LVWLQJXSVWUHDPDQGGRZQVWUHDPJUDYLW\PDLQRUPDQKROH D )XUQLVKDQG,QVWDOO+'3(3LSH%XUVWLQJWRUHSODFHRU JUDYLW\PDLQ /)    E )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  F )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  G )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  H )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  I )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  J )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  K )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  L )XUQLVKDQG,QVWDOO+'3(6DQLWDU\6HZHU0DLQV /)  'XFWLOH,URQ)LWWLQJV 7HHV&URVVHV6OHHYHDQGLQFOXVLYHDOOQHFHVVDU\UHVWUDLQWV  3URWHFWR/LQHG D ´GLDPHWHU 721   E GLDPHWHU 721   F GLDPHWHU 721   G GLDPHWHU 721   H GLDPHWHU 721   I GLDPHWHU 721   J GLDPHWHU 721   K GLDPHWHU 721   L GLDPHWHU 721   M GLDPHWHU 721   N GLDPHWHU 721   O GLDPHWHU 721   :DWHUPDLQUHSODFHPHQW ,QFLGHQWDOWR6HZHU5HSDLU 39& ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU /)  E ´GLDPHWHU /)  F ´GLDPHWHU /)  G ´GLDPHWHU /)  H ´GLDPHWHU /)  I ´GLDPHWHU /)  J ´GLDPHWHU /)  K ´GLDPHWHU /)  L ´GLDPHWHU /)  M ´GLDPHWHU /)  N ´GLDPHWHU /)  '8&7,/(,521 ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU /)  E ´GLDPHWHU /)  F ´GLDPHWHU /)  G ´GLDPHWHU /)  H ´GLDPHWHU /)  I ´GLDPHWHU /)  J ´GLDPHWHU /)  K ´GLDPHWHU /)  L ´GLDPHWHU /)  M ´GLDPHWHU /)  N ´GLDPHWHU /)  +'3( ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ´GLDPHWHU /)  E ´GLDPHWHU /)  F ´GLDPHWHU /)  G ´GLDPHWHU /)  H ´GLDPHWHU /)  I ´GLDPHWHU /)  J ´GLDPHWHU /)  K ´GLDPHWHU /)  L ´GLDPHWHU /)  M ´GLDPHWHU /)  N ´GLDPHWHU /)  'XFWLOH,URQ)LWWLQJV 7HHV&URVVHV6OHHYHDQGLQFOXVLYHDOOQHFHVVDU\UHVWUDLQWV  &HPHQW/LQHG D ´GLDPHWHU 721   E GLDPHWHU 721   F GLDPHWHU 721   G GLDPHWHU 721   H GLDPHWHU 721   I GLDPHWHU 721   J GLDPHWHU 721   K GLDPHWHU 721   L GLDPHWHU 721   M GLDPHWHU 721   N GLDPHWHU 721   O GLDPHWHU 721   5HLQIRUFHG&RQFUHWH3LSH ,QFOXVLYHRIDOO/DERU0DWHULDODQG$VVRFLDWHG5HVWUDLQWV D ,' /)  E ,' /)  F ,' /)  G ,' /)  2ULJLQDO  H ,' /)  I ,' /)  2ULJLQDO  J ,' /)  K ,' /)  $SSXUWHQDQFHV 3OXJ9DOYHVZLWK9DOYH%R[ :DVWHZDWHU2QO\ D ´ ($  E ´ ($  F ´ ($  G ´ ($  H ´ ($  I ´ ($  J ´ ($  K ´ ($  *DWH9DOYHVZLWK9DOYH%R[ D ´ ($  E ´ ($  F ´ ($  G ´ ($  H ´ ($  I ´ ($  J ´ ($  K ´ ($  L  ($  M 9DOYH%R[2QO\ ($  7DSSLQJ6OHHYHVDQG7DSSLQJ9DOYHV D ´ ($  E ´ ($  F ´ ($  G ´ ($  H ´ ($  I ´ ($  J ´ ($  K ´ ($  /LQHVWRSV D ´ ($  E ´ ($  F ´ ($  G ´ ($  H ´ ($  I ´ ($  J ´ ($  K ´ ($  5HSDLU&ODPS D ´($  E ´($  F ´($  G ´($  H ´($  I ´($  J ´($  K ´($  L ($  M ($  N ($  )LUH+\GUDQW D )LUH+\GUDQW$VVHPEO\:LWK9DOYH  ($  E )LUH+\GUDQW$VVHPEO\:LWKRXW9DOYH  ($  6HUYLFH6DGGOHV :DWHUDQG5&:2QO\ D ´ ($  E ´ ($  F ´ ($  G ´ ($  H ´ ($  I ´ ($  J ´ ($  K ´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´'LD6DQLWDU\6HZHU/DWPP /)  E ´'LD6DQLWDU\6HZHU/DWPP /)  F ´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age i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 727-545-3815 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Rowland, Inc. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Rowland, Inc., of the City of Pinellas Park County of Pinellas and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section C: $15,000,000.00 Section D: $ 1,000,000.00 for a total of $16,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Rowland, Inc. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 18 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents  SECTION V Page 15 of 17 Updated: 5/4/2020  BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) CONTRACTOR: Rowland, Inc. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C: $15,000.00 (Numbers) BIDDER'S TOTAL Section C Fifteen Million dollars and zero cents (Words) BIDDER'S TOTAL Section D: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section D: One million dollars and zero cents (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections C & D: $16,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections C & D: Sixteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. General Item No. Description Units Quantity Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 5,000.00$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 4,000.00$ 300,000.00$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 3,000.00$ 90,000.00$ 3b 15”-18” Diameter DAY 30 4,200.00$ 126,000.00$ 3c 24” Diameter WK 8 30,000.00$ 240,000.00$ 3d 30” Diameter WK 8 36,000.00$ 288,000.00$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 50.00$ 10,000.00$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 1,400.00$ 42,000.00$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 1,400.00$ 42,000.00$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 1,400.00$ 28,000.00$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 1,000.00$ 20,000.00$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 1,000.00$ 20,000.00$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 137.00$ 4,110.00$ 4h Variable Message Board2 EA/DAY 30 182.00$ 5,460.00$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 500.00$ 30,000.00$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 500.00$ 30,000.00$ 4k Sign in Work Zone2 EA/DAY 100 1.98$ 198.00$ 4l FDOT Cone2 EA/DAY 100 1.60$ 160.00$ 4m FDOT Channelizing Drum2 EA/DAY 100 1.60$ 160.00$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 2.28$ 228.00$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 1.60$ 160.00$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 110.00$ 275,000.00$ 5b Forman overtime HOUR 500 120.00$ 60,000.00$ 5c Operator regular time HOUR 4,000 90.00$ 360,000.00$ 5d Operator overtime HOUR 500 100.00$ 50,000.00$ 5e Truck Driver regular time HOUR 1,500 55.00$ 82,500.00$ 5f Truck Driver overtime HOUR 150 65.00$ 9,750.00$ 5g Pipe Layer regular time HOUR 4,000 85.00$ 340,000.00$ 5h Pipe Layer overtime HOUR 400 95.00$ 38,000.00$ 5i Laborer regular time HOUR 4,000 80.00$ 320,000.00$ 5j Laborer overtime HOUR 550 90.00$ 49,500.00$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 55.00$ 165,000.00$ 6b Job truck with tools HOUR 3,500 60.00$ 210,000.00$ 6c Tractor & Trailer (Transport)HOUR 200 50.00$ 10,000.00$ 6d Track Hoe (to 100 HP)HOUR 1,100 120.00$ 132,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in S ti IV f th C t t D t Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amo nt d ring the life of the contract Unit costs for all bid items shall not be 6e Track Hoe (101 HP to 170 HP) HOUR 500 140.00$ 70,000.00$ 6f Track Hoe (171 HP and up) HOUR 750 160.00$ 120,000.00$ 6g Rubber Tired Backhoe HOUR 25 40.00$ 1,000.00$ 6h Wheel Loader (to 150 HP) HOUR 2,000 80.00$ 160,000.00$ 6i Wheel Loader (151 HP and up) HOUR 250 85.00$ 21,250.00$ 6j Track Type Tractors (to 100 HP) HOUR 150 30.00$ 4,500.00$ 6k Track Type Tractors (101 HP and up) HOUR 25 32.00$ 800.00$ 6l Dump Truck (Tandem Axle)HOUR 750 70.00$ 52,500.00$ 6m Plate Tamp HOUR 250 15.00$ 3,750.00$ 6n 3” Trash Pump HOUR 250 15.00$ 3,750.00$ 6o 4” Double Diaphragm Pump HOUR 2,000 25.00$ 50,000.00$ 6p Air Compressor (125 CFM min.)HOUR 100 20.00$ 2,000.00$ 6q 4” Jet Pump DAY 25 20.00$ 500.00$ 6r Emergency Hauling up to 2500 gallons HOUR 25 500.00$ 12,500.00$ 6s Emergency Hauling over 2500 gallons HOUR 25 500.00$ 12,500.00$ 7a Adjust storm structures EA 10 525.00$ 5,250.00$ 7b Underdrains LF 200 52.50$ 10,500.00$ 7c Build Up type Structures EA 10 525.00$ 5,250.00$ 7d Precast Type EA 10 1,050.00$ 10,500.00$ 7e Gabions and Mattresses CY 10 210.00$ 2,100.00$ 8a Seeding SF 25,000 0.10$ 2,500.00$ 8b Sodding SF 75,000 1.00$ 75,000.00$ 8c Tree protection EA 250 100.00$ 25,000.00$ 8d Tree Removal (<6" Trunk Diameter) EA 5 753.92$ 3,769.60$ 8e Tree Removal (6"-12" Trunk Diameter) EA 3 1,960.19$ 5,880.57$ 8f Tree Removal (13"-18" Trunk Diameter) EA 3 4,825.09$ 14,475.27$ 8g Tree Removal (>18" Trunk Diameter) EA 3 6,031.36$ 18,094.08$ 9a Full Width Milling (Up to 2") SY 5,500 42.00$ 231,000.00$ 9b Full Width Milling (2" to 4") SY 5,500 42.00$ 231,000.00$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9e Pavement Marking - Crosswalks (Lane) LF 500 24.00$ 12,000.00$ 9f Pavement Marking - Stop Bars (Lane) EA 200 156.00$ 31,200.00$ 9g Pavement Marking - School Crossing/RR EA 50 240.00$ 12,000.00$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 180.00$ 9,000.00$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 500 8.40$ 4,200.00$ 9j Pavement Marking - Solid White LF 250 8.40$ 2,100.00$ 9k Pavement Marking - Solid Double Yellow LF 250 8.40$ 2,100.00$ 9l Pavement Marking - Solid Yellow LF 250 8.40$ 2,100.00$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 180.00$ 45,000.00$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 120.00$ 3,000.00$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 4.80$ 1,200.00$ 9p Temporary Pavement Marking - Solid White LF 250 4.80$ 1,200.00$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 4.80$ 1,200.00$ 9r Temporary Pavement Marking - Solid Yellow LF 250 4.80$ 1,200.00$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 66.00$ 33,000.00$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 110.40$ 55,200.00$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 300.00$ 150,000.00$ Landscaping/Restoration Materials 9v Remove and Replace Concrete Sidewalk, (4" Min thickness) SF 500 15.00$ 7,500.00$ 9w Remove and Replace Concrete Sidewalk, (6" Min thickness) SF 500 25.00$ 12,500.00$ 9x Remove and Replace Concrete Driveway SY 250 155.00$ 38,750.00$ 9y 3000 psi Concrete CY 50 360.00$ 18,000.00$ 9z Off Site Selected Fill CY 1,500 30.00$ 45,000.00$ 9aa Limerock Base Material TON 1,000 100.00$ 100,000.00$ 9bb # 57 Washed Stone TON 750 60.00$ 45,000.00$ 9cc Crushed Concrete Base Material TON 750 130.00$ 97,500.00$ 9dd Stabilized Subgrade TON 750 73.62$ 55,215.00$ 9ee Removal of Unsuitable Soil TON 50 60.00$ 3,000.00$ 9ff Rip Rap TON 25 240.00$ 6,000.00$ 9gg Flowable Fill CY 25 240.00$ 6,000.00$ 9hh Brick Pavers SY 100 90.00$ 9,000.00$ 9ii Brick Paver Level Sand CY 10 36.00$ 360.00$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 28.60$ 57,200.00$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 300.00$ 75,000.00$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 1,000.00$ 250,000.00$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,300.00$ 32,500.00$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,500.00$ 37,500.00$ 11g Manhole Drop EA 10 500.00$ 5,000.00$ 11h HDPE Adjustment Ring EA 5 75.00$ 375.00$ 11i City’s standard manhole ring EA 30 1,100.00$ 33,000.00$ 11j City’s standard manhole cover EA 30 550.00$ 16,500.00$ 11k Abatement Inserts (dish/pan)EA 10 220.00$ 2,200.00$ 11l Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 11m Furnish and install Two-way Cleanouts EA 10 500.00$ 5,000.00$ 11n Bench/invert Repair - Replacement EA 70 750.00$ 52,500.00$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 275.00$ 275,000.00$ 11p Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 11q Remove existing liner for 4’ diameter manhole VF 750 165.00$ 123,750.00$ 11r Remove existing liner for 5’ diameter manhole VF 750 220.00$ 165,000.00$ 11s Remove existing liner for 6’ diameter manhole VF 750 260.00$ 195,000.00$ 11t Reset/Adjust Frame and Cover EA 25 500.00$ 12,500.00$ 11u Replace Frame and Cover EA 250 1,500.00$ 375,000.00$ 11v Seal manhole frame to corbel connection EA 250 225.00$ 56,250.00$ 11w Rear easement access EA 30 1,500.00$ 45,000.00$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 195.00$ 97,500.00$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 245.00$ 73,500.00$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 310.00$ 62,000.00$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 660.00$ 528,000.00$ 15c More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 15c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 15d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ Grout Fill and Abandon Main 17a 2"-6" LF 7,500 15.00$ 112,500.00$ 17b 8"-12" LF 7,500 16.00$ 120,000.00$ 17c 16"-24" LF 5,000 20.00$ 100,000.00$ 17d >30" LF 5,000 50.00$ 250,000.00$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6" LF 5,000 22.10$ 110,500.00$ 18b 8"-12" LF 5,000 29.46$ 147,300.00$ 18c 16"-24" LF 2,000 44.20$ 88,400.00$ 18d >30" LF 500 58.92$ 29,460.00$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, 19a 4” diameter (0' to 5') LF 5 544.50$ 2,722.50$ 19b 4” diameter (5.1' to 10') LF 5 907.50$ 4,537.50$ 19c 4” diameter (10.1' to 15') LF 5 1,255.98$ 6,279.90$ 19d 4” diameter (15.1' to 20') LF 5 2,254.80$ 11,274.00$ 19e 6” diameter (0' to 5') LF 25 544.50$ 13,612.50$ 19f 6” diameter (5.1' to 10') LF 25 914.76$ 22,869.00$ 19g 6” diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19h 6” diameter (15.1' to 20') LF 5 3,305.18$ 16,525.90$ 19i 8” diameter (0' to 5') LF 1,000 551.76$ 551,760.00$ 19j 8” diameter (5.1' to 10') LF 1,000 965.58$ 965,580.00$ 19k 8” diameter (10.1' to 15') LF 500 1,314.06$ 657,030.00$ 19l 8” diameter (15.1' to 20') LF 500 2,261.62$ 1,130,810.00$ 19m 10” diameter (0' to 5') LF 1,000 559.02$ 559,020.00$ 19n 10” diameter (5.1' to 10') LF 1,000 972.84$ 972,840.00$ 19o 10” diameter (10.1' to 15') LF 500 1,277.76$ 638,880.00$ 19p 10” diameter (15.1' to 20') LF 500 2,268.88$ 1,134,440.00$ 19q 12” diameter (0' to 5') LF 500 573.54$ 286,770.00$ 19r 12” diameter (5.1' to 10') LF 500 936.54$ 468,270.00$ 19s 12” diameter (10.1' to 15') LF 250 1,285.02$ 321,255.00$ 19t 12” diameter (15.1' to 20') LF 100 2,082.80$ 208,280.00$ 19u 14”/15" diameter (0' to 5') LF 5 595.32$ 2,976.60$ 19v 14”/15" diameter (5.1' to 10') LF 5 965.58$ 4,827.90$ 19w 14”/15" diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19x 14”/15" diameter (15.1' to 20') LF 5 2,305.00$ 11,525.00$ 19y 16”/18" diameter (0' to 5') LF 5 776.82$ 3,884.10$ 19z 16”/18" diameter (5.1' to 10') LF 5 980.10$ 4,900.50$ 19aa 16”/18" diameter (10.1' to 15') LF 5 1,328.58$ 6,642.90$ 19bb 16”/18" diameter (15.1' to 20') LF 5 2,319.70$ 11,598.50$ 19cc 20”/21" diameter (0' to 5') LF 5 653.40$ 3,267.00$ 19dd 20”/21" diameter (5.1' to 10') LF 5 1,016.40$ 5,082.00$ 19ee 20”/21" diameter (10.1' to 15') LF 5 1,364.88$ 6,824.40$ 19ff 20”/21" diameter (15.1' to 20') LF 5 2,363.26$ 11,816.30$ 19gg 24” diameter (0' to 5') LF 5 784.08$ 3,920.40$ 19hh 24” diameter (5.1' to 10') LF 5 1,183.38$ 5,916.90$ 19ii 24” diameter (10.1' to 15') LF 5 1,575.42$ 7,877.10$ 19jj 24” diameter (15.1' to 20') LF 5 2,675.44$ 13,377.20$ 19kk 30” diameter (0' to 5') LF 5 929.28$ 4,646.40$ 19ll 30” diameter (5.1' to 10') LF 5 1,328.58$ 6,642.90$ 19mm 30” diameter (10.1' to 15') LF 5 1,720.62$ 8,603.10$ 19nn 30” diameter (15.1' to 20') LF 5 2,813.88$ 14,069.40$ 19oo 36” diameter (0' to 5') LF 5 1,081.74$ 5,408.70$ 19pp 36” diameter (5.1' to 10') LF 5 1,481.04$ 7,405.20$ 19qq 36” diameter (10.1' to 15') LF 5 1,873.08$ 9,365.40$ 19rr 36” diameter (15.1' to 20') LF 5 2,719.00$ 13,595.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 20b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 20c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 20d 4” diameter (15.1' to 20') LF 5 1,061.50$ 5,307.50$ 20e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 20f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 20g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 20j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 20k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 20l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 20m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 20n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 20o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 20p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 20q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 20r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 20s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 20t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 20u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 20v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 20w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 20z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 20aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 20bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 20cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 20dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 20ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 20ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 20gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 20hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 20ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 20jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 20kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 20ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 20mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 20nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 20oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 20pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 20qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 20rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5') LF 25 499.13$ 12,478.25$ 21b 4” diameter (5.1' to 10') LF 5 831.88$ 4,159.40$ Original = $4,159.38 21c 4” diameter (10.1' to 15') LF 5 1,151.32$ 5,756.60$ Original = $5,756.58 21d 4” diameter (15.1' to 20') LF 5 1,899.83$ 9,499.15$ 21e 6” diameter (0' to 5') LF 25 499.13$ 12,478.25$ Original = $12,478.13 21f 6” diameter (5.1' to 10') LF 25 838.53$ 20,963.25$ 21g 6” diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21h 6” diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21i 8” diameter (0' to 5') LF 50 505.78$ 25,289.00$ 21j 8” diameter (5.1' to 10') LF 50 885.12$ 44,256.00$ 21k 8” diameter (10.1' to 15') LF 10 1,204.56$ 12,045.60$ Original = $12,045.55 21l 8” diameter (15.1' to 20') LF 10 1,906.49$ 19,064.90$ Original = $19,064.85 21m 10” diameter (0' to 5') LF 100 512.44$ 51,244.00$ Original = $51,243.50 21n 10” diameter (5.1' to 10') LF 100 891.77$ 89,177.00$ 21o 10” diameter (10.1' to 15') LF 5 1,171.28$ 5,856.40$ 21p 10” diameter (15.1' to 20') LF 5 1,913.14$ 9,565.70$ 21q 12” diameter (0' to 5') LF 500 525.75$ 262,875.00$ Original = $262,872.50 21r 12” diameter (5.1' to 10') LF 500 858.50$ 429,250.00$ Original = $429,247.50 21s 12” diameter (10.1' to 15') LF 250 1,177.94$ 294,485.00$ Original = $294,483.75 21t 12” diameter (15.1' to 20') LF 100 1,826.45$ 182,645.00$ 21u 14”/15" diameter (0' to 5') LF 5 545.71$ 2,728.55$ 21v 14”/15" diameter (5.1' to 10') LF 5 885.12$ 4,425.60$ Original = $4,425.58 21w 14”/15" diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21x 14”/15" diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21y 16”/18" diameter (0' to 5') LF 5 712.09$ 3,560.45$ Original = $3,560.43 21z 16”/18" diameter (5.1' to 10') LF 5 898.43$ 4,492.15$ Original = $4,492.13 21aa 16”/18" diameter (10.1' to 15') LF 5 1,217.87$ 6,089.35$ 21bb 16”/18" diameter (15.1' to 20') LF 5 1,959.73$ 9,798.65$ Original = $9,798.63 21cc 20”/21" diameter (0' to 5') LF 5 598.95$ 2,994.75$ 21dd 20”/21" diameter (5.1' to 10') LF 5 931.70$ 4,658.50$ 21ee 20”/21" diameter (10.1' to 15') LF 5 1,251.14$ 6,255.70$ 21ff 20”/21" diameter (15.1' to 20') LF 5 1,999.66$ 9,998.30$ Original = $9,998.28 21gg 24” diameter (0' to 5') LF 5 718.74$ 3,593.70$ 21hh 24” diameter (5.1' to 10') LF 5 1,084.77$ 5,423.85$ Original = $5,423.83 21ii 24” diameter (10.1' to 15') LF 5 1,444.14$ 7,220.70$ Original = $7.220.68 21jj 24” diameter (15.1' to 20') LF 5 2,285.82$ 11,429.10$ 21kk 30” diameter (0' to 5') LF 5 851.84$ 4,259.20$ 21ll 30” diameter (5.1' to 10') LF 5 1,217.87$ 6,089.35$ Original = $6,089.33 21mm 30” diameter (10.1' to 15') LF 5 1,577.24$ 7,886.20$ Original = $7,886.18 21nn 30” diameter (15.1' to 20') LF 5 2,412.27$ 12,061.35$ Original = $12,061.33 21oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 21pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 21qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 21rr 36” diameter (15.1' to 20') LF 5 2,325.75$ 11,628.75$ DUCTILE IRON (Inclusive of all Labor, Material, and 22a 4” diameter (0' to 5') LF 5 559.02$ 2,795.10$ 22b 4” diameter (5.1' to 10') LF 5 891.77$ 4,458.85$ 22c 4” diameter (10.1' to 15') LF 5 1,157.97$ 5,789.85$ 22d 4” diameter (15.1' to 20') LF 5 1,859.90$ 9,299.50$ 22e 6” diameter (0' to 5') LF 25 545.71$ 13,642.75$ 22f 6” diameter (5.1' to 10') LF 25 878.46$ 21,961.50$ 22g 6” diameter (10.1' to 15') LF 5 1,191.25$ 5,956.25$ 22h 6” diameter (15.1' to 20') LF 5 1,919.80$ 9,599.00$ Original = $9,598.98 22i 8” diameter (0' to 5') LF 50 565.68$ 28,284.00$ 22j 8” diameter (5.1' to 10') LF 50 898.43$ 44,921.50$ Original = $44,921.25 22k 8” diameter (10.1' to 15') LF 10 1,177.94$ 11,779.40$ Original = $11,779.35 22l 8” diameter (15.1' to 20') LF 10 1,966.38$ 19,663.80$ 22m 10” diameter (0' to 5') LF 100 752.02$ 75,202.00$ Original = $75,201.50 22n 10” diameter (5.1' to 10') LF 100 785.29$ 78,529.00$ 22o 10” diameter (10.1' to 15') LF 5 1,237.83$ 6,189.15$ 22p 10” diameter (15.1' to 20') LF 5 1,986.35$ 9,931.75$ Original = $9,931.73 22q 12” diameter (0' to 5') LF 500 605.61$ 302,805.00$ Original = $302,802.50 22r 12” diameter (5.1' to 10') LF 500 938.36$ 469,180.00$ 22s 12” diameter (10.1' to 15') LF 250 1,104.73$ 276,182.50$ 22t 12” diameter (15.1' to 20') LF 100 1,796.31$ 179,631.00$ 22u 14”/15" diameter (0' to 5') LF 5 632.23$ 3,161.15$ Original = $3,161.13 22v 14”/15" diameter (5.1' to 10') LF 5 964.98$ 4,824.90$ Original = $4,824.88 22w 14”/15" diameter (10.1' to 15') LF 5 1,277.76$ 6,388.80$ 22x 14”/15" diameter (15.1' to 20') LF 5 2,032.93$ 10,164.65$ 22y 16”/18" diameter (0' to 5') LF 5 678.81$ 3,394.05$ 22z 16”/18" diameter (5.1' to 10') LF 5 798.60$ 3,993.00$ 22aa 16”/18" diameter (10.1' to 15') LF 5 838.53$ 4,192.65$ 22bb 16”/18" diameter (15.1' to 20') LF 5 2,072.86$ 10,364.30$ 22cc 20”/21" diameter (0' to 5') LF 5 692.12$ 3,460.60$ 22dd 20”/21" diameter (5.1' to 10') LF 5 1,024.87$ 5,124.35$ 22ee 20”/21" diameter (10.1' to 15') LF 5 1,331.00$ 6,655.00$ 22ff 20”/21" diameter (15.1' to 20') LF 5 2,092.83$ 10,464.15$ 22gg 24” diameter (0' to 5') LF 5 811.91$ 4,059.55$ 22hh 24” diameter (5.1' to 10') LF 5 1,177.94$ 5,889.70$ Original = $5,889.68 22ii 24” diameter (10.1' to 15') LF 5 1,537.31$ 7,686.55$ Original = $7,686.53 22jj 24” diameter (15.1' to 20') LF 5 2,378.99$ 11,894.95$ 22kk 30” diameter (0' to 5') LF 5 898.43$ 4,492.15$ Original = $4,492.13 22ll 30” diameter (5.1' to 10') LF 5 1,264.45$ 6,322.25$ 22mm 30” diameter (10.1' to 15') LF 5 1,623.82$ 8,119.10$ 22nn 30” diameter (15.1' to 20') LF 5 2,465.51$ 12,327.55$ Original = $12,327.53 22oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 22pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 22qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 22rr 36” diameter (15.1' to 20') LF 5 2,558.68$ 12,793.40$ Original = $12,793.38 HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 23b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 23c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 23d 4” diameter (15.1' to 20') LF 5 1,111.50$ 5,557.50$ 23e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 23f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 23g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 23j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 23k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 23l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 23m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 23n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 23o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 23p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 23q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 23r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 23s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 23t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 23u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 23v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 23w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 23z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 23aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 23bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 23cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 23dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 23ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 23ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 23gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 23hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 23ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 23jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 23kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 23ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 23mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 23nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 23oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 23pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 23qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 23rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 115.50$ 115,500.00$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 137.50$ 137,500.00$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 154.00$ 154,000.00$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 181.50$ 90,750.00$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 203.50$ 203,500.00$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 293.70$ 293,700.00$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 319.00$ 319,000.00$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 390.50$ 195,250.00$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 577.50$ 288,750.00$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 165.00$ 330,000.00$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 192.50$ 96,250.00$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 220.00$ 220,000.00$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 258.50$ 25,850.00$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 286.00$ 286,000.00$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 357.50$ 35,750.00$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 412.50$ 412,500.00$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 605.00$ 151,250.00$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 715.00$ 143,000.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 70,369.19$ 211,107.57$ 26b 6" diameter TON 3.00 66,603.92$ 199,811.76$ 26c 8" diameter TON 3.00 69,164.10$ 207,492.30$ 26d 10" diameter TON 3.00 66,709.94$ 200,129.82$ 26e 12" diameter TON 3.00 61,378.55$ 184,135.65$ 26f 14" diameter TON 3.00 57,227.88$ 171,683.64$ 26g 16" diameter TON 3.00 56,921.49$ 170,764.47$ 26h 18" diameter TON 3.00 49,693.96$ 149,081.88$ 26i 20" diameter TON 3.00 51,244.87$ 153,734.61$ 26j 24" diameter TON 3.00 53,209.95$ 159,629.85$ 26k 30" diameter TON 3.00 47,866.34$ 143,599.02$ 26l 36" diameter TON 3.00 51,028.19$ 153,084.57$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 572.00$ 28,600.00$ 27b 6” diameter LF 50 577.50$ 28,875.00$ 27c 8” diameter LF 50 610.50$ 30,525.00$ 27d 10” diameter LF 50 616.00$ 30,800.00$ 27e 12” diameter LF 50 594.00$ 29,700.00$ 27f 14” diameter LF 10 610.50$ 6,105.00$ 27g 18” diameter LF 10 616.00$ 6,160.00$ 27h 20” diameter LF 10 643.50$ 6,435.00$ 27i 24” diameter LF 10 748.00$ 7,480.00$ 27j 30” diameter LF 10 836.00$ 8,360.00$ 27k 36” diameter LF 10 935.00$ 9,350.00$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 605.00$ 6,050.00$ 28b 6” diameter LF 25 616.00$ 15,400.00$ 28c 8” diameter LF 50 621.50$ 31,075.00$ 28d 10” diameter LF 10 632.50$ 6,325.00$ 28e 12” diameter LF 10 649.00$ 6,490.00$ 28f 14” diameter LF 5 665.50$ 3,327.50$ 28g 18” diameter LF 5 693.00$ 3,465.00$ 28h 20” diameter LF 5 704.00$ 3,520.00$ 28i 24” diameter LF 5 814.00$ 4,070.00$ 28j 30” diameter LF 5 869.00$ 4,345.00$ 28k 36” diameter LF 5 935.00$ 4,675.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 155.00$ 1,550.00$ 29b 6” diameter LF 25 155.00$ 3,875.00$ 29c 8” diameter LF 50 157.00$ 7,850.00$ 29d 10” diameter LF 10 257.00$ 2,570.00$ 29e 12” diameter LF 10 257.00$ 2,570.00$ 29f 14” diameter LF 5 257.00$ 1,285.00$ 29g 18” diameter LF 5 260.00$ 1,300.00$ 29h 20” diameter LF 5 262.00$ 1,310.00$ 29i 24” diameter LF 5 267.00$ 1,335.00$ 29j 30” diameter LF 5 272.00$ 1,360.00$ 29k 36” diameter LF 5 284.00$ 1,420.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 36,846.77$ 36,846.77$ 30b 6" diameter TON 1.00 34,442.05$ 34,442.05$ 30c 8" diameter TON 1.00 19,784.00$ 19,784.00$ 30d 10" diameter TON 1.00 38,069.17$ 38,069.17$ 30e 12" diameter TON 1.00 34,600.46$ 34,600.46$ 30f 14" diameter TON 1.00 35,044.48$ 35,044.48$ 30g 16" diameter TON 1.00 35,213.94$ 35,213.94$ 30h 18" diameter TON 1.00 33,396.93$ 33,396.93$ 30i 20" diameter TON 1.00 33,931.25$ 33,931.25$ 30j 24" diameter TON 1.00 36,534.09$ 36,534.09$ 30k 30" diameter TON 1.00 34,145.96$ 34,145.96$ 30l 36" diameter TON 1.00 36,701.11$ 36,701.11$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 93.50$ 467.50$ 31b 15" ID LF 5 93.50$ 467.50$ 31c 18" ID LF 5 99.00$ 495.00$ 31d 21" ID LF 5 0.01$ 0.05$ Original = $0.06 31e 24" ID LF 5 236.50$ 1,182.50$ 31f 27" ID LF 5 0.01$ 0.05$ Original = $0.06 31g 30" ID LF 5 1,650.00$ 8,250.00$ 31h 36" ID LF 5 1,677.50$ 8,387.50$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4” EA 200 1,657.69$ 331,538.00$ 32b 6” EA 250 2,376.92$ 594,230.00$ 32c 8” EA 500 3,724.16$ 1,862,080.00$ 32d 10” EA 100 6,391.95$ 639,195.00$ 32e 12” EA 50 7,892.95$ 394,647.50$ 32f 14” EA 10 14,396.03$ 143,960.30$ 32g 18” EA 5 23,689.09$ 118,445.45$ 32h 20” EA 5 31,872.22$ 159,361.10$ Gate Valves with Valve Box 33a 4” EA 200 2,073.39$ 414,678.00$ 33b 6” EA 250 2,531.31$ 632,827.50$ 33c 8” EA 500 3,299.50$ 1,649,750.00$ 33d 10” EA 100 5,836.10$ 583,610.00$ 33e 12” EA 50 7,120.80$ 356,040.00$ 33f 14” EA 10 18,030.92$ 180,309.20$ 33g 18” EA 5 38,357.81$ 191,789.05$ 33h 20” EA 5 40,614.36$ 203,071.80$ 33i 24" EA 5 53,348.43$ 266,742.15$ 33j Valve Box Only EA 50 425.61$ 21,280.50$ Tapping Sleeves and Tapping Valves 34a 4” EA 25 6,578.70$ 164,467.50$ 34b 6” EA 50 7,915.06$ 395,753.00$ 34c 8” EA 50 10,299.70$ 514,985.00$ 34d 10” EA 10 17,814.56$ 178,145.60$ 34e 12” EA 25 22,313.71$ 557,842.75$ 34f 14” EA 5 49,373.59$ 246,867.95$ 34g 18” EA 5 81,146.53$ 405,732.65$ 34h 20” EA 5 94,362.42$ 471,812.10$ Linestops 35a 4” EA 10 6,726.94$ 67,269.40$ 35b 6” EA 10 7,143.33$ 71,433.30$ 35c 8” EA 10 8,195.65$ 81,956.50$ 35d 10” EA 10 11,003.39$ 110,033.90$ 35e 12” EA 10 11,466.23$ 114,662.30$ 35f 14” EA 5 14,685.39$ 73,426.95$ 35g 18” EA 5 18,840.75$ 94,203.75$ 35h 20” EA 5 19,894.11$ 99,470.55$ Repair Clamp 36a 4”EA 15 1,406.64$ 21,099.60$ 36b 6”EA 15 1,652.47$ 24,787.05$ 36c 8”EA 15 2,007.52$ 30,112.80$ 36d 10” EA 15 2,766.28$ 41,494.20$ 36e 12” EA 15 3,255.81$ 48,837.15$ 36f 14” EA 5 3,574.79$ 17,873.95$ 36g 18”EA 5 4,168.84$ 20,844.20$ 36h 20” EA 5 5,440.82$ 27,204.10$ 36i 24"EA 5 5,715.17$ 28,575.85$ 36j 30"EA 5 8,167.66$ 40,838.30$ 36k 36"EA 5 8,579.19$ 42,895.95$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4") EA 20 9,820.19$ 196,403.80$ 37b Fire Hydrant Assembly Without Valve (5-1/4") EA 10 7,852.10$ 78,521.00$ Service Saddles (Water and RCW Only) 38a 4” EA 100 189.00$ 18,900.00$ 38b 6” EA 150 199.50$ 29,925.00$ 38c 8” EA 200 241.50$ 48,300.00$ 38d 10” EA 50 273.00$ 13,650.00$ 38e 12” EA 25 283.50$ 7,087.50$ 38f 14” EA 5 315.00$ 1,575.00$ 38g 18” EA 5 430.50$ 2,152.50$ 38h 20” EA 5 483.00$ 2,415.00$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 70.75$ 70,750.00$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 96.00$ 96,000.00$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 118.00$ 118,000.00$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 135.00$ 67,500.00$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 191.00$ 191,000.00$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 287.00$ 287,000.00$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 370.00$ 370,000.00$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 500.00$ 500,000.00$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 550.00$ 550,000.00$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 781.00$ 781,000.00$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 49.21$ 49,210.00$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 71.87$ 71,870.00$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 113.25$ 113,250.00$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 165.07$ 82,535.00$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 235.08$ 235,080.00$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 521.51$ 521,510.00$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 863.13$ 863,130.00$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 1,201.81$ 1,201,810.00$ 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 270.38$ 54,076.00$ Original = $54,075.00 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 273.00$ 27,300.00$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 278.25$ 139,125.00$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 283.50$ 141,750.00$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 294.00$ 73,500.00$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 328.13$ 82,032.50$ Original = $82,031.25 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 354.38$ 88,595.00$ Original = $88,593.75 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 399.00$ 99,750.00$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 57,544,063.57$ Original = $63,463,450.58 Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 3 Furnish and replace existing service lateral from sewer main 3a Up to 5' deep LF 800 660.00$ 528,000.00$ 3b More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 3c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 3d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 1,998,250.00$ TOTAL SECTION C = D. Sanitary Cleanouts and Laterals General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4 000 for non emergency mobilization TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESROWLAND, KENNETH DEANDo not alter this document in any form.ROWLAND INCLICENSE NUMBER: CUC052617EXPIRATION DATE: AUGUST 31, 2022This is your license. It is unlawful for anyone other than the licensee to use this document.6855 102ND AVE NPINELLAS PARK FL 33782Always verify licenses online at MyFloridaLicense.com Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print)Title Signature Date 656954 Rowland, Inc. Lydia M Connolly Electronically Signed 03/28/2013 USCIS Verification Division Electronically Signed 03/28/2013 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 656954 Rowland, Inc. 6855 102nd Ave. North Pinellas Park, FL 33782 6855 102nd Ave. North Pinellas Park, FL 33782 PINELLAS 590978899 221 20 to 99 1 '%( <1 *HQHUDO ,WHP 1R 'HVFULSWLRQ 8QLWV 4XDQWLW\ 8QLW 3ULFH 7RWDO3ULFH 0RELOL]DWLRQ'HPRELOL]DWLRQLQFOXGLQJ7UDIILF/6:2   6PRNH7HVWLQJRI6HZHU /)  '\H7UDFLQJRI6HZHU ($  '\H)ORRGLQJRI6HZHU ($  5HSODFH'LDPHWHU&OHDQRXW&DS ($  5HSODFH'LDPHWHU&OHDQRXW&DS ($   5HSODFHWRS RI'LDPHWHU&OHDQRXW ,QFOXGLQJ)HPDOH $GDSWHUDQG3OXJ ($     5HSODFHWRS RI'LDPHWHU&OHDQRXW ,QFOXGLQJ)HPDOH $GDSWHUDQG3OXJ ($     0LVFHOODQHRXV,WHPV  0LVFHOODQHRXV0DUNXS PD[LPXPDOORZHG    1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not )6PRNHDQG'\H7HVWLQJ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes 727$/6(&7,21)  866,//& &RPPHUFH'ULYH 6XLWH 9HQLFH)/ SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 16 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 17 SECTION V – Contract Documents SECTION V Page 1 of 17 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 941-408-5091 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section F – Smoke and Dye Testing PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 17 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 17 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). USSI, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 17 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", USSI, LLC, of the City of Venice County of Sarasota and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section F) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $1,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 17 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 17 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 8 of 17 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: USSI, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 17 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 17 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) CONTRACTOR: USSI, LLC. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C$ (Numbers) BIDDER'S TOTAL Section C (Words) BIDDER'S TOTAL Section D: $ (Numbers) BIDDER'S TOTAL Section D: (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section F: One million dollars and zero cents (Words) BIDDER'S GRAND TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section F: One million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N General Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 0.01$ 0.10$ 2 Smoke Testing of Sewer LF 25,000 0.48$ 12,000.00$ 3 Dye Tracing of Sewer EA 20 0.01$ 0.20$ 3 Dye Flooding of Sewer EA 5 0.01$ 0.05$ 4 Replace 4" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 5 Replace 6" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed) 0.10 1,200.14$ 13,201.49$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes TOTAL SECTION F = USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0917 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 14.5 SUBJECT/RECOMMENDATION: Approve the First Amendment to the City of Clearwater and Pinellas County’s Contract for Purchase and Sale of potable water to serve the customers in the City’s water service area dated September 27, 2005 and authorize the appropriate officials to execute same. (consent) SUMMARY: In 2005, City Council approved the City and County entered into an agreement in which the County agreed to provide wholesale potable water to the City and the City to purchase the water to ensure an adequate supply of potable water for distribution to its citizens. Recently, the City approached the County to remove two wholesale meters located at “Belleair & Belcher” and “Gulf to Bay Blvd & Belcher”; and the County requested to update the wholesale meter sizes of four existing (“Countryside #1 and #2 and Mazda #1 and #2 meters) contained within the Agreement. This amendment will accurately reflect the quantity and size of the wholesale meters. All other terms of the Purchase Contract remain unchanged. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts. Page 1 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0830 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 15.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Pinellas County Solid Waste for the disposal of solid waste at the Pinellas County waste-to-energy plant/landfill in the not-to-exceed amount of $5,500,000.00 for the period October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances, Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: Pinellas County Solid Waste (PCSW) operates the only waste-to-energy plant and landfill in the county. All putrescible solid waste collected by the city is taken to this facility. During the most recently completed fiscal year (FY24) the City took approximately 88,000 tons of solid waste to PCSW. Effective 10/1/25, the tipping fee for PCSW will be raised to $58.86 per ton up from $54.50 per ton in FY25. This represents a rate increase of 8.0%. APPROPRIATION CODE AND AMOUNT: Funds are included in the requested FY 2025/26 Operating Budget of the Solid Waste Fund. The expenditure allocation is as follows: 4242082-543500, Dump Fees 4242083-543500, Dump Fees 4242089-543500, Dump Fees Operating and capital expenses of the Solid Waste Department are funded by revenues of the Solid Waste and Recycling Utility Enterprise Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objective 4.2 (Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations.) under Environmental Stewardship. Page 1 City of Clearwater Printed on 9/11/2025 1 Kuhl, Jeffrey From:Solid Waste Finance, Solid Waste Finance <swfinance@pinellas.gov> Sent:Thursday, August 28, 2025 4:42 PM Subject:Solid Waste Disposal Rate and Fee Increase Effective October 1, 2025 Good afternoon, This email is to make you aware of the upcoming FY26 increase to the Pinellas County disposal rate and additional proposed fee increases. Pending the Board of County Commissioners’ final budget approval on September 18, 2025, Pinellas County Solid Waste’s disposal fee for municipal solid waste and yard waste will increase by 8% on October 1, from $54.50 to $58.86 per ton. The following additional fee increases will take effect on October 1: 1. The out-of-county waste surcharge is applied at $58.86 per ton in addition to the per-ton rate of $58.86. 2. The tire fee will increase from $150.00 to $180.00 per ton (for loads containing five or more waste tires; reweigh is required). 3. Radio frequency (RFID) window sticker cost will increase from $18.00 to $20.00, and the transponder will increase from $35.00 to $40.00. There is no change to the following fees: 1. Passenger vehicle/cars flat fee remains $4.25. 2. Unmodified pickup trucks and vans flat rate fee remains $11.75. Modified pickup trucks and vans will be charged the per-ton rate of $58.86. 3. Personal protective equipment (PPE) remains $20.00 per kit. 4. Special handling service fee remains $110.00 per load in addition to the per-ton rate. 5. Contractor surcharge fee remains $100.00 per load in addition to the per-ton rate. 6. Christmas tree disposal fee remains $3.00 per load for up to five Christmas trees. Please let us know if you have any questions. Solid Waste Pinellas County Government 3095 114th Ave N St. Petersburg, FL 33716 swfinance@pinellas.gov Office (727) 464-7500 All government correspondence is subjected to public records law. Department Modification FY25 Adopted FY26 Proposed Net Revenue Impact Reason for Change or Addition Change in Fee to make appropriate recommendations for this program. Solid Waste Increase I-A. Radio Frequency* Window Sticker by $2.00 $18.00 $20.00 0 The direct cost of the product has increased. The fee is a pass-through, customers pay the wholesale rate. 11.0% Increase I-B. Radio Frequency* Transponder by $5.00 $35.00 $40.00 0 The direct cost of the product has increased. The fee is a pass-through, customers pay the wholesale rate. 14.0% Delete I-C. Proximity Cards**- no longer used $0 $0 0 0.0% Delete * Transponders and window stickers used for automated lanes at the Scalehouse; charge for initial issuance and replacement of losttransponder only. Replacement of non-functioning units at no charge. No longer used 0 0.0% Delete ** Proximity Cards - Pre- Programmed Destination Cards for Scalehouse - no longer used 0 0.0% Increase II-A. Municipal Solid Waste by $4.36 $54.50 $58.86 2,399,509 Proposed 8% tipping fee increase, recommended by the rate study consultant and the Technical Management Committee. The recommendation is for an increase of 8% each year for three years beginning in FY26. 8.0% Increase II-B. Commercial Waste by $4.36 $54.50 $58.86 1,701,302 Proposed 8% tipping fee increase, recommended by the rate study consultantand the Technical Management Committee. The recommendation is for an increase of 8% each year for three years beginning in FY26. 8.0% Increase II-C. Yard Waste by $4.36 $54.50 $58.86 391,329 Proposed 8% tipping fee increase, recommended by the rate study consultant and the Technical Management Committee. The recommendation is for an increase of 8% each year for three years beginning inFY26. 8.0% Increase II-E. Whole Tires (loads containing 5 or more tires are not eligible for flat rate) by $30.00 $150 $180.00 0 Increase based on review and research of comparable regional tire disposal fees. 20.0% Increase II-I. Out-of-County Surcharge (per ton) to be added to $54.50 $58.86 0 Proposed 8% tipping fee increase, recommended by 8.0% Pinellas County, Florida 533 FY26 Proposed Budget Department Modification FY25 Adopted FY26 Proposed Net Revenue Impact Reason for Change or Addition Change in Fee current tipping fee for Municipal Solid Waste, Commercial Waste, Yard Waste, and Whole Tires) by $4.36 the rate study consultant and the Technical Management Committee. The recommendation is for an increase of 8% each year for three years beginning inFY26. Increase IV-B. Annual Franchise Collection Fee (Lealman) by $48.00 $240.00 $288.00 194,400 Proposed increase of $48 per year to the special assessment based on the recommendation of the rate study consultant. 10.0% Utilities Change II-A-1. Meter & Meter Box 5/8" x 3/4" (Excludes Tap and Service). 4-year Cost update $590.00 $708.00 178 Stantec study inflation impact 20.0% Change II-A-2. Meter & Meter Box 1" (Excludes Tap and Service). 4-year Cost update $630.00 $756.00 251 Stantec study inflation impact 20.0% Change II-A-3. Meter & Meter Box 1-1/2" (Excludes Tap and Service). 4- year Cost update $900.00 $1,080.00 238 Stantec study inflationimpact 20.0% Change II-A-4. Meter & Meter Box 2" (Excludes Tap and Service). 4-year Cost update $990.00 $1,195.11 112,812 Stantec study inflation impact 20.7% Change II-A-5. Meter & Meter Box 2- 2" Parallel (Excludes Tap and Service). 4-year Cost update $1,770.00 $2,142.50 373 Stantec study inflation impact 21.1% Change II-B-1. Tap and Service Line 5/8" x 3/4". 4-year Cost update $430.00 $636.83 107 Stantec study inflation impact 20.2% Change II-B-2. Tap and Service Line 1". 4-year Cost update $430.00 $636.83 107 Stantec study inflation impact 20.2% Change II-B-3. Tap and Service Line 1-1/2". 4-year Cost update $720.00 $820.00 0 Stantec study inflation impact 0.0% Change II-B-4. Tap and Service Line 2". 4-year Cost update $750.00 $1,038.27 41,796 Stantec study inflation impact 22.2% Change II-B-5. Tap and Service Line 2-2" Parallel. 4-year Cost update $1,360.00 $1,632.00 8,714 Stantec study inflation impact 20.0% Change II-C-2. Temporary Fire Hydrant Meter. 4-year Cost update $240.00plus applicable deposit fee $277.53plus applicable deposit fee 38 Stantec study inflation impact 15.6% Change II-E. Removal of Meter and Water Service Connection. 4-year Cost update $350.00 $381.03 1,024 Stantec study inflation impact 8.9% Change III-A-1. Installed by County Single 3/4". 4-year Cost update $800.00 $934.87 135 Stantec study inflation impact 16.9% Change III-A-2. Installed by County Single 1". 4-year Cost update $830.00 $996.00 216 Stantec study inflation impact 20.0% Change III-A-3. Installed by County Single 1-1/2". 4-year Cost update $1,020.00 $1,224.00 375 Stantec study inflation impact 20.0% Change III-A-4. Installed by CountySingle 2". 4-year Cost update $1,200.00 $1,440.00 6,966 Stantec study inflationimpact 20.0% Pinellas County, Florida 534 FY26 Proposed Budget 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.1 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 9/11/2025 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.2 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 9/11/2025 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.3 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 9/11/2025 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.4 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 9/11/2025 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.5 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 9/11/2025 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: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.6 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 9/11/2025 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: Ord.9837-25 2nd rgd Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.7 SUBJECT/RECOMMENDATION: Adopt Ordinance 9837-25 on second reading, annexing certain real property whose post office address is 3133 Downing Street, 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 9/11/2025 Ordinance No. 9837-25 ORDINANCE NO. 9837-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 795 FEET WEST OF SOUTH BAYSHORE BOULEVARD, WHOSE POST OFFICE ADDRESS IS 3133 DOWNING STREET, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to the Interlocal Service Boundary Agreement authorized by Part II of Chapter 171, 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 12, DOWNING SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 26, page 79, of the Public Records of Pinellas County, Florida. (ANX2025-06007) 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. 9837-25 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 PROPOSED ANNEXATION Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A LOCATION MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A AERIAL PHOTOGRAPH Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A EXISTING SURROUNDING USES MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A ANX2025-06007 Sharon Doyon 3133 Downing Street Facing south at the subject property, 3133 Downing Street Facing north of the subject property along Downing Street Facing east of the subject property along Downing Street Facing west of the subject property along Downing Street Facing east along Downing Street Facing west along Downing Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9838-25 2nd Rdg Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.8 SUBJECT/RECOMMENDATION: Adopt Ordinance 9838-25 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 3133 Downing Street, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Urban (RU). Page 1 City of Clearwater Printed on 9/11/2025 Ordinance No. 9838-25 ORDINANCE NO. 9838-25 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 SOUTH SIDE OF DOWNING STREET APPROXIMATELY 795 FEET WEST OF SOUTH BAYSHORE BOULEVARD, WHOSE POST OFFICE ADDRESS IS 3133 DOWNING STREET, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 12, DOWNING SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 26, page 79, of the Public Records of Pinellas County, Florida. Residential Urban (RU) (ANX2025-06007) 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. 9837-25. Ordinance No. 9838-25 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 PROPOSED FUTURE LAND USE MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A LOCATION MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A AERIAL PHOTOGRAPH Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A EXISTING SURROUNDING USES MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A ANX2025-06007 Sharon Doyon 3133 Downing Street Facing south at the subject property, 3133 Downing Street Facing north of the subject property along Downing Street Facing east of the subject property along Downing Street Facing west of the subject property along Downing Street Facing east along Downing Street Facing west along Downing Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9839-25 2nd rdg Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 16.9 SUBJECT/RECOMMENDATION: Adopt Ordinance 9839-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3133 Downing Street, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 9/11/2025 Ordinance No. 9839-25 ORDINANCE NO. 9839 -25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 795 FEET WEST OF SOUTH BAYSHORE BOULEVARD, WHOSE POST OFFICE ADDRESS IS 3133 DOWNING STREET, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9837-25. Property Zoning District Lot 12, DOWNING SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 26, page 79, of the Public Records of Pinellas County, Florida. Low Mediaum Density Residential (LMDR) (ANX2025-06007) Ordinance No. 9839-25 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 PROPOSED ZONING MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A LOCATION MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A AERIAL PHOTOGRAPH Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A EXISTING SURROUNDING USES MAP Owner(s): Sharon Doyon Case: ANX2025-06007 Site: 3133 Downing Street Property Size(Acres): ROW (Acres): 0.21 Acres Land Use Zoning PIN: 16-29-16-22410-000-0120 From: To: Residential Urban (RU) Residential Urban (RU) R-3 Single Family Residential Low Medium Density Residential (LMDR) Atlas Page: 292A ANX2025-06007 Sharon Doyon 3133 Downing Street Facing south at the subject property, 3133 Downing Street Facing north of the subject property along Downing Street Facing east of the subject property along Downing Street Facing west of the subject property along Downing Street Facing east along Downing Street Facing west along Downing Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0934 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 16.10 SUBJECT/RECOMMENDATION: Adopt Ordinance 9841-25, increasing domestic water, lawn water, wastewater collection, and reclaimed water rates annually by 8.00% effective October 1, 2025 through October 1, 2029 on second reading. SUMMARY: This utility rate increase is needed to provide adequate funding to operate the City ’s water and wastewater systems and maintain compliance with debt service coverage requirements . Additionally, these rate increases will support continuation of the capital improvement projects needed to sustain the City's utility infrastructure. Public Utilities regularly evaluates the sufficiency of the revenues provided by the City ’s water, sewer, and reclaimed water rates to meet both the current and future requirements of the Utility. In June of 2025, Stantec Consulting Services Inc. completed a Water and Sewer Revenue Sufficiency Analysis to cover five years of operations. The Consultant is recommending a rate increase to provide adequate revenue to fund utility cost requirements while recognizing the effects of demand growth, increased purchased water costs, increased cost of operations, and renewal and replacement requirements. The study covers the period FY2025 through FY2029 and recommends 8.00% increase annually for the entire period to be effective 10/1/25, 10/1/26, 10/1/27, 10/1/28 and 10/1/29. The increases are applicable to domestic water, lawn water, wastewater collection, and reclaimed water. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government - 1.2 properly maintaining City infrastructure Page 1 City of Clearwater Printed on 9/11/2025 ORDINANCE NO. 9841-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CODE OF ORDINANCES, APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV PUBLIC WORKS – FEES, RATES AND CHARGES; AMENDING SECTION 3(a)1. DOMESTIC WATER RATES; AMENDING SECTION 3(a)2. LAWN WATER METERS; AMENDING SECTION 3(b)1. WASTEWATER COLLECTION RATES; AMENDING SECTION 3(f) RECLAIMED WATER RATES; AMENDING SECTIONS (3)(a)7. AND (3)(b)6. TO REMOVE REFERENCES TO THE PUBLIC SERVICE COMMISSION’S RATE INDEX; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Appendix A, Article XXIV sets forth the schedule of fees, rates, and charges to be paid by customers of the City’s water, wastewater collection, and reclaimed water systems; WHEREAS, in July 2025, Stantec Consulting Services, Inc. completed a Water and Sewer Rate Study Analysis (“Study”), which evaluated the sufficiency of the revenues provided by existing water, wastewater collection, and reclaimed water rates; WHEREAS, the Study recommends increases to domestic water rates, lawn water rates, wastewater collection rates, and reclaimed water rates. WHEREAS, the Study noted that while the previously adopted 3% annual increase was sufficient for past fiscal years, recent increases in capital costs, borrowing levels, and operating costs necessitate an increase in these rates; WHEREAS, the Public Utilities Department conducted an internal review of the Study and recommends increases to these rates in order to sustainably fund the currently identified infrastructure needs and to maintain safe and reliable drinking water, reclaimed water, and wastewater services for the City’s customers; WHEREAS, after a properly noticed public hearing, the City Council determines that the adoption of this Ordinance is in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: Appendix A, Article XXIV, Section (3)(a)1. of the City of Clearwater Code of Ordinances, is amended with the current table therein being deleted and replaced with a new one as described below. The following underlined language shall be added and the strikethrough language shall be deleted as follows: (3) Rates: (a) Water rates. Water rates for all water furnished by the city shall be as follows: 1. Domestic water rates shall be a monthly fee as provided in the table below based on the meter size and volume allowance, with an additional charge per 1,000 gallons of water consumed over the allowance per the table below. Such rates will take effect for bills issued on or after the dates shown in the following table, and shall remain in effect thereafter unless amended: Meter Size October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Under 1-inch: Base service charge with allowance up to 3,000 gallons $25.80 $26.58 $27.39 $28.20 $29.04 Plus, from 3,001 to 9,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 9,001 gallons up, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 1-inch: Base service charge with allowance up to 7,000 gallons $60.20 $62.02 $63.91 $65.80 $67.76 Plus, from 7,001 to 40,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 40,001 gallons up, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 1½-inch: Base service charge with allowance up to 100,000 gallons $860.00 $886.00 $913.00 $940.00 $968.00 Plus, from 100,001 to 140,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 140,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 2-inch: Base service charge with allowance up to 233,000 gallons $2,003.80 $2,064.38 $2,127.29 $2,190.20 $2,255.44 Plus, from 233,001 to 343,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 343,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 3-inch or 2-inch in manifold: Base service charge with allowance up to 359,000 gallons $3,087.40 $3,180.74 $3,277.67 $3,374.60 $3,475.12 Plus, from 359,001 to 474,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 474,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 4-inch: Base service charge with allowance up to 691,000 gallons $5,942.60 $6,122.26 $6,308.83 $6,495.40 $6,688.88 Plus, from 691,001 to 979,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 979,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 6-inch: Base service charge with allowance up to 1,775,000 gallons $15,265.00 $15,726.50 $16,205.75 $16,685.00 $17,182.00 Plus, from 1,775,001 to 2,025,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 2,025,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 8-inch: Base service charge with allowance up to 3,000,000 gallons $25,800.00 $26,580.00 $27,390.00 $28,200.00 $29,040.00 Plus, from 3,000,001 to 3,413,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 3,413,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 Meter Size October 1, 2025 October 1, 2026 October 1, 2027 October 1, 2028 October 1, 2029 Under 1-inch: Base service charge with allowance up to 3,000 gallons $29.58 $31.95 $34.50 $37.26 $40.23 Plus, from 3,001 to 9,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 9,001 gallons up, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 1-inch: Base service charge with allowance up to 7,000 gallons $69.02 $74.55 $80.50 $86.94 $93.97 Plus, from 7,001 to 40,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 40,001 gallons up, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 1½-inch: Base service charge with allowance up to 100,000 gallons $986.00 $1,065.00 $1,150.00 $1,242.00 $1,341.00 Plus, from 100,001 to 140,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 140,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 2-inch: Base service charge with allowance up to 233,000 gallons $2,297.38 $2,481.45 $2,679.50 $2,893.86 $3,124.53 Plus, from 233,001 to 343,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 343,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 3-inch or 2-inch in manifold: Base service charge with allowance up to 359,000 gallons $3,539.74 $3,823.35 $4,128.50 $4,458.78 $4,814.19 Plus, from 359,001 to 474,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 474,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 4-inch: Base service charge with allowance up to 691,000 gallons $6,813.26 $7,359.15 $7,946.50 $8,582.22 $9,266.31 Plus, from 691,001 to 979,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 979,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 6-inch: Base service charge with allowance up to 1,775,000 gallons $17,501.50 $18,903.75 $20,412.50 $22,045.50 $23,802.75 Plus, from 1,775,001 to 2,025,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 2,025,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 8-inch: Base service charge with allowance up to 3,000,000 gallons $29,580.00 $31,950.00 $34,500.00 $37,260.00 $40,230.00 Plus, from 3,000,001 to 3,413,000 gallons, per 1,000 gallons $11.99 $12.95 $13.99 $15.11 $16.32 Plus, from 3,413,001 gallons, per 1,000 gallons $15.11 $16.32 $17.63 $19.04 $20.56 SECTION 2: Appendix A, Article XXIV, Section (3)(a)2. of the City of Clearwater Code of Ordinances, is amended with the current table therein being deleted and replaced with a new one as described below. The following underlined language shall be added and the strikethrough language shall be deleted as follows: 2. Lawn water meters. Lawn water rates shall be as follows and will take effect for bills issued on or after the dates specified: Meter Size October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Under 1-inch: Base service, with no usage allowance $9.21 $9.48 $9.77 $10.06 $10.36 Plus, up to 2,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 2,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 1-inch: Base service charge, with no usage allowance $27.62 $28.45 $29.31 $30.19 $31.09 Plus, up to 7,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 7,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 1½-inch: Base service charge, with no usage allowance $138.23 $142.37 $146.64 $151.04 $155.57 Plus, up to 9,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 9,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 2-inch: Base service charge, with no usage allowance $387.05 $398.67 $410.62 $422.94 $435.63 Plus, up to 40,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 40,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 3-inch or two 2-inch in manifold: Base service charge, with no usage allowance $764.86 $787.80 $811.44 $835.78 $860.85 Plus, up to 100,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 100,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 4-inch: Base service charge, with no usage allowance $1,474.45 $1,518.68 $1,564.24 $1,611.17 $1,659.50 Plus, up to 233,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 233,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 6-inch: Base service charge, with no usage allowance $4,450.98 $4,584.51 $4,722.04 $4,863.71 $5,009.62 Plus, up to 359,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 359,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 Meter Size October 1, 2025 October 1, 2026 October 1, 2027 October 1, 2028 October 1, 2029 Under 1-inch: Base service, with no usage allowance $10.55 $11.39 $12.30 $13.28 $14.34 Plus, up to 2,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 2,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 1-inch: Base service charge, with no usage allowance $31.65 $34.18 $36.91 $39.86 $43.05 Plus, up to 7,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 7,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 1½-inch: Base service charge, with no usage allowance $158.37 $171.04 $184.72 $199.50 $215.46 Plus, up to 9,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 9,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 2-inch: Base service charge, with no usage allowance $443.47 $478.95 $517.27 $558.65 $603.34 Plus, up to 40,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 40,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 3-inch or two 2-inch in manifold: Base service charge, with no usage allowance $876.36 $946.47 $1022.19 $1103.97 $1192.29 Plus, up to 100,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 100,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 4-inch: Base service charge, with no usage allowance $1689.38 $1824.53 $1970.49 $2128.13 $2298.38 Plus, up to 233,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 233,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 6-inch: Base service charge, with no usage allowance $5099.80 $5507.78 $5948.40 $6424.27 $6938.21 Plus, up to 359,000 gallons, per 1,000 gallons $12.84 $13.87 $14.98 $16.18 $17.47 Plus, from 359,001 gallons, per 1,000 gallons $17.69 $19.11 $20.64 $22.29 $24.07 SECTION 3: Appendix A, Article XXIV, Section (3)(b)1. of the City of Clearwater Code of Ordinances, is amended with the current table therein being deleted and replaced with a new one as described below. The following underlined language shall be added and the strikethrough language shall be deleted as follows: (b) Wastewater collection utility rates. 1. There is hereby established a uniform schedule of rates and charges for the availability of use of the wastewater collection system. The wastewater collection utility rate shall be a monthly fee, as provided in the table below, based on the meter size and volume allowance of domestic water, with an additional charge per 1,000 gallons of water consumed over the allowance per the table below. Such rates shall take effect for bills issued on or after the dates as shown in the following table, and shall remain in effect thereafter unless amended: Base Monthly Charge With or Without Consumption Size of Meter October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Allowance (gallons) Under 1-inch $35.55 $36.60 $37.71 $38.85 $39.99 3,000 orless 1-inch 82.95 85.40 87.99 90.65 93.31 7,000 orless 1½-inch 1,185.00 1,220.00 1,257.00 1,295.00 1,333.00 100,000 or less 2-inch 2,761.05 2,842.60 2,928.81 3,017.35 3,105.89 233,000 orless 3-inch or two 2-inch manifold 4,254.15 4,379.80 4,512.63 4,649.05 4,785.47 359,000 orless 4-inch 8,188.35 8,430.20 8,685.87 8,948.45 9,211.03 691,000 orless 6-inch 21,033.75 21,655.00 22,311.75 22,986.25 23,660.75 1,775,000 orless 8-inch 35,550.00 36,600.00 37,710.00 38,850.00 39,990.00 3,000,000 orless Charge per 1,000 gallons of water used over the allowance 11.85 12.20 12.57 12.95 13.33 Base Monthly Charge With or Without Consumption Size of Meter October 1, 2025 October 1, 2026 October 1, 2027 October 1, 2028 October 1, 2029 Allowance (gallons) Under 1- inch $34.73 $37.51 $40.51 $43.75 $47.25 3,000 or less 1-inch $95.03 $102.63 $110.84 $119.71 $129.29 7,000 or less 1½-inch $1,357.56 $1,466.16 $1,583.45 $1,710.13 $1,846.94 100,000 or less 2-inch $3,163.11 $3,416.16 $3,689.45 $3,984.61 $4,303.38 233,000 or less 3-inch or two 2-inch manifold $4,873.64 $5,263.53 $5,684.61 $6,139.38 $6,630.53 359,000 or less 4-inch $9,380.74 $10,131.20 $10,941.70 $11,817.04 $12,762.40 691,000 or less 6-inch $24,096.69 $26,024.43 $28,106.38 $30,354.89 $32,783.28 1,775,000 or less 8-inch $40,726.80 $43,984.94 $47,503.74 $51,304.04 $55,408.36 3,000,000 or less Charge per 1,000 gallons of water used over the allowance $13.58 $14.67 $15.84 $17.11 $18.48 SECTION 4: Appendix A, Article XXIV, Section 3(f) of the City of Clearwater Code of Ordinances, is amended with the current table therein being deleted and replaced with a new one as described below. The following underlined language shall be added and the strikethrough language shall be deleted as follows: (f) Reclaimed water rates. There is hereby established a uniform schedule of rates and charges for the use or availability of use of the reclaimed water system. The reclaimed water rate shall be a monthly fee consisting of an availability charge as the basic allowance in the following table, plus a charge per 1,000 gallons of reclaimed water consumed as indicated. Such rates shall take effect for bills issued on or after dates as shown in the following table, and shall remain in effect thereafter unless amended: October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Single-family, duplex or triplex (per domestic water account), commercial/industrial or multi-family dwelling and open space Availability charge $17.71 $18.24 $18.78 $19.35 $19.93 Usage—Metered per 1,000 gallons used 1.47 1.52 1.56 1.61 1.66 October 1, 2025 October 1, 2026 October 1, 2027 October 1, 2028 October 1, 2029 Single-family, duplex or triplex (per domestic water account), commercial/industrial or multi-family dwelling and open space Availability charge $20.28 $21.90 $23.65 $25.54 $27.58 Usage—Metered per 1,000 gallons used $1.68 $1.81 $1.95 $2.11 $2.28 SECTION 5: Appendix A, Article XXIV, Sections (3)(a)7. and (3)(b)6. of the City of Clearwater Code of Ordinances, are amended with the following underlined language to be added and the strikethrough language to be deleted as follows: (3) Rates: (a) Water rates. … 7. Annual indexing adjustment of water rates and lawn water rates. Water and lawn water rates may be adjusted annually in accordance with the tables herein. on October 1 based on the Price Index for Water and Wastewater Utilities established each year by the Florida Public Service Commission (FPSC). The maximum rate adjustment based on the Price Index for Water and Wastewater Utilities is 3.5 percent. Such rate adjustment Any other rate adjustment shall be recommended by the city manager for approval by the city council by ordinance. … (b) Wastewater collection utility rates. … 6. Annual indexing adjustment of wastewater collection utility rates. Wastewater collection utility rates may be adjusted annually in accordance with the tables herein. on October 1 based on the Price Index for Water and Wastewater Utilities established each year by the Florida Public Service Commission (FPSC). The maximum rate adjustment based on the Price Index for Water and Wastewater Utilities is 3.5 percent. Such rate adjustment Any other rate adjustment shall be recommended by the city manager for approval by the city council by ordinance. SECTION 6: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. SECTION 7: This Ordinance shall become effective immediately after the adoption by City Council. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED __________________________ Bruce Rector, Mayor Approved as to form: Attest: _______________________ __________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Clearwater Water & Sewer FY 2025 RSA Update September 4, 2025 FY 2022 RSA FY 2023 RSA FY 2024 RSA Established 3.0% annual rate increases thru FY 27 Confirmed adequacy of 3.0% increases thru FY 27, but showed increases in capital costs and borrowing levels Historical Studies & Rate Adjustments Confirmed adequacy of 3.0% for FY 25 BUT noted large increases in capital costs and borrowing levels O&M (Excluding Debt Service “DS”) $0.0 $20.0 $40.0 $60.0 $80.0 $100.0 $120.0 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30 FY 31 FY 32 FY 33Millions2025 RSA 2022 RSA Since 2022 RSA, increases to purchased water costs, chemicals, electricity, insurance, salaries and benefits, contractual services and administrative charges have brought FY 25 operating costs higher. 2025 RSA average annual inflation in O&M ~ 4.5% Increase In Capital Needs 5 Top 15 Projects in Total CIP 6 Water Reclamation Facilities (WRF) Consolidation Low Medium High Total Project Cost Estimates*$307.4M $614.8M $1,229.6M 5-Yr Annual Spending Needs**$61.5M $123M $246M *Project cost estimates provided by Black & Veatch (B&V). **B&V also estimated completion of consolidation by 2030 and highlighted that SB 64 deadline is FY 2032. 7 Historical & Projected CIP Spending By Fiscal Year $14.57 $15.05 $34.81 $34.80 $42.11 $61.63 $96.63 $165.74 $194.82 $187.17 $211.75 $0.0 $50.0 $100.0 $150.0 $200.0 $250.0 FY20 FY21 FY22 FY23 FY24 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30Millions * Includes SB 64 Effluent Disposal Program Completion. WRF Consolidation Estimated Completion of FY 30* 8 Historical & Recommended Rate Adjustments FY 212 FY 222 FY 23 FY 24 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30 Water & Sewer 3 4.0%4.0%3.0%3.0%3.0%8.0%8.0%8.0%8.0%8.0% Monthly Impact $5.21 $5.62 $6.08 $6.56 $7.08 1 FY 2022 RSA identified the current five-year rate plan of 3.0% in FY 2023 thru FY 2027. 2 Identified by FY 2017 RSA and approved by Council thru FY 2022. 3 Applicable to water, sewer, irrigation and reclaimed water rates.. Adjustments previously approved by Council and in effect 1 9 Residential Monthly Bill Comparison @ 3,000 gallons Clearwater projected to remain below average of surrounding communities. *Reflects public information as available as well as projection of continuation of FY 25 rate plan thru FY 28 for entities for which future guidance was not provided or identified. $38.51 $53.28 $53.97 $55.31 $55.45 $59.55 $59.78 $59.86 $60.85 $67.87 $69.90 $76.25 $80.50 Tampa Largo Pinellas Park Pasco County Dunedin Clearwater Pinellas County Hillsborough County Average Tarpon Springs Gulfport St. Petersburg Safety Harbor FY 22 $49.97 $60.19 $60.72 $65.10 $65.14 $65.62 $66.04 $69.12 $70.50 $77.40 $80.50 $81.54 $86.76 Tampa Pasco County Pinellas Park Clearwater Largo Pinellas County Dunedin Average Hillsborough County Tarpon Springs Safety Harbor Gulfport St. Petersburg FY 25 $64.71 $66.83 $67.95 $73.14 $74.35 $80.50 $82.01 $82.93 $89.96 $91.03 $96.83 $101.29 $106.52 Tampa Pinellas Park Pasco County Pinellas County Largo Safety Harbor Clearwater Average Dunedin Hillsborough… Tarpon Springs Gulfport St. Petersburg FY 28 10 Adopt the updated 5-year rate plan to sustainably fund your identified infrastructure needs to maintain safe and reliable service. Continue to perform regular RSA updates to account for material changes in data and assumptions and adjust rate plans (up or down) as may be appropriate. Monthly Impact By Fiscal Year Current FY 26 FY 27 FY 28 FY 29 FY 30 Water & Sewer (3,000 gallons per month) $65.10 $70.31 $75.93 $82.01 $88.57 $95.65 $ Change $5.21 $5.62 $6.08 $6.56 $7.08 % Change 8.00%8.00%8.00%8.00%8.00% Recommendations 11 Putting the Cost and Value of Water in Perspective 1,000 gallons of Clearwater Water = $9.13* Shampoo & Conditioner = $6.88 Mocha Frappuccino = $5.75 1 gallon of orange juice = $10.99 1 Sub = $9.95 Large pizza = $8.99 * Reflects effective cost of first 3,000 gallons of a typical residential customer’s monthly bill. Questions? Leticia Doohaluk Senior Manager Leticia.Doohaluk@stantec.com Logan Standard Data Analyst Logan.Standard@stantec.com City of Clearwater, FL FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis- Final Report August 22, 2025 August 22, 2025 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis (Study) that we completed for the City of Clearwater, Florida (City) and its Water and Sewer Department. We appreciate the fine assistance provided by you and each of the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or email me at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Senior Manager 777 S. Harbour Island Blvd., Suite 600 Tampa, Florida 33602 (813) 269-6010 leticia.doohaluk@stantec.com Enclosure City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 1 TABLE OF CONTENTS Introduction ........................................................................................................... 2 Background ................................................................................................................................. 2 Objectives ................................................................................................................................... 2 Revenue Sufficiency Analysis ............................................................................. 4 Source Data & Assumptions ....................................................................................................... 4 2.1.1 Beginning Fund Balances .................................................................................................... 4 2.1.2 Revenues ............................................................................................................................. 4 2.1.3 Operating Expenditure ......................................................................................................... 4 2.1.4 Payment in Lieu of Taxes (PILOT) ...................................................................................... 5 2.1.5 Renewal & Replacement (R&R) Contributions .................................................................... 5 2.1.6 Capital Improvement Program (CIP) ................................................................................... 5 2.1.7 Cost Escalation .................................................................................................................... 6 2.1.8 Interest Earnings (Interest Income) ..................................................................................... 6 2.1.9 Price Elasticity...................................................................................................................... 6 2.1.10 Total Demand and Purchased Water Expenses ............................................................... 7 2.1.11 Customer Growth & Volume Forecast ............................................................................... 7 2.1.12 Minimum Operating Reserve Policy .................................................................................. 8 2.1.13 Future Borrowing & Capital Funding .................................................................................. 9 2.1.14 Debt Service and Coverage ............................................................................................... 9 Conclusions and Recomendations ........................................................................................... 10 Water & Sewer Rate Survey ............................................................................... 14 Appendix: Supporting Financial Schedules ............................................................. 16 1. Introduction City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 2 INTRODUCTION Stantec Consulting (Stantec) has conducted the Fiscal Year (FY) 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis (RSA) for the City of Clearwater’s Water and Sewer Enterprise Fund (Utility or Fund). This report describes the objectives, data, and assumptions, as well as the conclusions and recommendations of the RSA. BACKGROUND The City of Clearwater (City) regularly retains Stantec to evaluate the sufficiency of the revenues provided by the City’s water, sewer, irrigation and reclaimed water rates, to meet both the current and projected cost requirements of the Utility. Stantec has been working with the City of Clearwater since 2003, and, most recently, completed Revenue Sufficiency Analyses (RSAs) in FY 20231 and FY 20242. Historically, City Council has approved a 5-year plan of annual rate adjustments for its Water and Sewer Utility. The FY 2022 RSA identified the current 5-year plan (FY 2023 through FY 2027) of 3.00% annual rate adjustments starting on October 1, 2022. This 5-year plan was adopted by Council in August 2022. Since the COVID pandemic, the Utility has not been immune to the inflationary pressures present throughout the Country. Moreover, Pinellas County, the City of Clearwater’s wholesale water provider, has continued to increase its wholesale rates driving up the City’s operating costs. Furthermore, conservation awareness has caused many of the Utility’s customers to reduce the quantity of water they are using while aging infrastructure, resiliency needs as well as regulatory requirements continue to drive the Utility’s capital improvement plan higher. As such, the City has again retained Stantec to evaluate the adequacy of the revenues provided by its current Utility rates to meet its financial requirements over a ten-year projection period. OBJECTIVES The principal objectives of this Study were as follows: Revenue Sufficiency Analysis – To evaluate the sufficiency of current water, sewer, irrigation and reclaimed water rate revenues to satisfy the Utility’s projected operating cost requirements through FY 2035, including 1) operating expenses, 2) capital improvement program (CIP) costs, 3) adequate operating reserves, 4) sufficient debt service coverage levels; and, to develop a plan of future rate revenue adjustments that will satisfy these projected requirements during each year of the projection. 1 Final Report dated June 2, 2023 2 Final Report dated September 5, 2024 1. Introduction City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 3 Conduct a Residential Water & Sewer Fee Survey – To compare the City’s typical monthly water and sewer bill for a typical single-family residential customer to those of other single-family customers in the City’s surrounding geographic area. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 4 REVENUE SUFFICIENCY ANALYSIS This section presents the financial management plan developed and described herein, which includes the source data and assumptions, as well as conclusions and recommendations of the RSA. The Appendix includes detailed supporting schedules for the financial management plan. SOURCE DATA & ASSUMPTIONS The following presents the key source data and assumptions relied upon in conducting the RSA. 2.1.1 Beginning Fund Balances The FY 2024 trial balance schedules provided by City staff were used to establish FY 2025 beginning balances, as of October 1, 2024. It is important to note that funds reserved or encumbered for specific capital projects were included in the beginning fund balances and the associated capital project costs were also included in the capital improvement program. 2.1.2 Revenues Revenues consist of rate revenue, other operating revenues (such as service taps, pre-treatment charges, late payments and other miscellaneous charges) impact fees and interest income. Rate revenues for each type of service (Water, Sewer, Irrigation and Reclaimed Water) are based upon FY 2024 actual results, adjusted for projected growth in FY 2025 and the 3.0% rate increase that went in effect October 1, 2024 (FY 2025). Beyond FY 2025, rate revenues are adjusted annually based upon assumed annual changes in accounts, changes in billed volumes, as well as recommended annual rate increases shown in the results section of this report. The FY 2025 Budget serves as the basis for all other revenues, except for interest income (which is calculated annually based upon projected average annual fund balances and assumed interest rates and is discussed in more detail in Section 2.1.8 of this report) and revenues from impact fees (which are calculated based upon assumed new accounts and the impact fees identified in City Ordinance). All details of projected revenues to the Utility are presented in Schedule 3 of the Appendix. 2.1.3 Operating Expenditure The Utility’s operating expenditure includes all personnel services costs, operations and maintenance (O&M) expenses, transfers (including payment in lieu of taxes and contributions to renewal and replacement), debt service requirements and minor capital outlay. The RSA based operating expenditure projections on the individual expense categories and expense amounts contained in the FY 2025 Budget. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 5 Starting in FY 2026, each expense line item is annually adjusted based upon assumed cost escalation factors discussed in Section 2.1.7 of this report, which were validated with City staff. Furthermore, based on the evaluation of historical O&M budget execution and discussion with City staff, the analysis includes an assumption of 96% execution to personnel services expenses and of 98% execution to O&M expenses. Existing annual debt service expenses reflect schedules for each outstanding issuance of the Utility. Projected (model calculated) annual debt service costs are presented in Schedules 4 and 11 of the Appendix. The complete list of all future O&M costs is presented in Schedule 4 of the Appendix. 2.1.4 Payment in Lieu of Taxes (PILOT) The FY 2025 payment in lieu of taxes (PILOT) reflect the FY 2025 Budget amount as provided by City staff. Starting in FY 2026, the annual calculation of the PILOT to be transferred to the City’s General Fund is based upon 5.50% of the prior year’s audited total operating revenues in each year of the projection period. The total annual PILOT payments, allocated by department, are listed in Schedule 4 of the Appendix. 2.1.5 Renewal & Replacement (R&R) Contributions The Utility’s bond covenant requires annual transfers of 5.0% of the prior year’s operating revenues into a Renewal & Replacement Fund. Based on discussion with City staff, this RSA includes an additional R&R transfer to comply with updated rating agency criteria for funding capital projects with cash, rather than additional borrowing. This additional R&R transfer began in FY 2019 in the amount of $4,000,000 and increases by $1,000,000 in each year of the projection period, such that by FY 2026, the additional R&R transfer will equal $10,000,000 and will stay at the $10,000,000 amount through FY 2034. Once transferred into the R&R fund, these deposits become a source of capital restricted to the funding for renewal and replacement of the Utility’s infrastructure. Given the size of renewal & replacement projects included in the Utility’s CIP, these deposits are projected to be used in full in each fiscal year. Further details are provided in both Schedule 4 and Schedule 10 of the Appendix. 2.1.6 Capital Improvement Program (CIP) The Capital Improvement Program (CIP) was provided by City staff through FY 2035. It is also important to note that starting in FY 2026, the RSA includes an annual cost inflation factor of 3.0% based on the Engineering News Record’s Construction Cost Index 10-year average annual increase. The CIP is provided by City staff and reflects staff’s best estimate of annual spending based on current existing appropriations and City priorities. The total CIP is from FY 2025 through FY 2035 is approximately $1.74 billion in future year dollars. It is important to note that City staff will regularly re- evaluate and re-prioritize its appropriated capital improvement projects as well as the funding of future projects. Furthermore, actual spending can be impacted by inflationary pressures, labor supply, project management and other items, which is to say that actual spending can vary significantly from projections 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 6 herein. A list of projected annual spending by projects and by fiscal year is presented in Schedule 6 of the Appendix. Notably, since the 2022 RSA, which identified the current plan of annual rate increases, the City has gone through a Master Plan process which identified new capital needs of the Utility. Moreover, the current CIP includes approximately $730M of projected spending associated with the Water Reclamation Facilities (WRF) Consolidation and Senate Bill 64 discharge elimination regulatory requirements. Per Council approval, the Utility is planning on consolidating its East and Marshall Street Plants’ flows into its Northeast Plant, thereby moving plant operations farther away from coastal lines, in an effort to reduce the risk of wastewater overflows or plant interferences driven by storms, which are a constant risk in the gulf coast region of Florida, where the City of Clearwater is located. Lastly, the WRF plant consolidation is expected to generate operational savings for the City through reduced energy and utility costs and from higher efficiencies stemming from utilizing newer technologies. As such, the projection includes average annual operating costs savings of approximately $3.1 million starting in FY 2032, as presented in Schedule 4 of the Appendix. 2.1.7 Cost Escalation Annual cost escalation factors for the various types of O&M expenses were discussed with City staff and applied in each year of the projection period beginning in FY 2026. In general, operating expenses are projected to track with overall inflation patterns, and most other cost line items are projected to increase at annual rates of between 2.50% and 7.00%. Notably, employee pension plan expenditures are calculated as a percentage of salaries and wages and in every year of the projection. The weighted average annual increase in O&M expenses for the 10-year projection period is 4.5%. The specific escalation factors assumed for each type of expense are presented on Schedule 5 of Appendix. 2.1.8 Interest Earnings (Interest Income) The interest rate assumptions on invested funds (including funds dedicated for CIP projects) were provided by City staff and reflect a rate of 2.25% in FY 2025 and throughout the remainder of the projection. Projected interest earnings are calculated annually based upon projected average annual fund balances and assumed interest rates provided by City staff. Interest Income is presented in Schedule 3 of the Appendix. 2.1.9 Price Elasticity A price elasticity adjustment is incorporated into the analysis to reflect the reverse relationship between rates adjustments and discretionary use. Typically, as rates increase, discretionary water usage by customers will likely decline. As such, to generate sufficient revenue, projected rate increases will have to be adjusted upward to reflect a smaller usage base to which they will be applied, thus causing the projected rate increases to be larger. The price elasticity adjustment reduces all usage revenues by the 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 7 product of the annual rate increase and the annual assumed price elasticity coefficient. In each year of the projection period, the price elasticity coefficient is 0.30, meaning for every 10% increase in rates, there is a resulting 3% reduction in consumption. 2.1.10 Total Demand and Purchased Water Expenses The total projected demand including projected water loss is based upon the billed demand projections described in Section 2.1.11 of this report and is estimated to be approximately 11.73 million gallons per day (MGD) in FY 2025. This demand is projected to be met by the City’s water production of 7.12 MGD and purchases from Pinellas County of 4.60 MGD. Annual total billed demands, annual water purchases, and annual water produced are presented in Schedule 1 of the Appendix. The City’s CIP as provided by staff and discussed in Section 2.1.6 of this report reflects certain CIP projects designed to significantly reduce the amount of water purchases from Pinellas County throughout the projection period, consistent with City plans. As such, projected purchase water demands from the County are reduced by approximately 0.5 MGD in FY 2026, 2.0 MGD in FY 2031 and an additional 1.0 MGD in FY 2032, representing a total reduction of 3.5 MGD by 2032. This reduction represents cost savings of approximately $5.56 million by 2032. Furthermore, with increased City water production, it is assumed that the City will incur additional energy and chemical costs, estimated at approximately $990,000 a year by FY 2032. As such, the total savings from lower County purchases are partially offset by the added cost of increased production. It is the goal of the City to provide as much of the City’s average daily flow demand locally but maintain reliance upon the County and Regional System for maintenance, peaking demands, and emergency supply. The annual amount of water purchased is multiplied by the projected wholesale water rate in each year for Pinellas County, to determine the purchased water expense in each year of the RSA. Projections of purchased water expenses and increased production costs are presented in Schedules 1 and 4 of the Appendix. Consistent with Pinellas County’s most recent rate study, available at the time this RSA was being conducted, 5.00% annual rate increases are approved through FY 2027 and are projected to be maintained in each year thereafter through FY 2035. 2.1.11 Customer Growth & Volume Forecast Account Growth The analysis specifically reviewed changes in the number of active accounts by month during the past ten years. Based upon this review and discussion with City staff, the RSA developed annual projections of active accounts for each service type over the next ten years. Schedule 1 of the Appendix includes detailed projections of active accounts for water, irrigation, sewer, and reclaimed water service. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 8 Projection of Billed Demands The analysis of historical billed demands was based upon a review of the Utility’s monthly billing consumption by service and customer class for the past ten years. The results of this analysis concluded that in recent years, despite a minor increase in accounts, the Utility has experienced a decrease in demand per account, most likely due to a combination of increased efficiency in use, conservation efforts, and variable weather patterns seen across the industry. Schedule 1 of the Appendix includes detailed projections of annual billed demands by water, sewer, and reclaimed water system. Reclaimed Water Use As reclaimed water is made available to more customers and reclaimed water usage increases, the analysis assumes a reduction in the Utility’s potable irrigation customers and demands, as well as a corresponding reduction in the amount of wholesale water that must be purchased. Furthermore, the analysis includes a reduction in lawn irrigation revenues, as potable irrigation use is replaced by lower priced reclaimed water use. The net effect of these reclaimed water impacts causes projected rate increases to be larger. The customer and demand projections for lawn irrigation and reclaimed water service are presented in Schedule 1 of the Appendix and include the impact of the continued expansion/growth of the reclaimed water system. 2.1.12 Minimum Operating Reserve Policy The operating reserve is a balance maintained to meet short-term cash flow requirements as well as minimize the risk associated with meeting the financial obligations and continued operational and capital needs under adverse conditions. The level of reserves maintained by a utility is an important component and consideration of developing a utility system’s multi-year financial management plan. Many utilities, rating agencies, and the investment community places a significant emphasis on having sufficient reserves available for potentially adverse conditions. The rationale related to the maintenance of adequate reserves is twofold. First, it helps to ensure that a utility will have adequate funds available to meet its financial obligations during unusual periods (i.e. when revenues are unusually low and/or expenditures are unusually high). Second, it provides funds that can be used for emergency repairs or replacements to the system that can occur because of natural disasters or unanticipated system failures. Moreover, reserves are an important financial indicator considered by rating agencies in establishing credit ratings for municipal utility systems, thereby impacting the terms and costs of future borrowing requirements. Rating agency guidance as to the level of operating reserve for utility systems tends to be consistent with the level recommended by AWWA and our industry experience. Based upon Stantec’s industry experience, effective utilities often target a minimum operating reserve in the range of 3 – 12 months of annual O&M expenses, depending on other reserve funds and practices, local economic conditions and other financial management policies and procedures. For the City of Clearwater, the RSA reflects a target minimum operating reserve equal to 6 months of O&M expenses. This objective is generally not established as a strict minimum, as many factors could create circumstances under which a utility may elect to allow fund balances below that target for a period of time. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 9 In this case, the City is projected to reduce its existing reserves down to the six months operating reserve target over time and projected operating fund balances are maintained at the six months target level in every year of the projection as presented in Figure 2-1. Figure 2-1 Projected Annual Operating Reserves 2.1.13 Future Borrowing & Capital Funding For projected new long-term debt as identified within the RSA during the projection period, a 30-year term is assumed at an interest rate of 5.00% and 1.5% cost of issuance. The City’s actual future financing and funding decisions will reflect actual future conditions and broader City-wide financing objectives, but the projections in the RSA reflect realistic overall conditions for planning purposes. 2.1.14 Debt Service and Coverage The Utility must maintain annual net revenue (gross revenue minus operating & maintenance expenses) that is at least 1.15 times greater than the annual debt service requirement (i.e. the annual principal and interest payments) on its outstanding debt. This coverage requirement is a minimum bond covenant requirement. To the extent a utility is unable to meet this requirement, it could be found in technical default, which could result in reductions in credit ratings, which would affect the interest rate and terms of future financing initiatives. As a policy decision, well-managed utilities almost always measure revenue sufficiency and set rates based upon higher coverage levels, to ensure compliance with these covenants, in the event future projections of revenue and expenses do not occur as predicted. This practice tends to enhance a utility’s effectiveness over time as it tends to provide funds which can be available to implement programs and capital projects, without the issuance of additional debt. The utility is projected to exceed its targeted coverage requirement of 1.50x in each year of the projection period. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 10 CONCLUSIONS AND RECOMENDATIONS As discussed in the Background section of this report, the current 5-year plan of rate adjustments was approved and implemented based on results from the FY 2022 RSA (FY 2022 Study). Since the FY 2022 RSA, additional operating costs, and new capital costs driven by: 1) the 2023 Master Plan, 2) aging infrastructure, 3) resiliency (specifically the WRF consolidation) as well as 4) regulatory requirements continue to drive the Utility’s 10-year capital improvement plan (capital costs) much higher. The 10-year capital costs of the utility as discussed in this report represent an increase of approximately $900M since the FY 2022 RSA, mostly driven by projects such as the WRF Consolidation, Senate bill 64 discharge requirements, water pollution control and other renewal and replacement. Figure 2-2 below presents the 10-year capital needs for the FY 2022 and FY 2025 RSAs. Figure 2-2 10-Year Capital Costs Comparison The increase in capital costs resulted in a projected increase to future borrowing of $874M. Figure 2-3 below presents the 10-year capital funding sources for each of the FY 2022 and FY 2025 RSAs. Figure 2-3 10-Year CIP Funding Sources Comparison $1,743 $839 $0 $200 $400 $600 $800 $1,000 $1,200 $1,400 $1,600 $1,800 $2,000 MillionsFY 2025 RSA FY 2022 RSA $23 $1,078 $204 $194 $180 $471 $432 0 200 400 600 800 1,000 1,200 1,400 1,600 1,800 2,000 MillionsOperating R&R Debt Other Sources FY 2022 RSAFY 2025 RSA 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 11 Moreover, the City has not been immune to inflationary pressures present throughout the Country. Since the FY 2022 Study, operating expenditures are larger due to increased salary and benefit costs, chemicals costs, purchased water costs and minor capital outlays. As previously stated, the revenue sufficiency analysis’ objective is to evaluate the sufficiency of the current water, sewer, irrigation and reclaimed water rate revenues to generate the level of revenues necessary to satisfy the Utility’s projected 1) operating expenses, 2) capital improvement costs, 3) adequate operating reserves, and 4) adequate debt service coverage during the 10-year projection. Given the source data and assumptions as described within this report, Stantec concludes that the current plan of rate adjustments approved thru FY 27 will not be enough to meet projected needs of the Utility. This is a result of the sizeable increase to the Utility’s projected 10-year capital costs, which leads to additional future borrowing and its associated annual debt service costs. As such, for FY 26, Stantec recommends that a new 5-year plan of rate adjustments equal to 8.00% be implemented on October 1, 2025, and continue through FY 2030. This change is needed so that the Utility can maintain reliable service by executing its identified capital needs. Furthermore, the identified rate plan aims to maintain equilibrium between competing forces such as 1) appropriate level of total borrowing, 2) maintenance of suitable reserves, 3) funding of the Utility’s needs, 4) meeting bond covenants, and 5) limiting impact to Utility customers. Table 2.1 – Proposed Rate Water & Sewer Rate Adjustments effective October 1st *Annual rate adjustments also apply to irrigation, and reclaimed water rates. 2025 RSA Annual Rate Adjustments FY 2026 - FY 2030 FY 2031 – FY 2035 Water* 8.00% 8.00% Sewer 8.00% 8.00% 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 12 The results of the FY 2025 Water, Sewer, Irrigation and Reclaimed water revenue sufficiency analysis are summarized in Figure 2-4. Figure 2-4 FY 2025 RSA Results Stantec strongly recommends that the City continue to perform annual or bi-annual updates to the revenue sufficiency analysis to re-evaluate the adequacy of its water, sewer, irrigation and reclaimed water rates. Doing so will allow for the incorporation of updated revenue and expense information, as well as changes in economic conditions, customer accounts and usage levels, regulatory requirements, and other factors that can materially affect the results of this revenue sufficiency analysis. This will also ensure that the City’s Utility will continue to meet its financial and operating requirements in the future and minimize rate impacts to customers from future events occurring differently than currently projected. It is important to note that the projections of future conditions underlying this analysis are not intended to be predictions. Applicable to many water, sewer, irrigation and reclaimed water utility systems, there are multiple factors beyond the City’s control, such as weather, regulatory changes, national, regional, and local economic conditions, the rate of growth in new customers, customer reaction to rate adjustments, operating and capital cost inflation, and changes in the timing and composition of the Utility’s capital improvement program, that will have material impacts on the future financial condition of the City’s utility operations. Further, the projections in this Study rely upon data and guidance provided during the Study, and while the information utilized in this Study is believed to be reliable, detailed independent reviews or auditing of the data were not conducted. CLEARWATER, FL FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 FY 2029 FY 2035 Water 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%36.05%115.89% Sewer Rate Plan 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%36.05%115.89% Reclaimed Rate Plan 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% Senior-Lien DSC 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 Scenario Manager All-In DSC 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 Water & Sewer Bill @ 3 Kgals $65.10 $70.31 $75.93 $82.01 $88.57 $95.65 $103.31 $111.57 $120.49 $130.13 $140.55 Proceeds ($M)$1,077.9$ Change in Mo. Bill $5.21 $5.62 $6.08 $6.56 $7.08 $7.65 $8.26 $8.93 $9.64 $10.41 $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 R&R -327 Operating - 421 Debt $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 24 25 26 27 28 29 30 31 32 33 34 35 Current Plan Target $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Cash Out Less CIP Cash In Cash Out $0.0M$50.0M$100.0M $150.0M$200.0M$250.0M $300.0M$350.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan Operating Fund -421 CIP Spending Revenues vs. Expenses CIP Funding Borrowing CALC SAVE CTRL LAST OVR $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan Interim Financing 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 13 As a result, there will usually be differences between forecast and actual results because events and circumstances frequently do not occur as expected, and those differences may be material. While we have no responsibility to update this report for events and circumstances occurring after the date of this report, future management actions must be informed by and adjusted to reflect future results as they occur. These comments are provided to emphasize the importance of active management informed by the actual future results of utility operations by the City. While the planning effort supported by this Study will serve to guide and inform the City in balancing future revenue and spending decisions, it is only through observation of future results that the City will be able to determine the actions required to ensure its financial and operational objectives are met. The Appendix includes detailed schedules presenting all components of the financial management plan developed for the Utility. 3. Water & Sewer Residential Rate Survey City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 14 WATER & SEWER RATE SURVEY As part of this RSA, Stantec prepared a comparative residential water and sewer rate survey of the City’s surrounding geographic area. The green and blue bars in Figure 3-1 reflect a monthly water and sewer bill for a single-family residential water and sewer customer using 3,000 gallons (this reflects the most commonly billed usage amount for City of Clearwater residential customers) per month, calculated with rates in effect as of October 1, 2024 (FY 2025). The rates used in the surveys were based upon information available on each utility’s website, provided by its billing department, and/or published in rate ordinances as available on Municode.com. The survey below shows the City’s water and sewer typical monthly bill is in a comparable position to those of surrounding communities and below the regional average. It is important to note that this survey reflects a snapshot in time for FY 2025. With the multitude of financial pressures each surveyed utility is currently facing, many of the other monthly bills shown in this survey are likely to change in FY 2026 and beyond. Figure 3-1 FY 2025 Monthly Water & Sewer Residential Bill Survey @ 3,000 Gallons / Month Disclaimer City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 15 Disclaimer This document was produced by Stantec Consulting Services Inc. (“Stantec”) for the City of Clearwater, FL and is based on a specific scope agreed upon by both parties. Stantec’s scope of work and services do not include serving as a “municipal advisor” for purposes of the registration requirements of the Dodd- Frank Wall Street Reform and Consumer Protection Act (2010) or the municipal advisor registration rules issued by the Securities and Exchange Commission. Stantec is not advising the City of Clearwater, FL, or any municipal entity or other person or entity, regarding municipal financial products or the issuance of municipal securities, including advice with respect to the structure, terms, or other similar matters concerning such products or issuances. In preparing this report, Stantec utilized information and data obtained from the City of Clearwater, FL or public and/or industry sources. Stantec has relied on the information and data without independent verification, except only to the extent such verification is expressly described in this document. Any projections of future conditions presented in the document are not intended as predictions, as there may be differences between forecasted and actual results, and those differences may be material. Additionally, the purpose of this document is to summarize Stantec’s analysis and findings related to this project, and it is not intended to address all aspects that may surround the subject area. Therefore, this document may have limitations, assumptions, or reliance on data that are not readily apparent on the face of it. Moreover, the reader should understand that Stantec was called on to provide judgments on a variety of critical factors which are incapable of precise measurement. As such, the use of this document and its findings by the City of Clearwater, FL should only occur after consultation with Stantec, and any use of this document and findings by any other person is done so entirely at their own risk. Appendix: Supporting Financial Schedules City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 16 APPENDIX: SUPPORTING FINANCIAL SCHEDULES Schedule 1 Projected Accounts, Billed Volumes and Other Assumptions Schedule 2 FY 2025 Beginning Balances Schedule 3 Projection of Cash Inflows Schedule 4 Projection of Cash Outflows Schedule 5 Cost Escalation Factors Schedule 6 Capital Improvement Program Schedule 7 FAMS - Control Panel Schedule 8 Forecast of Net Revenues & Debt Service Coverage Schedule 9 Capital Project Funding Summary Schedule 10 Funding Summary by Fund Schedule 11 Long-Term Borrowing Projections Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Projected Rate Increase Adoption Dates 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10/1/2029 10/1/2030 10/1/2031 10/1/2032 10/1/2033 10/1/2034 Annual Account Growth & Billed Volume Projections Water Number of Accounts 34,358 34,423 34,488 34,553 34,618 34,683 34,748 34,813 34,878 34,943 35,008 Annual Growth in Accounts 65 65 65 65 65 65 65 65 65 65 65 Annual % Change in Accounts 0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.52 8.46 8.41 8.35 8.29 8.24 8.18 8.12 8.07 8.01 7.95 % Change in Monthly Usage Per Account -0.66%-0.67%-0.67%-0.68%-0.68%-0.69%-0.69%-0.70%-0.70%-0.71%-0.71% Total Billed Volume (kgals)3,513,489 3,496,621 3,479,664 3,462,618 3,445,483 3,428,260 3,410,948 3,393,547 3,376,057 3,358,478 3,340,811 % Change in Projected Total Billed Volume -0.48%-0.48%-0.48%-0.49%-0.49%-0.50%-0.50%-0.51%-0.52%-0.52%-0.53% Sewer Number of Accounts 34,868 34,948 35,028 35,108 35,188 35,268 35,348 35,428 35,508 35,588 35,668 Annual Growth in Accounts 80 80 80 80 80 80 80 80 80 80 80 Annual % Change in Accounts 0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.22% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.55 8.49 8.43 8.37 8.32 8.26 8.20 8.14 8.08 8.03 7.97 % Change in Monthly Usage Per Account -0.67%-0.67%-0.68%-0.68%-0.69%-0.69%-0.70%-0.70%-0.71%-0.71%-0.72% Total Billed Volume (kgals)3,575,721 3,559,760 3,543,688 3,527,506 3,511,212 3,494,809 3,478,295 3,461,670 3,444,934 3,428,088 3,411,131 % Change in Projected Total Billed Volume -0.44%-0.45%-0.45%-0.46%-0.46%-0.47%-0.47%-0.48%-0.48%-0.49%-0.49% Reclaimed Metered Number of Accounts 6,473 6,544 6,688 6,832 6,976 7,120 7,264 7,336 7,408 7,479 7,551 Annual Growth in Accounts 72 144 144 144 144 144 72 72 72 72 72 Annual % Change in Accounts 1.11%2.20%2.15%2.11%2.06%2.02%0.98%0.98%0.97%0.96%0.95% Monthly Usage per Account in each Fiscal Year (kgals)23.05 22.67 22.31 21.97 21.64 21.32 21.22 21.12 21.02 20.92 20.83 % Change in Monthly Usage Per Account -0.56%-1.63%-1.59%-1.55%-1.51%-1.48%-0.47%-0.47%-0.46%-0.46%-0.45% Total Billed Volume (kgals)1,810,116 1,819,836 1,829,502 1,839,116 1,848,678 1,858,189 1,867,649 1,877,061 1,886,424 1,895,738 1,905,006 % Change in Projected Total Billed Volume 0.54%0.54%0.53%0.53%0.52%0.51%0.51%0.50%0.50%0.49%0.49% Reclaimed Flat Number of Accounts 1,406 1,370 1,333 1,297 1,260 1,224 1,188 1,151 1,115 1,078 1,042 Annual Growth in Accounts (36) (36) (36) (36) (36) (36) (36) (36) (36) (36) (36) Annual % Change in Accounts -2.52%-2.59%-2.66%-2.73%-2.81%-2.89%-2.97%-3.07%-3.16%-3.27%-3.38% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)- - - - - - - - - - - % Change in Monthly Usage Per Account 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Total Billed Volume (kgals)- - - - - - - - - - - % Change in Projected Total Billed Volume 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Reclaimed Combined (Metered & Flat) Number of Accounts 7,950 8,058 8,166 8,273 8,381 8,488 8,524 8,559 8,594 8,629 8,664 Annual Growth in Accounts 35 108 108 108 108 108 35 35 35 35 35 Annual % Change in Accounts 0.44%1.35%1.34%1.32%1.30%1.28%0.41%0.41%0.41%0.41%0.41% Monthly Usage per Account in each Fiscal Year (kgals)18.97 18.82 18.67 18.52 18.38 18.24 18.26 18.28 18.29 18.31 18.32 % Change in Monthly Usage Per Account -0.56%-1.63%-1.59%-1.55%-1.51%-1.48%-0.47%-0.47%-0.46%-0.46%-0.45% Total Billed Volume (kgals)1,810,116 1,819,836 1,829,502 1,839,116 1,848,678 1,858,189 1,867,649 1,877,061 1,886,424 1,895,738 1,905,006 % Change in Projected Total Billed Volume 0.54%0.54%0.53%0.53%0.52%0.51%0.51%0.50%0.50%0.49%0.49% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Irrigation Number of Accounts 1,995 1,990 1,985 1,980 1,975 1,970 1,965 1,959 1,954 1,949 1,944 Annual Growth in Accounts (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) Annual % Change in Accounts -0.25%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.89 8.90 % Change in Monthly Usage Per Account 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.05%0.10% Total Billed Volume (kgals)212,693 212,150 211,607 211,064 210,521 209,978 209,435 208,891 208,348 207,912 207,582 % Change in Projected Total Billed Volume -0.25%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.21%-0.16% Capital SpendingAnnual Capital Budget (Future Year Dollars)61,625,734$ 96,632,119 165,736,428 194,816,001 187,172,473 203,626,855 211,745,665 194,068,035 209,360,405 118,150,269 100,489,735 Annual CIP Redistribution -$ - - (60,000,000) (110,000,000) (110,000,000) (60,000,000) - 75,000,000 50,000,000 60,000,000 Impact Fees Water Impact Fees 600$ 660 720 720 720 720 720 720 720 720 720 Sewer Impact Fees 978$ 978 978 978 978 978 978 978 978 978 978 Lawn Impact Fees 88$ 96 105 105 105 105 105 105 105 105 105 Average Annual Interest Earnings Rate On Fund Balances 2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage 1 Personnel Services 96%96%96%96%96%96%96%96%96%96%96% Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100% Operations & Maintenance 98%98%98%98%98%98%98%98%98%98%98% Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Purchased Water Projections Projected Total Billed Demand in MGD 10.21 10.16 10.11 10.06 10.02 9.97 9.92 9.87 9.82 9.77 9.72 Projected Total Billed Demand Adj. for Loss in MGD 2 1.52 1.51 1.50 1.50 1.49 1.48 1.47 1.47 1.46 1.45 1.45 Projected Total Water Produced in MGD 7.12 7.50 7.50 7.50 7.50 7.50 9.50 10.50 10.50 10.50 10.50 Projected Water Purchases in MGD 3 4.60 4.17 4.12 4.06 4.01 3.95 1.89 1.50 1.50 1.50 1.50 Pinellas County Rates Per Kgal 4.83$ 5.07 5.32 5.59 5.87 6.16 6.47 6.79 7.13 7.49 7.86 Projected Annual Rate Adjustments 5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0% Projected Annual Purchased Water Expense 8,111,706$ 7,717,281 7,996,170 8,283,084 8,578,101 8,881,283 4,470,633 3,718,611 3,904,541 4,099,768 4,304,757 1 Execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 2 Non-revenue water factor adjustment of 16% for the projection based on prior years' actuals. 3 Utility staff expects the completion of the WTP 2 expansion by the end of FY 20232, appearing in phases being an increase of 0.5 MGD in FY 2026, 2.0 MGD in 2031, and 1.0 MGD in 2032. As such FY 2033, reflects City staff's expectation to purchase the minimum contract amount of 1.5 MGD and produce about 10.5MGD, lowering overall projected water purchase costs. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 2 Stantec Grouping of Funds in Model Revenue Fund (421)Restricted Reserves Water Impact Fees Sewer Impact Fees Renewal & Replacement (327) Current Unrestricted AssetsCash and Cash Equivalents 192,489,389$ - - - - Restricted Cash and Investments - 12,621,250 - - - Interest Receivable 659,763 - - - - Billed 4,724,163 - - - - Unbilled Charges Estimated 4,593,800 - - - - Less: Allowances for Uncollectible Accounts (40,922) - - - - Lease Receivables 26,181 - - - - Other receivables - - - - - Due From Other Governmental Entities 1,228,095 - - - - Inventories at Cost 1,684,010 - - - - Prepaid Expenses and Other Assets 552,956$ - - - - Total Assets 205,917,435$ 12,621,250 - - - Current LiabilitiesAccounts and Contract Payable (7,831,655)$ - - - - Accrued Payroll (476,067) - - - - Accrued Interest Payable (211,393) - - - - Compensated Absences (519,340) - - - - Other Postemployment Benefits (114,238) - - - - Lease Liabilities - - - - - Due to Other Funds (75,610) - - - - Claims Payable - - - - - Construction Contracts Payable - (2,763,001) - - - Accrued Interest Payable - (1,401,850) - - - Current Portion of Long-Term Liabilities, Bonds Payable)- (3,854,167) - - - Customer Deposits - (4,602,232) - - - Net Fund Balance 195,772,996$ - - - - Plus/(Less): Inventories at Cost (1,684,010)$ - - - - Plus/(Less): Renewal and Replacement (1,747,320) - - - 1,747,320 Plus/(Less): Water and Sewer Impact Fees (4,500,000) - 950,000 3,550,000 - Plus/(Less): Water And Sewer Impact Fees 187,841,666$ - 950,000 3,550,000 1,747,320 Available Fund Balance 187,841,666$ - 950,000 3,550,000 1,747,320 Fund Summary Revenue Fund (421)187,841,666$ Restricted Reserves - Water Impact Fees 950,000 Sewer Impact Fees 3,550,000 Renewal & Replacement (327)1,747,320 Available Fund Balance 194,088,986$ FY 2025 Beginning Balances as of 10/1/2024 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 3 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 1 Assumed Rate Revenue Increases 2 Water Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 3 Sewer Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 4 Reclaimed Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 5 Water Rate Revenue 6 Base Rate Revenue 26,744,754$ 28,938,979 31,313,114 33,881,901 36,661,290 39,668,536 42,922,310 46,442,810 50,251,886 54,373,181 58,832,270 7 Usage Rate Revenue 18,489,493 19,431,166 20,419,803 21,457,680 22,547,182 23,690,803 24,891,153 26,150,964 27,473,093 28,860,527 30,316,393 8 Total Water Rate Revenue 45,234,247$ 48,370,146 51,732,917 55,339,581 59,208,471 63,359,339 67,813,464 72,593,774 77,724,979 83,233,708 89,148,663 9 Lawn Irrigation 10 Base Rate Revenue 3,238,915$ 3,489,097 3,758,580 4,048,849 4,361,506 4,698,276 5,061,016 5,451,724 5,872,556 6,325,830 6,814,043 11 Usage Rate Revenue 698,976 752,966 811,122 873,764 941,237 1,013,914 1,092,195 1,176,512 1,267,330 1,365,849 1,472,777 12 Total Irrigation Rate Revenue 3,937,891$ 4,242,064 4,569,702 4,922,613 5,302,743 5,712,190 6,153,211 6,628,236 7,139,886 7,691,679 8,286,820 13 Sewer Rate Revenue 14 Base Rate Revenue 36,466,142$ 39,473,793 42,729,284 46,253,021 50,067,089 54,195,389 58,663,787 63,500,278 68,735,160 74,401,221 80,533,947 15 Usage Rate Revenue 19,105,824 20,085,690 21,114,726 22,195,330 23,330,011 24,521,395 25,772,231 27,085,396 28,463,900 29,910,891 31,429,66316Total Sewer Rate Revenue 55,571,966$ 59,559,483 63,844,010 68,448,352 73,397,100 78,716,783 84,436,018 90,585,674 97,199,060 104,312,112 111,963,610 17 Reclaimed Rate Revenue 18 Base Rate Revenue 1,689,207$ 1,849,034 2,023,623 2,214,311 2,422,559 2,649,955 2,873,800 3,116,500 3,379,640 3,664,937 3,974,252 19 Usage Rate Revenue 2,369,400 2,461,363 2,557,934 2,659,325 2,765,760 2,877,476 3,024,302 3,178,757 3,341,241 3,512,177 3,692,009 20 Total Reclaimed Rate Revenue 4,058,607$ 4,310,397 4,581,557 4,873,637 5,188,320 5,527,432 5,898,102 6,295,257 6,720,881 7,177,114 7,666,260 21 Other Operating Revenue 22 Other Water Revenue 75,000$ 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 23 Water Service Charges 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 24 Water Taps 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,00025Material & Water Service 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 26 Fire Line Detect Install 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,00027WPC Fee Safety Harbor 1,626,090 1,678,938 1,729,306 1,781,185 1,834,621 1,889,659 1,946,349 2,004,740 2,064,882 2,126,828 2,190,633 28 Sewer Taps 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 29 Grease Ord Revenue 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 30 Industrial Pretreatment Rev 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 31 Late Payment Fee 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 32 Rents Commercial Property 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 33 Sale of Scrap 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,00034Total Other Operating Revenue 2,721,290$ 2,774,138 2,824,506 2,876,385 2,929,821 2,984,859 3,041,549 3,099,940 3,160,082 3,222,028 3,285,833 35 Non-Operating Revenue 36 Interfund Svc Chgs Fund 010 37,890$ 39,785 41,774 43,862 46,056 48,358 50,776 53,315 55,981 58,780 61,719 37 Interfund Svc Chgs Fund 419 6,310 6,626 6,957 7,305 7,670 8,053 8,456 8,879 9,323 9,789 10,278 38 Interfund Svc Chgs Fund 423 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 39 Interfund Svc Chgs Fund 424 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,14740Interfund Svc Chgs Fund 432 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 41 Interfund Svc Chgs Fund 433 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,14742Interfund Svc Chgs Fund 435 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 43 Total Non-Operating Revenue 60,000$ 63,000 66,150 69,458 72,930 76,577 80,406 84,426 88,647 93,080 97,734 44 Interest Income 45 Unrestricted 4,130,390 3,376,879 1,819,957 837,488 871,795 905,502 918,429 911,652 929,125 969,061 1,010,763 46 Total Interest Income 4,130,390$ 3,376,879 1,819,957 837,488 871,795 905,502 918,429 911,652 929,125 969,061 1,010,763 Projection of Cash Inflows City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 3 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Projection of Cash Inflows 47 Impact Fees1 48 Water Impact Fees 39,000$ 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 49 Sewer Impact Fees 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,24050Total Impact Fees 117,240$ 121,140 125,040 125,040 125,040 125,040 125,040 125,040 125,040 125,040 125,040 51 Total Cash Inflows 115,831,631$ 122,817,247 129,563,839 137,492,552 147,096,220 157,407,722 168,466,218 180,324,000 193,087,700 206,823,822 221,584,724 1 Although Impact Fee revenues are reflected in this schedule, these revenues are restricted for expansion related capital and as such are deposited into impact fee sub-funds. The revenues are used to fund expansionary capital projects as identified by staff. For further details see Schedules 6 (Capital improvement Program) and 10 (Funding Summary By Fund). City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Pub Util AdministrationPersonnel Services 1 PS 01345-510100 Full Time Salaries & Wages 1,203,124$ 1,263,280$ 1,326,444$ 1,392,766$ 1,462,405$ 1,535,525$ 1,612,301$ 1,692,916$ 1,777,562$ 1,866,440$ 1,959,762$ 2 PS 01345-510500 Overtime 27,000 28,350 29,768 31,256 32,819 34,460 36,183 37,992 39,891 41,886 43,980 3 PS 01345-520100 Life Ins $2500 Empl & Pens 99 106 114 123 132 142 152 164 176 189 203 4 PS 01345-520300 Samp Life Insurance 3,221 3,453 3,712 3,990 4,290 4,611 4,957 5,329 5,729 6,158 6,620 5 PS 01345-520400 Major Medical Ins-Emp 194,340 208,332 223,957 240,754 258,811 278,222 299,088 321,520 345,634 371,556 399,423 6 PS 01345-520600 Social Security-Employee 36,314 38,130 40,036 42,038 44,140 46,347 48,664 51,097 53,652 56,335 59,152 7 PS 01345-520700 Emp Pension Plan 58,215 57,478 70,116 102,245 88,966 89,803 97,755 102,643 107,775 113,164 118,822 8 PS 01345-520900 Workers Compensation 8,850 9,293 9,757 10,245 10,757 11,295 11,860 12,453 13,075 13,729 14,416 9 PS 01345-521000 Disability Insurance 1,054 1,130 1,215 1,306 1,404 1,509 1,622 1,744 1,875 2,015 2,166 10 PS 01345-522000 CWA Life 728 780 839 902 970 1,042 1,120 1,204 1,295 1,392 1,496 Operations and Maintenance11O&M 01345-530100 Professional Services 55,000 56,788 58,491 60,246 62,053 63,915 65,832 67,807 69,841 71,937 74,095 12 O&M 01345-530300 Other Contractual Serv 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 13 O&M 01345-540100 Garage Services 1,550 1,628 1,709 1,794 1,884 1,978 2,077 2,181 2,290 2,405 2,525 14 O&M 01345-540300 Telephone Service Variable 4,520 4,746 4,983 5,232 5,494 5,769 6,057 6,360 6,678 7,012 7,363 15 O&M 01345-540400 Messenger Service - - - - - - - - - - - 16 O&M 01345-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 17 O&M 01345-540700 Postal Service 1,500 1,575 1,654 1,736 1,823 1,914 2,010 2,111 2,216 2,327 2,443 18 O&M 01345-540900 Risk Mgmt Service 4,427 4,648 4,881 5,125 5,381 5,650 5,933 6,229 6,541 6,868 7,211 19 O&M 01345-541000 Info Technology Charge 134,930 141,677 148,760 156,198 164,008 172,209 180,819 189,860 199,353 209,321 219,787 20 O&M 01345-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 21 O&M 01345-542000 Employee Benefits-Fixed 4,525 4,751 4,989 5,238 5,500 5,775 6,064 6,367 6,685 7,020 7,371 22 O&M 01345-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 23 O&M 01345-542800 Interfd Other Serv Chgs 41,480 43,554 45,732 48,018 50,419 52,940 55,587 58,367 61,285 64,349 67,567 24 O&M 01345-542900 Interfd Admin Service Chg 313,100 328,755 345,193 362,452 380,575 399,604 419,584 440,563 462,591 485,721 510,007 25 O&M 01345-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 26 O&M 01345-543200 Other Promotion Activity 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 27 O&M 01345-543400 Printing & Binding 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 28 O&M 01345-544100 Equipt Rental 600 620 638 657 677 697 718 740 762 785 808 29 O&M 01345-544200 Rentals-Building 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 30 O&M 01345-544600 Uniform Rental 200 207 213 219 226 232 239 247 254 262 269 31 O&M 01345-545100 Insurance 6,580 6,794 6,998 7,208 7,424 7,647 7,876 8,112 8,356 8,606 8,864 32 O&M 01345-546100 Ofc Equip Svc & Repair 50 52 53 55 56 58 60 62 63 65 67 33 O&M 01345-546200 Other Equip Svc & Repair 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 34 O&M 01345-547100 Uniforms-Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 35 O&M 01345-547200 Travel Expense-Emp 7,790 8,043 8,284 8,533 8,789 9,053 9,324 9,604 9,892 10,189 10,495 36 O&M 01345-547300 Mileage Reimbursement 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 37 O&M 01345-547400 Meals-Employee 300 310 319 329 338 349 359 370 381 392 404 38 O&M 01345-549300 Recruitment Expense 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 39 O&M 01345-550100 Office Supplies 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 40 O&M 01345-550400 Operating Supplies & Matls 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 41 O&M 01345-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 42 O&M 01345-557100 Memberships/Subs/Lic Emp 37,355 38,569 39,726 40,918 42,145 43,410 44,712 46,053 47,435 48,858 50,324 43 O&M 01345-557200 Officl Recognition-Emp 10,100 10,428 10,741 11,063 11,395 11,737 12,089 12,452 12,825 13,210 13,607 44 O&M 01345-557300 Training & Ref Employee 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 45 Total Pub Util Administration 2,282,022$ 2,392,658$ 2,522,439$ 2,677,819$ 2,794,232$ 2,931,551$ 3,083,144$ 3,239,223$ 3,403,508$ 3,576,449$ 3,758,519$ Wastewater CollectionPersonnel Services46PS01346-510100 Full Time Salaries & Wages 1,433,292$ 1,504,957$ 1,580,204$ 1,659,215$ 1,742,175$ 1,829,284$ 1,920,748$ 2,016,786$ 2,117,625$ 2,223,506$ 2,334,682$ 47 PS 01346-510200 Part Time Salaries & Wages - - - - - - - - - - - 48 PS 01346-510400 Special Pay 61,980 65,079 68,333 71,750 75,337 79,104 83,059 87,212 91,573 96,151 100,959 49 PS 01346-510500 Overtime 65,000 68,250 71,663 75,246 79,008 82,958 87,106 91,462 96,035 100,836 105,878 50 PS 01346-520400 Major Medical Ins-Emp 334,046 358,097 384,955 413,826 444,863 478,228 514,095 552,652 594,101 638,659 686,558 51 PS 01346-520600 Social Security-Employee 21,587 22,666 23,800 24,990 26,239 27,551 28,929 30,375 31,894 33,489 35,163 52 PS 01346-520700 Emp Pension Plan 103,961 72,904 88,934 129,686 112,843 113,905 123,991 130,191 136,700 143,535 150,712 53 PS 01346-520900 Workers Compensation 26,700 28,035 29,437 30,909 32,454 34,077 35,781 37,570 39,448 41,420 43,491 54 PS 01346-522000 CWA Life 4,550 4,878 5,243 5,637 6,059 6,514 7,002 7,528 8,092 8,699 9,352 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance 55 O&M 01346-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 56 O&M 01346-530300 Other Contractual Serv 73,500 75,889 78,165 80,510 82,926 85,413 87,976 90,615 93,334 96,134 99,018 57 O&M 01346-542100 Telephone-Util Chgs 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 58 O&M 01346-542300 Gas,Water & Sanitation Utl 8,000 8,260 8,508 8,763 9,026 9,297 9,576 9,863 10,159 10,464 10,777 59 O&M 01346-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 60 O&M 01346-542700 Interfd Svc Chg-Other Fund 50,450 52,973 55,621 58,402 61,322 64,388 67,608 70,988 74,538 78,265 82,178 61 O&M 01346-542800 Interfd Other Serv Chgs 193,970 203,669 213,852 224,545 235,772 247,560 259,938 272,935 286,582 300,911 315,957 62 O&M 01346-542900 Interfd Admin Service Chg 489,240 513,702 539,387 566,356 594,674 624,408 655,628 688,410 722,830 758,972 796,920 63 O&M 01346-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 64 O&M 01346-543200 Other Promotion Activity 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 65 O&M 01346-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 66 O&M 01346-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 67 O&M 01346-544100 Equipt Rental 55,000 56,788 58,491 60,246 62,053 63,915 65,832 67,807 69,841 71,937 74,095 68 O&M 01346-544600 Uniform Rental 18,000 18,585 19,143 19,717 20,308 20,918 21,545 22,191 22,857 23,543 24,249 69 O&M 01346-545100 Insurance 1,082,060 1,117,227 1,150,744 1,185,266 1,220,824 1,257,449 1,295,172 1,334,027 1,374,048 1,415,270 1,457,728 70 O&M 01346-546100 Ofc Equip Svc & Repair - - - - - - - - - - - 71 O&M 01346-546200 Other Equip Svc & Repair 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 72 O&M 01346-547100 Uniforms-Employee 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 73 O&M 01346-547200 Travel Expense-Emp 7,200 7,434 7,657 7,887 8,123 8,367 8,618 8,877 9,143 9,417 9,700 74 O&M 01346-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 75 O&M 01346-547400 Meals-Employee 800 826 851 876 903 930 958 986 1,016 1,046 1,078 76 O&M 01346-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 77 O&M 01346-550400 Operating Supplies & Matls 180,000 185,850 191,426 197,168 203,083 209,176 215,451 221,915 228,572 235,429 242,492 78 O&M 01346-551300 Small Tools & Implements 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 79 O&M 01346-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 80 O&M 01346-552500 $1,000-$4,999 Mach & Equip 9,000 9,293 9,571 9,858 10,154 10,459 10,773 11,096 11,429 11,771 12,125 81 O&M 01346-557100 Memberships/Subs/Lic Emp 1,120 1,156 1,191 1,227 1,264 1,302 1,341 1,381 1,422 1,465 1,509 82 O&M 01346-557300 Training & Ref Employee 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 83 O&M 01346-540100 Garage Services 537,890 564,785 593,024 622,675 653,809 686,499 720,824 756,865 794,709 834,444 876,166 84 O&M 01346-540300 Telephone Service Variable 33,900 35,595 37,375 39,243 41,206 43,266 45,429 47,701 50,086 52,590 55,220 85 O&M 01346-540500 Radio Svc-Fixed 12,350 12,968 13,616 14,297 15,012 15,762 16,550 17,378 18,247 19,159 20,117 86 O&M 01346-540900 Risk Mgmt Service 6,917 7,263 7,626 8,007 8,408 8,828 9,269 9,733 10,220 10,731 11,267 87 O&M 01346-541000 Info Technology Charge 191,980 201,579 211,658 222,241 233,353 245,021 257,272 270,135 283,642 297,824 312,715 88 O&M 01346-541500 Garage Variable 40,000 42,000 44,100 46,305 48,620 51,051 53,604 56,284 59,098 62,053 65,156 89 O&M 01346-541800 Administrative Charge 760,750 798,788 838,727 880,663 924,696 970,931 1,019,478 1,070,452 1,123,974 1,180,173 1,239,182 90 O&M 01346-542000 Employee Benefits-Fixed 7,071 7,425 7,796 8,186 8,595 9,025 9,476 9,950 10,447 10,969 11,518 Capital Outlay91CO01346-591000 Contrib To Garage Fund 11,000 11,550 12,128 12,734 13,371 14,039 14,741 15,478 16,252 17,065 17,918 92 CO 01346-571300 Principal-Leased Equipment 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 93 CO 01346-571500 Principal-Interfund Loans 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 94 CO 01346-572300 Interest-Leased Equipt 40 40 40 40 40 40 40 40 40 40 40 95 CO 01346-572500 Interest-Interfund Loans 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 96 Total Wastewater Collection 6,002,454$ 6,243,120$ 6,541,225$ 6,877,880$ 7,171,483$ 7,498,285$ 7,850,200$ 8,215,153$ 8,598,223$ 9,000,355$ 9,422,547$ Wastewater MaintenancePersonnel Services 97 PS 01347-510100 Full Time Salaries & Wages 2,008,623$ 2,109,054$ 2,214,507$ 2,325,232$ 2,441,494$ 2,563,569$ 2,691,747$ 2,826,334$ 2,967,651$ 3,116,034$ 3,271,835$ 98 PS 01347-510400 Special Pay 147,774 155,163 162,921 171,067 179,620 188,601 198,031 207,933 218,330 229,246 240,708 99 PS 01347-510500 Overtime 120,000 126,000 132,300 138,915 145,861 153,154 160,811 168,852 177,295 186,159 195,467 100 PS 01347-510900 Special Acting Pay 3,981 4,180 4,389 4,609 4,839 5,081 5,335 5,602 5,882 6,176 6,485 101 PS 01347-520100 Life Ins $2500 Empl & Pens 45 48 52 56 60 64 69 74 80 86 92 102 PS 01347-520300 Samp Life Insurance 1,506 1,614 1,736 1,866 2,006 2,156 2,318 2,492 2,678 2,879 3,095 103 PS 01347-520400 Major Medical Ins-Emp 370,004 396,644 426,393 458,372 492,750 529,706 569,434 612,142 658,052 707,406 760,462 104 PS 01347-520600 Social Security-Employee 31,196 32,756 34,394 36,113 37,919 39,815 41,806 43,896 46,091 48,395 50,815 105 PS 01347-520700 Emp Pension Plan 146,839 106,365 129,753 189,208 164,635 166,185 180,900 189,945 199,442 209,414 219,885 106 PS 01347-520900 Workers Compensation 30,870 32,414 34,034 35,736 37,523 39,399 41,369 43,437 45,609 47,890 50,284 107 PS 01347-521000 Disability Insurance 347 372 400 430 462 497 534 574 617 663 713 108 PS 01347-522000 CWA Life 4,550 4,878 5,243 5,637 6,059 6,514 7,002 7,528 8,092 8,699 9,352 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance109O&M 01347-530300 Other Contractual Serv 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 110 O&M 01347-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 111 O&M 01347-542800 Interfd Other Serv Chgs 77,790 81,680 85,763 90,052 94,554 99,282 104,246 109,458 114,931 120,678 126,712 112 O&M 01347-542900 Interfd Admin Service Chg 587,090 616,445 647,267 679,630 713,612 749,292 786,757 826,095 867,399 910,769 956,308 113 O&M 01347-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 114 O&M 01347-543400 Printing & Binding 30 31 32 33 34 35 36 37 38 39 40 115 O&M 01347-543700 Fees & Permits 25 26 27 27 28 29 30 31 32 33 34 116 O&M 01347-544100 Equipt Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 117 O&M 01347-544600 Uniform Rental 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 118 O&M 01347-545100 Insurance 52,510 54,217 55,843 57,518 59,244 61,021 62,852 64,737 66,680 68,680 70,740 119 O&M 01347-546200 Other Equip Svc & Repair 16,000 16,520 17,016 17,526 18,052 18,593 19,151 19,726 20,318 20,927 21,555 120 O&M 01347-547100 Uniforms-Employee 9,000 9,293 9,571 9,858 10,154 10,459 10,773 11,096 11,429 11,771 12,125 121 O&M 01347-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 122 O&M 01347-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 123 O&M 01347-547400 Meals-Employee 1,250 1,291 1,329 1,369 1,410 1,453 1,496 1,541 1,587 1,635 1,684 124 O&M 01347-550100 Office Supplies 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 125 O&M 01347-550400 Operating Supplies & Matls 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 126 O&M 01347-551300 Small Tools & Implements 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 127 O&M 01347-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 128 O&M 01347-552500 $1,000-$4,999 Mach & Equip 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 129 O&M 01347-557100 Memberships/Subs/Lic Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 130 O&M 01347-557300 Training & Ref Employee 43,610 45,027 46,378 47,769 49,203 50,679 52,199 53,765 55,378 57,039 58,750 131 O&M 01347-540100 Garage Services 436,270 458,084 480,988 505,037 530,289 556,803 584,644 613,876 644,569 676,798 710,638 132 O&M 01347-540300 Telephone Service Variable 14,125 14,831 15,573 16,351 17,169 18,027 18,929 19,875 20,869 21,913 23,008 133 O&M 01347-540500 Radio Svc-Fixed 15,910 16,706 17,541 18,418 19,339 20,306 21,321 22,387 23,506 24,682 25,916 134 O&M 01347-540900 Risk Mgmt Service 7,194 7,554 7,931 8,328 8,744 9,182 9,641 10,123 10,629 11,160 11,718 135 O&M 01347-541000 Info Technology Charge 209,580 220,059 231,062 242,615 254,746 267,483 280,857 294,900 309,645 325,127 341,384 136 O&M 01347-541100 Bldg & Maint Dept Svc Fx 12,770 13,409 14,079 14,783 15,522 16,298 17,113 17,969 18,867 19,810 20,801 137 O&M 01347-541500 Garage Variable 14,000 14,700 15,435 16,207 17,017 17,868 18,761 19,699 20,684 21,719 22,805 138 O&M 01347-542000 Employee Benefits-Fixed 7,354 7,722 8,108 8,513 8,939 9,386 9,855 10,348 10,865 11,408 11,979 Capital Outlay 139 CO 01347-571300 Principal-Leased Equipment 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 140 CO 01347-572300 Interest-Leased Equipt 930 930 930 930 930 930 930 930 930 930 930 141 Total Wastewater Maintenance 4,730,943$ 4,914,954$ 5,174,778$ 5,483,036$ 5,720,298$ 5,997,425$ 6,302,203$ 6,616,586$ 6,947,528$ 7,295,930$ 7,662,747$ WPC Plant OperationsPersonnel Services 142 PS 01351-510100 Full Time Salaries & Wages 199,752 209,740 220,227 231,238 242,800 254,940 267,687 281,071 295,125 309,881 325,375 143 PS 01351-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 144 PS 01351-520300 Samp Life Insurance 642 688 740 795 855 919 988 1,062 1,142 1,227 1,319 145 PS 01351-520400 Major Medical Ins-Emp 12,192 13,070 14,050 15,104 16,237 17,454 18,763 20,171 21,683 23,310 25,058 146 PS 01351-520600 Social Security-Employee 8,693 9,128 9,584 10,063 10,566 11,095 11,649 12,232 12,844 13,486 14,160 147 PS 01351-520700 Emp Pension Plan 5,773 9,333 11,386 16,603 14,447 14,583 15,874 16,668 17,501 18,376 19,295 148 PS 01351-520900 Workers Compensation 1,570 1,649 1,731 1,817 1,908 2,004 2,104 2,209 2,320 2,436 2,557 149 PS 01351-521000 Disability Insurance 343 368 395 425 457 491 528 567 610 656 705 Operations and Maintenance150O&M 01351-530100 Professional Services 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 151 O&M 01351-530300 Other Contractual Serv 500 516 532 548 564 581 598 616 635 654 674 152 O&M 01351-540100 Garage Services 2,470 2,594 2,723 2,859 3,002 3,152 3,310 3,476 3,649 3,832 4,023 153 O&M 01351-540300 Telephone Service Variable 5,085 5,339 5,606 5,887 6,181 6,490 6,814 7,155 7,513 7,889 8,283 154 O&M 01351-540400 Messenger Service 1,636 1,718 1,804 1,894 1,989 2,088 2,192 2,302 2,417 2,538 2,665 155 O&M 01351-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 156 O&M 01351-540700 Postal Service 50 53 55 58 61 64 67 70 74 78 81 157 O&M 01351-540900 Risk Mgmt Service 553 581 610 640 672 706 741 778 817 858 901 158 O&M 01351-541000 Info Technology Charge 55,820 58,611 61,542 64,619 67,850 71,242 74,804 78,544 82,472 86,595 90,925 159 O&M 01351-542000 Employee Benefits-Fixed 566 594 624 655 688 722 758 796 836 878 922 160 O&M 01351-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 161 O&M 01351-542800 Interfd Other Serv Chgs 5,190 5,450 5,722 6,008 6,308 6,624 6,955 7,303 7,668 8,051 8,454 162 O&M 01351-542900 Interfd Admin Service Chg 39,140 41,097 43,152 45,309 47,575 49,954 52,451 55,074 57,828 60,719 63,755 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 163 O&M 01351-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 164 O&M 01351-543200 Other Promotion Activity 100 103 106 110 113 116 120 123 127 131 135 165 O&M 01351-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 166 O&M 01351-543700 Fees & Permits 1,100 1,136 1,170 1,205 1,241 1,278 1,317 1,356 1,397 1,439 1,482 167 O&M 01351-544100 Equipt Rental 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 168 O&M 01351-544600 Uniform Rental 1,600 1,652 1,702 1,753 1,805 1,859 1,915 1,973 2,032 2,093 2,155 169 O&M 01351-545100 Insurance 1,020 1,053 1,085 1,117 1,151 1,185 1,221 1,258 1,295 1,334 1,374 170 O&M 01351-547100 Uniforms-Employee 600 620 638 657 677 697 718 740 762 785 808 171 O&M 01351-547200 Travel Expense-Emp 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 172 O&M 01351-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 173 O&M 01351-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 174 O&M 01351-550100 Office Supplies 500 516 532 548 564 581 598 616 635 654 674 175 O&M 01351-550400 Operating Supplies & Matls 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 176 O&M 01351-557100 Memberships/Subs/Lic Emp 870 898 925 953 982 1,011 1,041 1,073 1,105 1,138 1,172 177 O&M 01351-557300 Training & Ref Employee 4,075 4,207 4,334 4,464 4,598 4,736 4,878 5,024 5,175 5,330 5,490 Capital Outlay 178 CO 01351-572200 Interest Other 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 179 Total WPC Plant Operations 417,928$ 440,070$ 461,549$ 487,162$ 506,420$ 529,041$ 553,943$ 579,530$ 606,402$ 634,624$ 664,265$ WPC Laboratory OperationsPersonnel Services 180 PS 01352-510100 Full Time Salaries & Wages 186,958 196,306 206,121 216,427 227,249 238,611 250,542 263,069 276,222 290,033 304,535 181 PS 01352-510500 Overtime 4,300 4,515 4,741 4,978 5,227 5,488 5,762 6,051 6,353 6,671 7,004 182 PS 01352-520100 Life Ins $2500 Empl & Pens 27 29 31 33 36 39 42 45 48 52 55 183 PS 01352-520300 Samp Life Insurance 649 696 748 804 864 929 999 1,074 1,154 1,241 1,334 184 PS 01352-520400 Major Medical Ins-Emp 36,576 39,209 42,150 45,311 48,710 52,363 56,290 60,512 65,050 69,929 75,174 185 PS 01352-520600 Social Security-Employee 2,717 2,853 2,995 3,145 3,303 3,468 3,641 3,823 4,014 4,215 4,426 186 PS 01352-520700 Emp Pension Plan 13,350 8,736 10,656 15,539 13,521 13,649 14,857 15,600 16,380 17,199 18,059 187 PS 01352-520900 Workers Compensation 1,350 1,418 1,488 1,563 1,641 1,723 1,809 1,900 1,995 2,094 2,199 Operations and Maintenance 188 O&M 01352-530100 Professional Services 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 189 O&M 01352-530300 Other Contractual Serv 33,370 34,455 35,488 36,553 37,649 38,779 39,942 41,141 42,375 43,646 44,955 190 O&M 01352-540100 Garage Services 6,570 6,899 7,243 7,606 7,986 8,385 8,804 9,245 9,707 10,192 10,702 191 O&M 01352-540300 Telephone Service Variable 1,695 1,780 1,869 1,962 2,060 2,163 2,271 2,385 2,504 2,630 2,761 192 O&M 01352-540900 Risk Mgmt Service 830 872 915 961 1,009 1,059 1,112 1,168 1,226 1,288 1,352 193 O&M 01352-541000 Info Technology Charge 60,030 63,032 66,183 69,492 72,967 76,615 80,446 84,468 88,692 93,126 97,783 194 O&M 01352-541100 Bldg & Maint Dept Svc Fx 72,530 76,157 79,964 83,963 88,161 92,569 97,197 102,057 107,160 112,518 118,144 195 O&M 01352-541200 Custodial Service 420 441 463 486 511 536 563 591 621 652 684 196 O&M 01352-541600 Bldg & Maint-Variable 80 84 88 93 97 102 107 113 118 124 130 197 O&M 01352-542000 Employee Benefits-Fixed 849 891 936 983 1,032 1,084 1,138 1,195 1,254 1,317 1,383 198 O&M 01352-542300 Gas,Water & Sanitation Utl 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 199 O&M 01352-542500 Postage 50 52 53 55 56 58 60 62 63 65 67 200 O&M 01352-542800 Interfd Other Serv Chgs 7,790 8,180 8,588 9,018 9,469 9,942 10,439 10,961 11,509 12,085 12,689 201 O&M 01352-542900 Interfd Admin Service Chg 58,710 61,646 64,728 67,964 71,362 74,930 78,677 82,611 86,741 91,078 95,632 202 O&M 01352-543400 Printing & Binding 100 103 106 110 113 116 120 123 127 131 135 203 O&M 01352-543700 Fees & Permits 500 516 532 548 564 581 598 616 635 654 674 204 O&M 01352-544100 Equipt Rental 500 516 532 548 564 581 598 616 635 654 674 205 O&M 01352-544600 Uniform Rental 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 206 O&M 01352-545100 Insurance 1,150 1,187 1,223 1,260 1,297 1,336 1,376 1,418 1,460 1,504 1,549 207 O&M 01352-546200 Other Equip Svc & Repair 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 208 O&M 01352-547100 Uniforms-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 209 O&M 01352-547200 Travel Expense-Emp 2,475 2,555 2,632 2,711 2,792 2,876 2,962 3,051 3,143 3,237 3,334 210 O&M 01352-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 211 O&M 01352-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 212 O&M 01352-550400 Operating Supplies & Matls 14,350 14,816 15,261 15,719 16,190 16,676 17,176 17,692 18,222 18,769 19,332 213 O&M 01352-551000 Lab Chem Supplies 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 214 O&M 01352-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 215 O&M 01352-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 216 O&M 01352-557100 Memberships/Subs/Lic Emp 150 155 160 164 169 174 180 185 190 196 202 217 O&M 01352-557300 Training & Ref Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 218 Total WPC Laboratory Operations 541,276$ 562,375$ 591,204$ 624,361$ 652,057$ 683,415$ 717,450$ 752,700$ 789,759$ 828,723$ 869,695$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Industrial Pretreatment PlPersonnel Services219PS01353-510100 Full Time Salaries & Wages 460,108 483,113 507,269 532,633 559,264 587,227 616,589 647,418 679,789 713,779 749,467 220 PS 01353-510400 Special Pay 20,660 21,693 22,778 23,917 25,112 26,368 27,686 29,071 30,524 32,050 33,653 221 PS 01353-510500 Overtime 4,300 4,515 4,741 4,978 5,227 5,488 5,762 6,051 6,353 6,671 7,004 222 PS 01353-520100 Life Ins $2500 Empl & Pens 9 10 10 11 12 13 14 15 16 17 18 223 PS 01353-520300 Samp Life Insurance 288 309 332 357 384 412 443 476 512 551 592 224 PS 01353-520400 Major Medical Ins-Emp 73,152 78,419 84,300 90,623 97,420 104,726 112,581 121,024 130,101 139,858 150,348 225 PS 01353-520600 Social Security-Employee 6,664 6,997 7,347 7,714 8,100 8,505 8,930 9,377 9,846 10,338 10,855 226 PS 01353-520700 Emp Pension Plan 31,973 22,665 27,649 40,318 35,081 35,412 38,547 40,475 42,498 44,623 46,854 227 PS 01353-520900 Workers Compensation 2,980 3,129 3,285 3,450 3,622 3,803 3,993 4,193 4,403 4,623 4,854 228 PS 01353-522000 CWA Life 910 976 1,049 1,127 1,212 1,303 1,400 1,506 1,618 1,740 1,870 Operations and Maintenance 229 O&M 01353-530100 Professional Services 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 230 O&M 01353-530300 Other Contractual Serv 60,100 62,053 63,915 65,832 67,807 69,841 71,937 74,095 76,318 78,607 80,965 231 O&M 01353-542500 Postage 250 258 266 274 282 291 299 308 317 327 337 232 O&M 01353-542800 Interfd Other Serv Chgs 15,570 16,349 17,166 18,024 18,925 19,872 20,865 21,909 23,004 24,154 25,362 233 O&M 01353-542900 Interfd Admin Service Chg 117,420 123,291 129,456 135,928 142,725 149,861 157,354 165,222 173,483 182,157 191,265 234 O&M 01353-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 235 O&M 01353-543200 Other Promotion Activity 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 236 O&M 01353-543400 Printing & Binding 250 258 266 274 282 291 299 308 317 327 337 237 O&M 01353-544600 Uniform Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 238 O&M 01353-545100 Insurance 13,950 14,403 14,835 15,281 15,739 16,211 16,697 17,198 17,714 18,246 18,793 239 O&M 01353-547100 Uniforms-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 240 O&M 01353-547200 Travel Expense-Emp 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 241 O&M 01353-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 242 O&M 01353-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 243 O&M 01353-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 244 O&M 01353-550400 Operating Supplies & Matls 6,500 6,711 6,913 7,120 7,334 7,554 7,780 8,014 8,254 8,502 8,757 245 O&M 01353-551000 Lab Chem Supplies 800 826 851 876 903 930 958 986 1,016 1,046 1,078 246 O&M 01353-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 247 O&M 01353-552500 $1,000-$4,999 Mach & Equip 8,000 8,260 8,508 8,763 9,026 9,297 9,576 9,863 10,159 10,464 10,777 248 O&M 01353-557100 Memberships/Subs/Lic Emp 915 945 973 1,002 1,032 1,063 1,095 1,128 1,162 1,197 1,233 249 O&M 01353-557300 Training & Ref Employee 5,320 5,493 5,658 5,827 6,002 6,182 6,368 6,559 6,756 6,958 7,167 250 O&M 01353-540100 Garage Services 14,100 14,805 15,545 16,323 17,139 17,996 18,895 19,840 20,832 21,874 22,967 251 O&M 01353-540300 Telephone Service Variable 3,955 4,153 4,360 4,578 4,807 5,048 5,300 5,565 5,843 6,136 6,442 252 O&M 01353-540500 Radio Svc-Fixed 1,180 1,239 1,301 1,366 1,434 1,506 1,581 1,660 1,743 1,831 1,922 253 O&M 01353-540700 Postal Service 150 158 165 174 182 191 201 211 222 233 244 254 O&M 01353-540900 Risk Mgmt Service 1,660 1,743 1,830 1,922 2,018 2,119 2,225 2,336 2,453 2,575 2,704 255 O&M 01353-541000 Info Technology Charge 79,260 83,223 87,384 91,753 96,341 101,158 106,216 111,527 117,103 122,958 129,106 256 O&M 01353-542000 Employee Benefits-Fixed 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 257 Total Industrial Pretreatment Pl 976,021$ 1,013,101$ 1,066,709$ 1,130,496$ 1,179,005$ 1,235,848$ 1,298,414$ 1,362,844$ 1,430,610$ 1,501,892$ 1,576,879$ WET Marshall Street PlantPersonnel Services258PS01354-510100 Full Time Salaries & Wages 891,545 936,122 982,928 1,032,075 1,083,679 1,137,862 1,194,756 1,254,493 1,317,218 1,383,079 1,452,233 259 PS 01354-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 260 PS 01354-510500 Overtime 71,000 74,550 78,278 82,191 86,301 90,616 95,147 99,904 104,899 110,144 115,652 261 PS 01354-520400 Major Medical Ins-Emp 146,304 156,838 168,601 181,246 194,839 209,452 225,161 242,048 260,202 279,717 300,696 262 PS 01354-520600 Social Security-Employee 13,501 14,176 14,885 15,629 16,411 17,231 18,093 18,997 19,947 20,944 21,992 263 PS 01354-520700 Emp Pension Plan 64,581 45,294 55,253 80,571 70,107 70,767 77,033 80,885 84,929 89,176 93,634 264 PS 01354-520900 Workers Compensation 11,020 11,571 12,150 12,757 13,395 14,065 14,768 15,506 16,282 17,096 17,950 265 PS 01354-522000 CWA Life 2,366 2,536 2,727 2,931 3,151 3,387 3,641 3,914 4,208 4,524 4,863 Operations and Maintenance266O&M 01354-530100 Professional Services 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 267 O&M 01354-530300 Other Contractual Serv 774,700 799,878 823,874 848,590 874,048 900,269 927,278 955,096 983,749 1,013,261 1,043,659 268 O&M 01354-530400 Lot Mowing 35,960 37,129 38,243 39,390 40,572 41,789 43,042 44,334 45,664 47,034 48,445 269 O&M 01354-540100 Garage Services 59,760 62,748 65,885 69,180 72,639 76,271 80,084 84,088 88,293 92,707 97,343 270 O&M 01354-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 271 O&M 01354-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 272 O&M 01354-540900 Risk Mgmt Service 3,874 4,068 4,271 4,485 4,709 4,944 5,192 5,451 5,724 6,010 6,310 273 O&M 01354-541000 Info Technology Charge 89,590 94,070 98,773 103,712 108,897 114,342 120,059 126,062 132,365 138,983 145,933 274 O&M 01354-541100 Bldg & Maint Dept Svc Fx 246,240 258,552 271,480 285,054 299,306 314,272 329,985 346,484 363,809 381,999 401,099 275 O&M 01354-541200 Custodial Service 48,300 50,715 53,251 55,913 58,709 61,644 64,727 67,963 71,361 74,929 78,676 276 O&M 01354-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 277 O&M 01354-542000 Employee Benefits-Fixed 3,960 4,158 4,366 4,584 4,813 5,054 5,307 5,572 5,851 6,143 6,450 278 O&M 01354-542200 Elec-Util Charges 800,000 826,000 850,780 876,303 902,593 929,670 957,560 986,287 1,015,876 1,046,352 1,077,743 279 O&M 01354-542300 Gas,Water & Sanitation Utl 125,000 129,063 132,934 136,922 141,030 145,261 149,619 154,107 158,731 163,493 168,397 280 O&M 01354-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 281 O&M 01354-542800 Interfd Other Serv Chgs 33,710 35,396 37,165 39,024 40,975 43,023 45,175 47,433 49,805 52,295 54,910 282 O&M 01354-542900 Interfd Admin Service Chg 254,410 267,131 280,487 294,511 309,237 324,699 340,934 357,980 375,879 394,673 414,407 283 O&M 01354-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 284 O&M 01354-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 285 O&M 01354-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 286 O&M 01354-543700 Fees & Permits 7,800 8,054 8,295 8,544 8,800 9,064 9,336 9,616 9,905 10,202 10,508 287 O&M 01354-544100 Equipt Rental 65,000 67,113 69,126 71,200 73,336 75,536 77,802 80,136 82,540 85,016 87,567 288 O&M 01354-544600 Uniform Rental 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 289 O&M 01354-545100 Insurance 161,440 166,687 171,687 176,838 182,143 187,607 193,236 199,033 205,004 211,154 217,488 290 O&M 01354-546100 Ofc Equip Svc & Repair 250 258 266 274 282 291 299 308 317 327 337 291 O&M 01354-546200 Other Equip Svc & Repair 337,380 348,345 358,795 369,559 380,646 392,065 403,827 415,942 428,420 441,273 454,511 292 O&M 01354-547100 Uniforms-Employee 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 293 O&M 01354-547200 Travel Expense-Emp 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 294 O&M 01354-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 295 O&M 01354-547400 Meals-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 296 O&M 01354-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 297 O&M 01354-550400 Operating Supplies & Matls 803,500 829,614 854,502 880,137 906,541 933,738 961,750 990,602 1,020,320 1,050,930 1,082,458 298 O&M 01354-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 299 O&M 01354-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 300 O&M 01354-551500 Medical Supplies 400 413 425 438 451 465 479 493 508 523 539 301 O&M 01354-551700 Bulk Chemicals 852,500 880,206 906,612 933,811 961,825 990,680 1,020,400 1,051,012 1,082,543 1,115,019 1,148,470 302 O&M 01354-557100 Memberships/Subs/Lic Emp 2,180 2,251 2,318 2,388 2,460 2,533 2,609 2,688 2,768 2,851 2,937 303 O&M 01354-557300 Training & Ref Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 304 Total WET Marshall Street Plant 6,026,161$ 6,236,905$ 6,476,275$ 6,740,247$ 6,978,091$ 7,237,141$ 7,512,330$ 7,796,108$ 8,091,576$ 8,399,265$ 8,719,729$ WET Northeast PlantPersonnel Services 305 PS 01355-510100 Full Time Salaries & Wages 832,181 873,790 917,480 963,354 1,011,521 1,062,097 1,115,202 1,170,962 1,229,510 1,290,986 1,355,535 306 PS 01355-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 307 PS 01355-510500 Overtime 76,000 79,800 83,790 87,980 92,378 96,997 101,847 106,940 112,287 117,901 123,796 308 PS 01355-510900 Special Acting Pay 2,840 2,982 3,131 3,288 3,452 3,625 3,806 3,996 4,196 4,406 4,626 309 PS 01355-520400 Major Medical Ins-Emp 169,236 181,421 195,028 209,655 225,379 242,282 260,453 279,987 300,986 323,560 347,827 310 PS 01355-520600 Social Security-Employee 12,504 13,129 13,786 14,475 15,199 15,959 16,757 17,594 18,474 19,398 20,368 311 PS 01355-520700 Emp Pension Plan 60,823 42,753 52,154 76,053 66,175 66,798 72,713 76,349 80,166 84,174 88,383 312 PS 01355-520900 Workers Compensation 9,440 9,912 10,408 10,928 11,474 12,048 12,651 13,283 13,947 14,645 15,377 313 PS 01355-522000 CWA Life 2,366 2,536 2,727 2,931 3,151 3,387 3,641 3,914 4,208 4,524 4,863 Operations and Maintenance 314 O&M 01355-530100 Professional Services 100,000 103,250 106,348 109,538 112,824 116,209 119,695 123,286 126,984 130,794 134,718 315 O&M 01355-530300 Other Contractual Serv 1,112,400 1,148,553 1,183,010 1,218,500 1,255,055 1,292,707 1,331,488 1,371,432 1,412,575 1,454,953 1,498,601 316 O&M 01355-530400 Lot Mowing 59,240 61,165 63,000 64,890 66,837 68,842 70,907 73,035 75,226 77,482 79,807 317 O&M 01355-540100 Garage Services 71,390 74,960 78,707 82,643 86,775 91,114 95,669 100,453 105,476 110,749 116,287 318 O&M 01355-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 319 O&M 01355-540500 Radio Svc-Fixed 2,360 2,478 2,602 2,732 2,869 3,012 3,163 3,321 3,487 3,661 3,844 320 O&M 01355-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 321 O&M 01355-540900 Risk Mgmt Service 3,320 3,486 3,660 3,843 4,035 4,237 4,449 4,672 4,905 5,150 5,408 322 O&M 01355-541000 Info Technology Charge 78,610 82,541 86,668 91,001 95,551 100,328 105,345 110,612 116,143 121,950 128,047 323 O&M 01355-541100 Bldg & Maint Dept Svc Fx 265,360 278,628 292,559 307,187 322,547 338,674 355,608 373,388 392,058 411,660 432,243 324 O&M 01355-541200 Custodial Service 16,380 17,199 18,059 18,962 19,910 20,905 21,951 23,048 24,201 25,411 26,681 325 O&M 01355-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 326 O&M 01355-542000 Employee Benefits-Fixed 3,394 3,564 3,742 3,929 4,125 4,332 4,548 4,776 5,014 5,265 5,528 327 O&M 01355-542200 Elec-Util Charges 1,000,000 1,032,500 1,063,475 1,095,379 1,128,241 1,162,088 1,196,950 1,232,859 1,269,845 1,307,940 1,347,178 328 O&M 01355-542300 Gas,Water & Sanitation Utl 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 329 O&M 01355-542500 Postage 700 723 744 767 790 813 838 863 889 916 943 330 O&M 01355-542800 Interfd Other Serv Chgs 34,000 35,700 37,485 39,359 41,327 43,394 45,563 47,841 50,233 52,745 55,382 331 O&M 01355-542900 Interfd Admin Service Chg 254,410 267,131 280,487 294,511 309,237 324,699 340,934 357,980 375,879 394,673 414,407 332 O&M 01355-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 333 O&M 01355-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 334 O&M 01355-543500 Dump Fee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 335 O&M 01355-543700 Fees & Permits 7,025 7,253 7,471 7,695 7,926 8,164 8,409 8,661 8,921 9,188 9,464 336 O&M 01355-544100 Equipt Rental 100,000 103,250 106,348 109,538 112,824 116,209 119,695 123,286 126,984 130,794 134,718 337 O&M 01355-544600 Uniform Rental 12,500 12,906 13,293 13,692 14,103 14,526 14,962 15,411 15,873 16,349 16,840 338 O&M 01355-545100 Insurance 195,660 202,019 208,080 214,322 220,752 227,374 234,195 241,221 248,458 255,912 263,589 339 O&M 01355-546100 Ofc Equip Svc & Repair 500 516 532 548 564 581 598 616 635 654 674 340 O&M 01355-546200 Other Equip Svc & Repair 455,000 469,788 483,881 498,398 513,349 528,750 544,612 560,951 577,779 595,113 612,966 341 O&M 01355-547100 Uniforms-Employee 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 342 O&M 01355-547200 Travel Expense-Emp 3,600 3,717 3,829 3,943 4,062 4,184 4,309 4,438 4,571 4,709 4,850 343 O&M 01355-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 344 O&M 01355-547400 Meals-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 345 O&M 01355-550100 Office Supplies 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 346 O&M 01355-550400 Operating Supplies & Matls 500,000 516,250 531,738 547,690 564,120 581,044 598,475 616,429 634,922 653,970 673,589 347 O&M 01355-551000 Lab Chem Supplies 31,000 32,008 32,968 33,957 34,975 36,025 37,105 38,219 39,365 40,546 41,763 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 348 O&M 01355-551300 Small Tools & Implements 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 349 O&M 01355-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 350 O&M 01355-551700 Bulk Chemicals 976,250 1,007,978 1,038,217 1,069,364 1,101,445 1,134,488 1,168,523 1,203,579 1,239,686 1,276,877 1,315,183 351 O&M 01355-557100 Memberships/Subs/Lic Emp 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 352 O&M 01355-557300 Training & Ref Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 353 Total WET Northeast Plant 6,631,674$ 6,863,190$ 7,120,587$ 7,402,297$ 7,660,477$ 7,939,852$ 8,235,684$ 8,540,897$ 8,858,471$ 9,188,958$ 9,532,941$ WET East PlantPersonnel Services 354 PS 01356-510100 Full Time Salaries & Wages 767,874 806,268 846,581 888,910 933,356 980,023 1,029,025 1,080,476 1,134,500 1,191,225 1,250,786 355 PS 01356-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 356 PS 01356-510500 Overtime 130,000 136,500 143,325 150,491 158,016 165,917 174,212 182,923 192,069 201,673 211,756 357 PS 01356-520400 Major Medical Ins-Emp 129,080 138,374 148,752 159,908 171,901 184,794 198,653 213,552 229,569 246,787 265,296 358 PS 01356-520600 Social Security-Employee 12,551 13,179 13,837 14,529 15,256 16,019 16,820 17,661 18,544 19,471 20,444 359 PS 01356-520700 Emp Pension Plan 60,236 42,272 51,567 75,196 65,430 66,046 71,894 75,489 79,263 83,226 87,388 360 PS 01356-520900 Workers Compensation 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 361 PS 01356-522000 CWA Life 1,820 1,951 2,097 2,255 2,424 2,606 2,801 3,011 3,237 3,480 3,741 Operations and Maintenance362O&M 01356-530100 Professional Services 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 363 O&M 01356-530300 Other Contractual Serv 261,860 270,370 278,482 286,836 295,441 304,304 313,433 322,836 332,522 342,497 352,772 364 O&M 01356-530400 Lot Mowing 15,560 16,066 16,548 17,044 17,555 18,082 18,625 19,183 19,759 20,352 20,962 365 O&M 01356-540100 Garage Services 26,840 28,182 29,591 31,071 32,624 34,255 35,968 37,767 39,655 41,638 43,720 366 O&M 01356-540500 Radio Svc-Fixed 590 620 650 683 717 753 791 830 872 915 961 367 O&M 01356-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 368 O&M 01356-540900 Risk Mgmt Service 2,767 2,905 3,051 3,203 3,363 3,531 3,708 3,893 4,088 4,293 4,507 369 O&M 01356-541000 Info Technology Charge 58,230 61,142 64,199 67,409 70,779 74,318 78,034 81,935 86,032 90,334 94,851 370 O&M 01356-541100 Bldg & Maint Dept Svc Fx 92,590 97,220 102,080 107,184 112,544 118,171 124,079 130,283 136,798 143,637 150,819 371 O&M 01356-541200 Custodial Service 7,410 7,781 8,170 8,578 9,007 9,457 9,930 10,427 10,948 11,495 12,070 372 O&M 01356-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 373 O&M 01356-542000 Employee Benefits-Fixed 2,828 2,969 3,118 3,274 3,437 3,609 3,790 3,979 4,178 4,387 4,607 374 O&M 01356-542200 Elec-Util Charges 425,000 438,813 451,977 465,536 479,502 493,887 508,704 523,965 539,684 555,875 572,551 375 O&M 01356-542300 Gas,Water & Sanitation Utl 35,000 36,138 37,222 38,338 39,488 40,673 41,893 43,150 44,445 45,778 47,151 376 O&M 01356-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 377 O&M 01356-542800 Interfd Other Serv Chgs 25,920 27,216 28,577 30,006 31,506 33,081 34,735 36,472 38,296 40,210 42,221 378 O&M 01356-542900 Interfd Admin Service Chg 195,700 205,485 215,759 226,547 237,875 249,768 262,257 275,370 289,138 303,595 318,775 379 O&M 01356-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 380 O&M 01356-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 381 O&M 01356-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 382 O&M 01356-543700 Fees & Permits 6,500 6,711 6,913 7,120 7,334 7,554 7,780 8,014 8,254 8,502 8,757 383 O&M 01356-544100 Equipt Rental 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 384 O&M 01356-544600 Uniform Rental 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 385 O&M 01356-545100 Insurance 67,200 69,384 71,466 73,609 75,818 78,092 80,435 82,848 85,334 87,894 90,530 386 O&M 01356-546100 Ofc Equip Svc & Repair 250 258 266 274 282 291 299 308 317 327 337 387 O&M 01356-546200 Other Equip Svc & Repair 160,000 165,200 170,156 175,261 180,519 185,934 191,512 197,257 203,175 209,270 215,549 388 O&M 01356-547100 Uniforms-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 389 O&M 01356-547200 Travel Expense-Emp 1,600 1,652 1,702 1,753 1,805 1,859 1,915 1,973 2,032 2,093 2,155 390 O&M 01356-547300 Mileage Reimbursement 250 258 266 274 282 291 299 308 317 327 337 391 O&M 01356-547400 Meals-Employee 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 392 O&M 01356-550100 Office Supplies 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 393 O&M 01356-550400 Operating Supplies & Matls 300,000 309,750 319,043 328,614 338,472 348,626 359,085 369,858 380,953 392,382 404,153 394 O&M 01356-551000 Lab Chem Supplies 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 395 O&M 01356-551300 Small Tools & Implements 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 396 O&M 01356-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 397 O&M 01356-551700 Bulk Chemicals 320,000 330,400 340,312 350,521 361,037 371,868 383,024 394,515 406,350 418,541 431,097 398 O&M 01356-557100 Memberships/Subs/Lic Emp 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 399 O&M 01356-557300 Training & Ref Employee 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 400 Total WET East Plant 3,244,446$ 3,358,591$ 3,501,832$ 3,665,306$ 3,801,567$ 3,954,689$ 4,119,837$ 4,289,852$ 4,467,516$ 4,653,201$ 4,847,302$ Water DistributionPersonnel Services401PS02051-510100 Full Time Salaries & Wages 2,354,767 2,472,505 2,596,131 2,725,937 2,862,234 3,005,346 3,155,613 3,313,394 3,479,063 3,653,016 3,835,667 402 PS 02051-510400 Special Pay 41,320 43,386 45,555 47,833 50,225 52,736 55,373 58,141 61,048 64,101 67,306 403 PS 02051-510500 Overtime 142,000 149,100 156,555 164,383 172,602 181,232 190,294 199,808 209,799 220,289 231,303 404 PS 02051-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 405 PS 02051-520300 Samp Life Insurance 674 723 777 835 898 965 1,037 1,115 1,199 1,289 1,385 406 PS 02051-520400 Major Medical Ins-Emp 484,759 519,662 558,636 600,534 645,574 693,992 746,042 801,995 862,144 926,805 996,315 407 PS 02051-520600 Social Security-Employee 40,072 42,076 44,179 46,388 48,708 51,143 53,700 56,385 59,205 62,165 65,273 408 PS 02051-520700 Emp Pension Plan 167,187 118,592 144,669 210,959 183,561 185,289 201,696 211,781 222,370 233,488 245,163 409 PS 02051-520900 Workers Compensation 20,400 21,420 22,491 23,616 24,796 26,036 27,338 28,705 30,140 31,647 33,229 410 PS 02051-521000 Disability Insurance 347 372 400 430 462 497 534 574 617 663 713 411 PS 02051-522000 CWA Life 6,552 7,024 7,551 8,117 8,726 9,380 10,083 10,840 11,653 12,527 13,466 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance412O&M 02051-530100 Professional Services 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 413 O&M 02051-530300 Other Contractual Serv 25,400 26,226 27,012 27,823 28,657 29,517 30,403 31,315 32,254 33,222 34,218 414 O&M 02051-540100 Garage Services 483,070 507,224 532,585 559,214 587,175 616,533 647,360 679,728 713,714 749,400 786,870 415 O&M 02051-540300 Telephone Service Variable 9,605 10,085 10,590 11,119 11,675 12,259 12,872 13,515 14,191 14,901 15,646 416 O&M 02051-540400 Messenger Service 1,636 1,718 1,804 1,894 1,989 2,088 2,192 2,302 2,417 2,538 2,665 417 O&M 02051-540500 Radio Svc-Fixed 26,190 27,500 28,874 30,318 31,834 33,426 35,097 36,852 38,695 40,629 42,661 418 O&M 02051-540900 Risk Mgmt Service 10,237 10,749 11,286 11,851 12,443 13,065 13,719 14,404 15,125 15,881 16,675 419 O&M 02051-541000 Info Technology Charge 268,220 281,631 295,713 310,498 326,023 342,324 359,440 377,412 396,283 416,097 436,902 420 O&M 02051-541500 Garage Variable 50,000 52,500 55,125 57,881 60,775 63,814 67,005 70,355 73,873 77,566 81,445 421 O&M 02051-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 422 O&M 02051-541800 Administrative Charge 1,185,850 1,245,143 1,307,400 1,372,770 1,441,408 1,513,478 1,589,152 1,668,610 1,752,041 1,839,643 1,931,625 423 O&M 02051-542000 Employee Benefits-Fixed 10,465 10,988 11,538 12,115 12,720 13,356 14,024 14,725 15,462 16,235 17,046 424 O&M 02051-542100 Telephone-Util Chgs 4,500 4,646 4,786 4,929 5,077 5,229 5,386 5,548 5,714 5,886 6,062 425 O&M 02051-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 426 O&M 02051-542700 Interfd Svc Chg-Other Fund 112,160 117,768 123,656 129,839 136,331 143,148 150,305 157,820 165,711 173,997 182,697 427 O&M 02051-542800 Interfd Other Serv Chgs 272,410 286,031 300,332 315,349 331,116 347,672 365,055 383,308 402,474 422,597 443,727 428 O&M 02051-542900 Interfd Admin Service Chg 743,650 780,833 819,874 860,868 903,911 949,107 996,562 1,046,390 1,098,710 1,153,645 1,211,327 429 O&M 02051-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 430 O&M 02051-543200 Other Promotion Activity 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 431 O&M 02051-543400 Printing & Binding 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 432 O&M 02051-543700 Fees & Permits 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 433 O&M 02051-544100 Equipt Rental 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 434 O&M 02051-544600 Uniform Rental 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 435 O&M 02051-545100 Insurance 382,700 395,138 406,992 419,202 431,778 444,731 458,073 471,815 485,970 500,549 515,565 436 O&M 02051-546200 Other Equip Svc & Repair 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 437 O&M 02051-546900 R & R Infrastructure 120,000 123,900 127,617 131,446 135,389 139,451 143,634 147,943 152,381 156,953 161,661 438 O&M 02051-547100 Uniforms-Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 439 O&M 02051-547200 Travel Expense-Emp 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 440 O&M 02051-547300 Mileage Reimbursement 250 258 266 274 282 291 299 308 317 327 337 441 O&M 02051-547400 Meals-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 442 O&M 02051-550100 Office Supplies 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 443 O&M 02051-550400 Operating Supplies & Matls 558,000 576,135 593,419 611,222 629,558 648,445 667,898 687,935 708,573 729,831 751,725 444 O&M 02051-551000 Lab Chem Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 445 O&M 02051-551300 Small Tools & Implements 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 446 O&M 02051-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 447 O&M 02051-557100 Memberships/Subs/Lic Emp 10,320 10,655 10,975 11,304 11,643 11,993 12,353 12,723 13,105 13,498 13,903 448 O&M 02051-557300 Training & Ref Employee 31,405 32,426 33,398 34,400 35,432 36,495 37,590 38,718 39,879 41,076 42,308 Capital Outlay 449 CO 02051-591000 Contrib To Garage Fund 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 450 CO 02051-571500 Principal-Interfund Loans 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 451 CO 02051-572200 Interest Other 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 452 CO 02051-572500 Interest-Interfund Loans 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 453 Total Water Distribution 7,826,554$ 8,145,859$ 8,556,447$ 9,026,647$ 9,423,577$ 9,871,128$ 10,355,988$ 10,858,351$ 11,386,308$ 11,941,215$ 12,524,506$ Water SupplyPersonnel Services454PS02053-510100 Full Time Salaries & Wages 353,258 370,921 389,467 408,940 429,387 450,857 473,400 497,069 521,923 548,019 575,420 455 PS 02053-510400 Special Pay 2,600 2,730 2,867 3,010 3,160 3,318 3,484 3,658 3,841 4,033 4,235 456 PS 02053-510500 Overtime 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 457 PS 02053-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 458 PS 02053-520300 Samp Life Insurance 726 778 837 899 967 1,039 1,117 1,201 1,291 1,388 1,492 459 PS 02053-520400 Major Medical Ins-Emp 60,228 64,564 69,407 74,612 80,208 86,224 92,691 99,642 107,116 115,149 123,785 460 PS 02053-520600 Social Security-Employee 4,790 5,030 5,281 5,545 5,822 6,113 6,419 6,740 7,077 7,431 7,802 461 PS 02053-520700 Emp Pension Plan 24,599 16,861 20,569 29,994 26,098 26,344 28,677 30,110 31,616 33,197 34,857 462 PS 02053-520900 Workers Compensation 1,830 1,922 2,018 2,118 2,224 2,336 2,452 2,575 2,704 2,839 2,981 463 PS 02053-521000 Disability Insurance 324 347 373 401 431 464 499 536 576 619 666 464 PS 02053-522000 CWA Life 364 390 419 451 485 521 560 602 647 696 748 Operations and Maintenance465O&M 02053-530100 Professional Services 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 466 O&M 02053-530300 Other Contractual Serv 80,000 82,600 85,078 87,630 90,259 92,967 95,756 98,629 101,588 104,635 107,774 467 O&M 02053-530400 Lot Mowing 14,320 14,785 15,229 15,686 16,156 16,641 17,140 17,655 18,184 18,730 19,292 468 PWC 02053-531100 Inv Purchase-Resale 8,111,706 7,717,281 7,996,170 8,283,084 8,578,101 8,881,283 4,470,633 3,718,611 3,904,541 4,099,768 4,304,757 469 O&M 02053-540100 Garage Services 18,530 19,457 20,429 21,451 22,523 23,649 24,832 26,074 27,377 28,746 30,183 470 O&M 02053-540300 Telephone Service Variable 5,085 5,339 5,606 5,887 6,181 6,490 6,814 7,155 7,513 7,889 8,283 471 O&M 02053-540500 Radio Svc-Fixed 590 620 650 683 717 753 791 830 872 915 961 472 O&M 02053-540900 Risk Mgmt Service 1,107 1,162 1,220 1,281 1,346 1,413 1,483 1,558 1,636 1,717 1,803 473 O&M 02053-541000 Info Technology Charge 108,980 114,429 120,150 126,158 132,466 139,089 146,044 153,346 161,013 169,064 177,517 474 O&M 02053-541100 Bldg & Maint Dept Svc Fx 4,690 4,925 5,171 5,429 5,701 5,986 6,285 6,599 6,929 7,276 7,640 475 O&M 02053-541500 Garage Variable 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 476 O&M 02053-542000 Employee Benefits-Fixed 1,131 1,188 1,247 1,309 1,375 1,443 1,516 1,591 1,671 1,755 1,842 477 O&M 02053-542200 Elec-Util Charges 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 478 O&M 02053-542700 Interfd Svc Chg-Other Fund 22,520 23,646 24,828 26,070 27,373 28,742 30,179 31,688 33,272 34,936 36,683 479 O&M 02053-542800 Interfd Other Serv Chgs 10,380 10,899 11,444 12,016 12,617 13,248 13,910 14,606 15,336 16,103 16,908 480 O&M 02053-542900 Interfd Admin Service Chg 78,280 82,194 86,304 90,619 95,150 99,907 104,903 110,148 115,655 121,438 127,510 481 O&M 02053-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 482 O&M 02053-543200 Other Promotion Activity 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 483 O&M 02053-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 484 O&M 02053-543700 Fees & Permits 6,075 6,272 6,461 6,654 6,854 7,060 7,271 7,490 7,714 7,946 8,184 485 O&M 02053-544100 Equipt Rental 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 486 O&M 02053-544600 Uniform Rental 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 487 O&M 02053-545100 Insurance 138,800 143,311 147,610 152,039 156,600 161,298 166,137 171,121 176,254 181,542 186,988 488 O&M 02053-547100 Uniforms-Employee 900 929 957 986 1,015 1,046 1,077 1,110 1,143 1,177 1,212 489 O&M 02053-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 490 O&M 02053-547300 Mileage Reimbursement 100 103 106 110 113 116 120 123 127 131 135 491 O&M 02053-547400 Meals-Employee 100 103 106 110 113 116 120 123 127 131 135 492 O&M 02053-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 493 O&M 02053-550400 Operating Supplies & Matls 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 494 O&M 02053-551000 Lab Chem Supplies 2,500 2,581 2,659 2,738 2,821 2,905 2,992 3,082 3,175 3,270 3,368 495 O&M 02053-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 496 O&M 02053-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 497 O&M 02053-557100 Memberships/Subs/Lic Emp 2,250 2,323 2,393 2,465 2,539 2,615 2,693 2,774 2,857 2,943 3,031 498 O&M 02053-557300 Training & Ref Employee 2,350 2,426 2,499 2,574 2,651 2,731 2,813 2,897 2,984 3,074 3,166 499 Total Water Supply 9,149,631$ 8,794,016$ 9,124,797$ 9,471,660$ 9,815,765$ 10,174,764$ 5,824,738$ 5,135,303$ 5,386,903$ 5,651,044$ 5,928,358$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Reclaimed WaterPersonnel Services 500 PS 02054-510100 Full Time Salaries & Wages 926,295 972,610 1,021,240 1,072,302 1,125,917 1,182,213 1,241,324 1,303,390 1,368,560 1,436,988 1,508,837 501 PS 02054-510400 Special Pay 20,660 21,693 22,778 23,917 25,112 26,368 27,686 29,071 30,524 32,050 33,653 502 PS 02054-510500 Overtime 49,000 51,450 54,023 56,724 59,560 62,538 65,665 68,948 72,395 76,015 79,816 503 PS 02054-520100 Life Ins $2500 Empl & Pens 9 10 10 11 12 13 14 15 16 17 18 504 PS 02054-520300 Samp Life Insurance 350 375 403 434 466 501 539 579 622 669 719 505 PS 02054-520400 Major Medical Ins-Emp 194,340 208,332 223,957 240,754 258,811 278,222 299,088 321,520 345,634 371,556 399,423 506 PS 02054-520600 Social Security-Employee 13,777 14,466 15,189 15,949 16,746 17,583 18,462 19,386 20,355 21,373 22,441 507 PS 02054-520700 Emp Pension Plan 67,419 46,536 56,769 82,781 72,030 72,708 79,146 83,104 87,259 91,622 96,203 508 PS 02054-520900 Workers Compensation 15,800 16,590 17,420 18,290 19,205 20,165 21,174 22,232 23,344 24,511 25,737 509 PS 02054-522000 CWA Life 2,548 2,731 2,936 3,157 3,393 3,648 3,921 4,215 4,532 4,871 5,237 Operations and Maintenance510O&M 02054-530100 Professional Services 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 511 O&M 02054-530300 Other Contractual Serv 5,560 5,741 5,913 6,090 6,273 6,461 6,655 6,855 7,060 7,272 7,490 512 O&M 02054-540100 Garage Services 95,000 99,750 104,738 109,974 115,473 121,247 127,309 133,675 140,358 147,376 154,745 513 O&M 02054-540300 Telephone Service Variable 5,650 5,933 6,229 6,541 6,868 7,211 7,572 7,950 8,348 8,765 9,203 514 O&M 02054-540500 Radio Svc-Fixed 10,020 10,521 11,047 11,599 12,179 12,788 13,428 14,099 14,804 15,544 16,322 515 O&M 02054-540900 Risk Mgmt Service 4,150 4,358 4,575 4,804 5,044 5,297 5,561 5,839 6,131 6,438 6,760 516 O&M 02054-541000 Info Technology Charge 121,250 127,313 133,678 140,362 147,380 154,749 162,487 170,611 179,141 188,099 197,503 517 O&M 02054-541500 Garage Variable 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 518 O&M 02054-541800 Administrative Charge 290,870 305,414 320,684 336,718 353,554 371,232 389,794 409,283 429,747 451,235 473,797 519 O&M 02054-542000 Employee Benefits-Fixed 4,243 4,455 4,678 4,912 5,157 5,415 5,686 5,970 6,269 6,582 6,911 520 O&M 02054-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 521 O&M 02054-542800 Interfd Other Serv Chgs 38,890 40,835 42,876 45,020 47,271 49,635 52,116 54,722 57,458 60,331 63,348 522 O&M 02054-542900 Interfd Admin Service Chg 293,550 308,228 323,639 339,821 356,812 374,652 393,385 413,054 433,707 455,392 478,162 523 O&M 02054-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 524 O&M 02054-543400 Printing & Binding 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 525 O&M 02054-543900 Other Refunds 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 526 O&M 02054-544600 Uniform Rentals 13,000 13,423 13,825 14,240 14,667 15,107 15,560 16,027 16,508 17,003 17,513 527 O&M 02054-545100 Insurance 311,140 321,252 330,890 340,816 351,041 361,572 372,419 383,592 395,100 406,952 419,161 528 O&M 02054-546200 Other Equip Svc & Repair 2,400 2,478 2,552 2,629 2,708 2,789 2,873 2,959 3,048 3,139 3,233 529 O&M 02054-547100 Uniforms-Employee 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 530 O&M 02054-547200 Travel Expense-Emp 4,150 4,285 4,413 4,546 4,682 4,823 4,967 5,116 5,270 5,428 5,591 531 O&M 02054-547300 Mileage Reimbursement 300 310 319 329 338 349 359 370 381 392 404 532 O&M 02054-547400 Meals-Employee 550 568 585 602 621 639 658 678 698 719 741 533 O&M 02054-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 534 O&M 02054-550400 Operating Supplies & Matls 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 535 O&M 02054-551300 Small Tools & Implements 12,000 12,390 12,762 13,145 13,539 13,945 14,363 14,794 15,238 15,695 16,166 536 O&M 02054-551500 Medical Supplies 800 826 851 876 903 930 958 986 1,016 1,046 1,078 537 O&M 02054-557100 Memberships/Subs/Lic Emp 1,090 1,125 1,159 1,194 1,230 1,267 1,305 1,344 1,384 1,426 1,468 538 O&M 02054-557300 Training & Ref Employee 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 Capital Outlay539CO02054-572200 Interest Other 500 500 500 500 500 500 500 500 500 500 500 540 Total Reclaimed Water 2,720,911$ 2,827,452$ 2,970,704$ 3,136,446$ 3,272,487$ 3,427,396$ 3,595,900$ 3,770,174$ 3,953,339$ 4,145,869$ 4,348,267$ Water Supply RO 1Personnel Services541PS02056-510100 Full Time Salaries & Wages 501,584 526,663 552,996 580,646 609,678 640,162 672,171 705,779 741,068 778,121 817,027 542 PS 02056-510400 Special Pay 30,990 32,540 34,166 35,875 37,669 39,552 41,530 43,606 45,786 48,076 50,479 543 PS 02056-510500 Overtime 48,000 50,400 52,920 55,566 58,344 61,262 64,325 67,541 70,918 74,464 78,187 544 PS 02056-520400 Major Medical Ins-Emp 92,504 99,164 106,602 114,597 123,191 132,431 142,363 153,040 164,518 176,857 190,122 545 PS 02056-520600 Social Security-Employee 7,889 8,283 8,698 9,133 9,589 10,069 10,572 11,101 11,656 12,238 12,850 546 PS 02056-520700 Emp Pension Plan 37,590 27,127 33,092 48,256 41,989 42,384 46,137 48,444 50,866 53,409 56,080 547 PS 02056-520900 Workers Compensation 3,670 3,854 4,046 4,248 4,461 4,684 4,918 5,164 5,422 5,693 5,978 548 PS 02056-522000 CWA Life 1,274 1,366 1,468 1,578 1,697 1,824 1,961 2,108 2,266 2,436 2,618 Operations and Maintenance 549 O&M 02056-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 550 O&M 02056-530300 Other Contractual Serv 198,600 205,055 211,206 217,542 224,069 230,791 237,714 244,846 252,191 259,757 267,550 551 O&M 02056-530400 Lot Mowing 13,960 14,414 14,846 15,291 15,750 16,223 16,709 17,211 17,727 18,259 18,807 552 O&M 02056-540100 Garage Services 19,330 20,297 21,311 22,377 23,496 24,671 25,904 27,199 28,559 29,987 31,487 553 O&M 02056-540300 Telephone Service Variable 1,130 1,187 1,246 1,308 1,374 1,442 1,514 1,590 1,670 1,753 1,841 554 O&M 02056-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 555 O&M 02056-540900 Risk Mgmt Service 2,214 2,325 2,441 2,563 2,691 2,826 2,967 3,115 3,271 3,435 3,606 556 O&M 02056-541000 Info Technology Charge 59,740 62,727 65,863 69,157 72,614 76,245 80,057 84,060 88,263 92,676 97,310 557 O&M 02056-541100 Bldg & Maint Dept Svc Fx 72,720 76,356 80,174 84,182 88,392 92,811 97,452 102,324 107,441 112,813 118,453 558 O&M 02056-541200 Custodial Service 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 559 O&M 02056-541600 Bldg & Maint-Variable 80 84 88 93 97 102 107 113 118 124 130 560 O&M 02056-542000 Employee Benefits-Fixed 2,263 2,376 2,495 2,620 2,751 2,888 3,033 3,184 3,343 3,511 3,686 561 O&M 02056-542200 Elec-Util Charges 700,000 722,750 744,433 766,765 789,768 813,461 837,865 863,001 888,891 915,558 943,025 562 O&M 02056-542300 Gas,Water & Sanitation Utl 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 563 O&M 02056-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 564 O&M 02056-542800 Interfd Other Serv Chgs 18,150 19,058 20,010 21,011 22,061 23,165 24,323 25,539 26,816 28,157 29,564 565 O&M 02056-542900 Interfd Admin Service Chg 136,990 143,840 151,031 158,583 166,512 174,838 183,580 192,759 202,397 212,516 223,142 566 O&M 02056-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 567 O&M 02056-543200 Other Promotion Activity 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 568 O&M 02056-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 569 O&M 02056-543500 Dump Fee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 570 O&M 02056-544100 Equipt Rental 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 571 O&M 02056-544600 Uniform Rental 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 572 O&M 02056-545100 Insurance 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 573 O&M 02056-546200 Other Equip Svc & Repair 60,000 61,950 63,809 65,723 67,694 69,725 71,817 73,972 76,191 78,476 80,831 574 O&M 02056-547100 Uniforms-Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 575 O&M 02056-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 576 O&M 02056-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 577 O&M 02056-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 578 O&M 02056-550100 Office Supplies 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 579 O&M 02056-550400 Operating Supplies & Matls 485,000 500,763 515,785 531,259 547,197 563,613 580,521 597,937 615,875 634,351 653,381 580 O&M 02056-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 581 O&M 02056-551300 Small Tools & Implements 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 582 O&M 02056-551500 Medical Supplies 200 207 213 219 226 232 239 247 254 262 269 583 O&M 02056-551700 Bulk Chemicals 485,000 500,763 515,785 531,259 547,197 563,613 580,521 597,937 615,875 634,351 653,381 584 O&M 02056-557100 Memberships/Subs/Lic Emp 750 774 798 822 846 872 898 925 952 981 1,010 585 O&M 02056-557300 Training & Ref Employee 6,025 6,221 6,407 6,600 6,798 7,002 7,212 7,428 7,651 7,880 8,117 586 Total Water Supply RO 1 3,075,893$ 3,183,881$ 3,308,275$ 3,446,719$ 3,568,804$ 3,702,853$ 3,845,802$ 3,993,101$ 4,146,577$ 4,306,516$ 4,473,218$ Water Supply RO 2Personnel Services 587 PS 02057-510100 Full Time Salaries & Wages 576,765 605,603 635,883 667,678 701,061 736,115 772,920 811,566 852,145 894,752 939,489 588 PS 02057-510400 Special Pay 30,990 32,540 34,166 35,875 37,669 39,552 41,530 43,606 45,786 48,076 50,479 589 PS 02057-510500 Overtime 48,000 50,400 52,920 55,566 58,344 61,262 64,325 67,541 70,918 74,464 78,187 590 PS 02057-520400 Major Medical Ins-Emp 108,996 116,844 125,607 135,028 145,155 156,041 167,744 180,325 193,849 208,388 224,017 591 PS 02057-520600 Social Security-Employee 9,007 9,457 9,930 10,427 10,948 11,495 12,070 12,674 13,307 13,973 14,671 592 PS 02057-520700 Emp Pension Plan 42,774 30,640 37,378 54,505 47,426 47,872 52,111 54,717 57,453 60,325 63,342 593 PS 02057-520900 Workers Compensation 3,670 3,854 4,046 4,248 4,461 4,684 4,918 5,164 5,422 5,693 5,978 594 PS 02057-522000 CWA Life 1,456 1,561 1,678 1,804 1,939 2,084 2,241 2,409 2,589 2,784 2,992 Operations and Maintenance595O&M 02057-530100 Professional Services 26,000 26,845 27,650 28,480 29,334 30,214 31,121 32,054 33,016 34,006 35,027 596 O&M 02057-530300 Other Contractual Serv 199,800 206,294 212,482 218,857 225,422 232,185 239,151 246,325 253,715 261,326 269,166 597 O&M 02057-530400 Lot Mowing 11,560 11,936 12,294 12,663 13,042 13,434 13,837 14,252 14,679 15,120 15,573 598 O&M 02057-540100 Garage Services 32,240 33,852 35,545 37,322 39,188 41,147 43,205 45,365 47,633 50,015 52,516 599 O&M 02057-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 600 O&M 02057-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 601 O&M 02057-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 602 O&M 02057-540900 Risk Mgmt Service 2,214 2,325 2,441 2,563 2,691 2,826 2,967 3,115 3,271 3,435 3,606 603 O&M 02057-541000 Info Technology Charge 46,360 48,678 51,112 53,667 56,351 59,168 62,127 65,233 68,495 71,920 75,516 604 O&M 02057-541100 Bldg & Maint Dept Svc Fx 93,360 98,028 102,929 108,076 113,480 119,154 125,111 131,367 137,935 144,832 152,074 605 O&M 02057-541200 Custodial Service 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 606 O&M 02057-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 607 O&M 02057-542000 Employee Benefits-Fixed 2,263 2,376 2,495 2,620 2,751 2,888 3,033 3,184 3,343 3,511 3,686 608 O&M 02057-542200 Elec-Util Charges 500,000 516,250 531,738 547,690 564,120 581,044 598,475 616,429 634,922 653,970 673,589 609 O&M 02057-542300 Gas,Water & Sanitation Utl 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 610 O&M 02057-542500 Postage 400 413 425 438 451 465 479 493 508 523 539 611 O&M 02057-542800 Interfd Other Serv Chgs 20,730 21,767 22,855 23,998 25,197 26,457 27,780 29,169 30,628 32,159 33,767 612 O&M 02057-542900 Interfd Admin Service Chg 156,560 164,388 172,607 181,238 190,300 199,815 209,805 220,296 231,310 242,876 255,020 613 O&M 02057-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 614 O&M 02057-543200 Other Promotion Activity 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 615 O&M 02057-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 616 O&M 02057-543700 Fees & Permits 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 617 O&M 02057-544100 Equipt Rental 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 618 O&M 02057-544600 Uniform Rental 7,000 7,228 7,444 7,668 7,898 8,135 8,379 8,630 8,889 9,156 9,430 619 O&M 02057-545100 Insurance 5,640 5,823 5,998 6,178 6,363 6,554 6,751 6,953 7,162 7,377 7,598 620 O&M 02057-546200 Other Equip Svc & Repair 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 621 O&M 02057-547100 Uniforms-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 622 O&M 02057-547200 Travel Expense-Emp 1,800 1,859 1,914 1,972 2,031 2,092 2,155 2,219 2,286 2,354 2,425 623 O&M 02057-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 624 O&M 02057-547400 Meals-Employee 300 310 319 329 338 349 359 370 381 392 404 625 O&M 02057-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 626 O&M 02057-550400 Operating Supplies & Matls 330,000 340,725 350,947 361,475 372,319 383,489 394,994 406,843 419,049 431,620 444,569 627 O&M 02057-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 628 O&M 02057-551300 Small Tools & Implements 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 629 O&M 02057-551500 Medical Supplies 200 207 213 219 226 232 239 247 254 262 269 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 630 O&M 02057-551700 Bulk Chemicals 450,000 464,625 478,564 492,921 507,708 522,940 538,628 554,787 571,430 588,573 606,230 631 O&M 02057-557100 Memberships/Subs/Lic Emp 1,620 1,673 1,723 1,775 1,828 1,883 1,939 1,997 2,057 2,119 2,182 632 O&M 02057-557300 Training & Ref Employee 6,250 6,453 6,647 6,846 7,052 7,263 7,481 7,705 7,937 8,175 8,420 Capital Outlay 633 Total Water Supply RO 2 2,875,160$ 2,977,527$ 3,099,702$ 3,237,215$ 3,355,702$ 3,487,139$ 3,628,052$ 3,773,284$ 3,924,883$ 4,083,157$ 4,248,426$ Water Supply RO 3Personnel Services634PS02058-510100 Salaries & Wages-Full Time 73,389 77,058 80,911 84,957 89,205 93,665 98,348 103,266 108,429 113,850 119,543 635 PS 02058-510400 Special Pay 3,900 4,095 4,300 4,515 4,740 4,977 5,226 5,488 5,762 6,050 6,353 636 PS 02058-520400 Major Medical Insurance 12,192 13,070 14,050 15,104 16,237 17,454 18,763 20,171 21,683 23,310 25,058 637 PS 02058-520600 Social Security 1,023 1,074 1,128 1,184 1,243 1,306 1,371 1,439 1,511 1,587 1,666 638 PS 02058-520700 Pension Plan Contribution 5,093 5,320 5,595 5,996 6,353 6,717 7,115 7,537 7,984 8,457 8,959 639 PS 02058-522000 Life Ins CWA 182 195 210 225 242 261 280 301 324 348 374 640 O&M 02058-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 641 O&M 02058-530300 Other Contractual Serv 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 642 O&M 02058-530400 Lot Mowing 6,360 6,567 6,764 6,967 7,176 7,391 7,613 7,841 8,076 8,318 8,568 643 O&M 02058-540100 Garage Services 2,990 3,140 3,296 3,461 3,634 3,816 4,007 4,207 4,418 4,638 4,870 644 O&M 02058-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 645 O&M 02058-541000 Info Technology Charge 16,000 16,800 17,640 18,522 19,448 20,421 21,442 22,514 23,639 24,821 26,062 646 O&M 02058-541100 Bldg & Maint Dept Svc Fx 71,200 74,760 78,498 82,423 86,544 90,871 95,415 100,186 105,195 110,455 115,977 647 O&M 02058-541600 Bldg & Maint-Variable 300 315 331 347 365 383 402 422 443 465 489 648 O&M 02058-542200 Elec-Util Charges 180,000 185,850 191,426 197,168 203,083 209,176 215,451 221,915 228,572 235,429 242,492 649 O&M 02058-542300 Gas,Water & Sanitation Utl 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 650 O&M 02058-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 651 O&M 02058-542800 Interfd Other Serv Chgs 4,280 4,494 4,719 4,955 5,202 5,462 5,736 6,022 6,324 6,640 6,972 652 O&M 02058-542900 Interfd Admin Service Chg 19,570 20,549 21,576 22,655 23,787 24,977 26,226 27,537 28,914 30,359 31,877 653 O&M 02058-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 654 O&M 02058-543400 Printing & Binding 200 207 213 219 226 232 239 247 254 262 269 655 O&M 02058-544100 Equipt Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 656 O&M 02058-545100 Insurance 440 454 468 482 496 511 527 542 559 575 593 657 O&M 02058-546200 Other Equip Svc & Repair 22,000 22,715 23,396 24,098 24,821 25,566 26,333 27,123 27,937 28,775 29,638 658 O&M 02058-550100 Office Supplies 150 155 160 164 169 174 180 185 190 196 202 659 O&M 02058-550400 Operating Supplies & Matls 60,000 61,950 63,809 65,723 67,694 69,725 71,817 73,972 76,191 78,476 80,831 660 O&M 02058-551000 Lab Chem Supplies 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 661 O&M 02058-551300 Small Tools & Implements 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 662 O&M 02058-551500 Medical Supplies 150 155 160 164 169 174 180 185 190 196 202 663 O&M 02058-551700 Bulk Chemicals 70,000 72,275 74,443 76,677 78,977 81,346 83,787 86,300 88,889 91,556 94,302 664 Total Water Supply RO 3 607,884$ 631,571$ 655,288$ 680,083$ 705,826$ 732,612$ 760,516$ 789,576$ 819,843$ 851,372$ 884,220$ Lift Stations MaintenancePersonnel Services 665 PS 01348-510100 Salaries & Wages-Full Time 306,151 321,459 337,531 354,408 372,128 390,735 410,272 430,785 452,324 474,941 498,688 666 PS 01348-510400 Special Pay 35,500 37,275 39,139 41,096 43,150 45,308 47,573 49,952 52,450 55,072 57,826 667 PS 01348-510500 Salaries & Wages-Overtime 17,000 17,850 18,743 19,680 20,664 21,697 22,782 23,921 25,117 26,373 27,691 668 PS 01348-520400 Major Medical Insurance 76,000 81,472 87,582 94,151 101,212 108,803 116,964 125,736 135,166 145,304 156,201 669 PS 01348-520600 Social Security 4,677 4,911 5,156 5,414 5,685 5,969 6,268 6,581 6,910 7,256 7,618 670 PS 01348-520700 Emp Pension Plan 22,427 16,758 20,443 29,810 25,939 26,183 28,501 29,926 31,423 32,994 34,643 671 PS 01348-520900 Workers Compensation 2,690 2,825 2,966 3,114 3,270 3,433 3,605 3,785 3,974 4,173 4,382 672 PS 01348-522000 Life Insurance-CWA 910 976 1,049 1,127 1,212 1,303 1,400 1,506 1,618 1,740 1,870 673 PS 01348-542000 Emp Benefits Fixed Chgs 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 Operations and Maintenance 674 O&M 01348-530100 Professional Services 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 675 O&M 01348-530300 Other Contractual Serv 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 676 O&M 01348-540100 Garage Services-Fixed 30,680 32,214 33,825 35,516 37,292 39,156 41,114 43,170 45,328 47,595 49,974 677 O&M 01348-541600 Bldg & Maint Chgs-Variable 500 525 551 579 608 638 670 704 739 776 814 678 O&M 01348-542200 Utilities-Electric 280,000 289,100 297,773 306,706 315,907 325,385 335,146 345,201 355,557 366,223 377,210 679 O&M 01348-542300 Utilities-Gas Water Sanitation 17,000 17,553 18,079 18,621 19,180 19,755 20,348 20,959 21,587 22,235 22,902 680 O&M 01348-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 681 O&M 01348-542700 Interfund Svc Chgs-Enterprise 16,650 17,483 18,357 19,274 20,238 21,250 22,313 23,428 24,600 25,830 27,121 682 O&M 01348-542800 Interfund Svc Chgs-Gen Fd Ops 36,600 38,430 40,352 42,369 44,488 46,712 49,048 51,500 54,075 56,779 59,618 683 O&M 01348-542900 Interfund Svc Chgs-Gen Fd Adm 97,850 102,743 107,880 113,274 118,937 124,884 131,128 137,685 144,569 151,797 159,387 684 O&M 01348-543100 Advertising 250 258 266 274 282 291 299 308 317 327 337 685 O&M 01348-543400 Printing Services 50 52 53 55 56 58 60 62 63 65 67 686 O&M 01348-544100 Rentals-Equipment 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 687 O&M 01348-544600 Rentals-Uniforms 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 688 O&M 01348-545100 Ins Premiums 3,280 3,387 3,488 3,593 3,701 3,812 3,926 4,044 4,165 4,290 4,419 689 O&M 01348-546200 Repairs & Svc-Other Equip 370,000 382,025 393,486 405,290 417,449 429,973 442,872 456,158 469,843 483,938 498,456 690 O&M 01348-547100 Uniforms-Employee 1,200 1,239 1,276 1,314 1,354 1,395 1,436 1,479 1,524 1,570 1,617 691 O&M 01348-547200 Travel Expense-Employee 1,120 1,156 1,191 1,227 1,264 1,302 1,341 1,381 1,422 1,465 1,509 692 O&M 01348-547300 Mileage Reimb-Employee 200 207 213 219 226 232 239 247 254 262 269 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 693 O&M 01348-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 694 O&M 01348-550100 Office Supplies 500 516 532 548 564 581 598 616 635 654 674 695 O&M 01348-550400 Operating Supplies 281,500 290,649 299,368 308,349 317,600 327,128 336,942 347,050 357,461 368,185 379,231 696 O&M 01348-557100 Memberships Subs Lic Emp 500 516 532 548 564 581 598 616 635 654 674 697 O&M 01348-557300 Training & Ref Emp 5,650 5,834 6,009 6,189 6,375 6,566 6,763 6,966 7,175 7,390 7,612 698 O&M 01348-541000 Info Tech Chgs-Fixed 49,830 52,322 54,938 57,684 60,569 63,597 66,777 70,116 73,622 77,303 81,168 699 O&M 01348-540300 Telephone Service Chgs-Var 565 583 601 619 637 657 676 697 717 739 761 700 O&M 01348-540900 Risk Mgt Fixed Chgs 1,660 1,714 1,765 1,818 1,873 1,929 1,987 2,047 2,108 2,171 2,236 Capital Outlay 701 O&M 01348-543700 Fees & Permits 30 31 32 33 34 35 36 37 38 39 40 702 O&M 01348-551300 Small Tools & Implements 4,500 4,646 4,786 4,929 5,077 5,229 5,386 5,548 5,714 5,886 6,062 703 Total Lift Stations Maintenance 1,692,867$ 1,755,022$ 1,827,161$ 1,907,945$ 1,978,592$ 2,056,607$ 2,140,104$ 2,226,280$ 2,316,273$ 2,410,269$ 2,508,464$ PU EngineeringPersonnel Services704PS01344-510100 Salaries & Wages-Full Time 562,580 590,709 620,244 651,257 683,820 718,010 753,911 791,607 831,187 872,746 916,384 705 PS 01344-520100 Life Ins $2500 Empl & Pens 54 57 60 63 66 69 72 76 80 84 88 706 PS 01344-520300 Life Ins SAMP 1,718 1,842 1,980 2,128 2,288 2,460 2,644 2,842 3,055 3,285 3,531 707 PS 01344-520400 Major Medical Insurance 85,344 91,489 98,350 105,727 113,656 122,180 131,344 141,195 151,784 163,168 175,406 708 PS 01344-520600 Social Security 8,021 8,422 8,843 9,285 9,750 10,237 10,749 11,286 11,851 12,443 13,065 709 PS 01344-520700 Pension Plan Contribution 37,930 39,618 41,666 44,658 47,315 50,021 52,988 56,130 59,458 62,984 66,719 710 PS 01344-520900 Workers Compensation 2,690 2,825 2,966 3,114 3,270 3,433 3,605 3,785 3,974 4,173 4,382 711 PS 01344-522000 Life Ins CWA 182 195 210 225 242 261 280 301 324 348 374 Operations and Maintenance 712 O&M 01344-530100 Professional Services 775,000 800,188 824,193 848,919 874,386 900,618 927,637 955,466 984,130 1,013,654 1,044,063 713 O&M 01344-540300 Telephone Service Chgs-Var 5,650 5,933 6,229 6,541 6,868 7,211 7,572 7,950 8,348 8,765 9,203 714 O&M 01344-540900 Risk Mgt Fixed Chgs 1,660 1,743 1,830 1,922 2,018 2,119 2,225 2,336 2,453 2,575 2,704 715 O&M 01344-541000 Info Tech Chgs-Fixed 61,140 64,197 67,407 70,777 74,316 78,032 81,933 86,030 90,332 94,848 99,591 716 O&M 01344-542000 Emp Benefits Fixed Chgs 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 717 O&M 01344-542500 Postage 50 52 53 55 56 58 60 62 63 65 67 718 O&M 01344-542900 Interfund Svc Chgs-Gen Fd Adm 117,420 123,291 129,456 135,928 142,725 149,861 157,354 165,222 173,483 182,157 191,265 719 O&M 01344-543100 Advertising 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 719 O&M 01344-543400 Printing Services 100 103 106 110 113 116 120 123 127 131 135 720 O&M 01344-545100 Ins Premiums 2,210 2,282 2,350 2,421 2,493 2,568 2,645 2,725 2,806 2,891 2,977 721 O&M 01344-547100 Uniforms-Employee 750 774 798 822 846 872 898 925 952 981 1,010 722 O&M 01344-547200 Travel Expense-Employee 3,300 3,407 3,509 3,615 3,723 3,835 3,950 4,068 4,190 4,316 4,446 723 O&M 01344-547300 Mileage Reimb-Employee 100 103 106 110 113 116 120 123 127 131 135 724 O&M 01344-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 725 O&M 01344-550400 Operating Supplies 1,400 1,446 1,489 1,534 1,580 1,627 1,676 1,726 1,778 1,831 1,886 726 O&M 01344-557100 Memberships Subs Lic Emp 3,430 3,541 3,648 3,757 3,870 3,986 4,106 4,229 4,356 4,486 4,621 727 O&M 01344-557300 Training & Ref Emp 6,230 6,432 6,625 6,824 7,029 7,240 7,457 7,681 7,911 8,148 8,393 728 O&M 01344-542800 Interfund Svc Chgs-Gen Fd Ops 15,550 16,328 17,144 18,001 18,901 19,846 20,838 21,880 22,974 24,123 25,329 729 Total PU Engineering 1,696,706 1,769,338 1,843,793 1,922,493 2,004,326 2,089,847 2,179,448 2,273,237 2,371,425 2,474,236 2,581,906 Incremental O&M 730 PWC Incremental Cost of Increased Water Production 2 - 127,514 131,339 135,279 139,337 143,518 687,629 986,933 1,016,541 1,047,038 1,078,449 731 O&M Projected O&M Savings From Wastewater Plants Consolidation 3 - - - - - - - (3,097,786) (3,097,786) (3,097,786) (3,097,786) 732 Total Incremental O&M - 127,514 131,339 135,279 139,337 143,518 687,629 (2,110,853) (2,081,245) (2,050,748) (2,019,337) Total Expenses by Category733PSPersonnel Services 18,829,888$ 19,540,019 20,700,238 22,142,650 23,118,922 24,320,832 25,671,272 27,056,294 28,518,168 30,061,306 31,690,383 734 PWC Purchased Water Cost 8,111,706 7,844,795 8,127,509 8,418,363 8,717,438 9,024,801 5,158,263 4,705,544 4,921,083 5,146,806 5,383,205 735 O&M Operations & Maintenance 33,225,407 34,519,251 35,811,649 37,155,661 38,553,477 40,007,384 41,519,773 39,995,357 41,632,316 43,335,593 45,108,036 736 CO Capital Outlay (Equip & Lease Purchase Program)331,530 333,080 334,708 336,416 338,211 340,095 342,073 344,150 346,331 348,621 351,026 737 Total Expenses 60,498,531$ 62,237,145 64,974,104 68,053,091 70,728,048 73,693,111 72,691,381 72,101,345 75,417,898 78,892,326 82,532,651 Expense Execution Factors 4 738 Personnel Services 96%96%96%96%96%96%96%96%96%96%96% 739 Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100%740 Operations & Maintenance 98%98%98%98%98%98%98%98%98%98%98%741 Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Total Expenses at Execution 742 Personnel Services 18,076,692$ 18,758,418 19,872,228 21,256,944 22,194,165 23,347,999 24,644,421 25,974,043 27,377,442 28,858,854 30,422,768 743 Purchased Water Cost 8,111,706 7,844,795 8,127,509 8,418,363 8,717,438 9,024,801 5,158,263 4,705,544 4,921,083 5,146,806 5,383,205 744 Operations & Maintenance 32,560,899 33,828,865 35,095,416 36,412,548 37,782,407 39,207,236 40,689,378 39,195,450 40,799,670 42,468,881 44,205,875 745 Capital Outlay (Equip & Lease Purchase Program)331,530 333,080 334,708 336,416 338,211 340,095 342,073 344,150 346,331 348,621 351,026 746 Total Expenses at Execution 59,080,827$ 60,765,159 63,429,861 66,424,272 69,032,222 71,920,130 70,834,134 70,219,186 73,444,525 76,823,162 80,362,874 Transfers Out City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement Transfers by Department 5 747 Wastewater Collection 10,045,880$ 4,016,444 4,258,779 4,492,818 4,768,023 5,101,367 5,459,279 5,843,119 6,254,702 6,697,730 7,174,510 748 WET Northeast Plant 172,060 68,791 72,942 76,950 81,664 87,373 93,503 100,078 107,127 114,715 122,881 749 Water Distribution 1,196,010 478,177 507,028 534,891 567,656 607,342 649,953 695,651 744,652 797,397 854,160 750 Reclaimed Water 3,057,220 1,222,307 1,296,056 1,367,280 1,451,032 1,552,477 1,661,399 1,778,211 1,903,467 2,038,292 2,183,388 751 Water Supply RO 3 - - - - - - - - - - - 752 Additional R&R - 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 Payment in Lieu of Taxes By Department 6 753 Pub Util Administration 462,360$ 500,989 535,718 572,982 612,991 655,955 702,100 751,693 804,962 862,190 923,683 754 Wastewater Collection 722,440 782,797 837,062 895,287 957,802 1,024,934 1,097,036 1,174,524 1,257,757 1,347,176 1,443,259 755 Wastewater Maintenance 866,925 939,353 1,004,471 1,074,340 1,149,358 1,229,916 1,316,438 1,409,424 1,509,304 1,616,606 1,731,905 756 WPC Plant Operations 57,795 62,624 66,965 71,623 76,624 81,994 87,763 93,962 100,620 107,774 115,460 757 WPC Laboratory Operations 86,690 93,933 100,444 107,431 114,932 122,988 131,640 140,938 150,926 161,656 173,186 758 Industrial Pretreatment Pl 173,385 187,871 200,894 214,868 229,872 245,983 263,288 281,885 301,861 323,321 346,381 759 WET Marshall Street Plant 375,670 407,056 435,274 465,551 498,058 532,967 570,460 610,754 654,036 700,534 750,497 760 WET Northeast Plant 375,670 407,056 435,274 465,551 498,058 532,967 570,460 610,754 654,036 700,534 750,497 761 WET East Plant 288,975 313,118 334,824 358,113 383,119 409,972 438,813 469,808 503,101 538,869 577,302 762 Water Distribution 1,098,110 1,189,853 1,272,336 1,360,837 1,455,860 1,557,901 1,667,496 1,785,278 1,911,793 2,047,710 2,193,757 763 Water Supply 115,590 125,247 133,930 143,245 153,248 163,989 175,525 187,923 201,240 215,547 230,921 764 Reclaimed Water 433,460 469,674 502,233 537,167 574,676 614,955 658,215 704,708 754,648 808,298 865,948 765 Water Supply RO 1 202,280 219,180 234,374 250,676 268,180 286,977 307,165 328,861 352,167 377,203 404,106 766 Water Supply RO 2 231,180 250,494 267,859 286,491 306,495 327,978 351,050 375,846 402,481 431,095 461,841 767 Water Supply RO 3 28,900 31,314 33,485 35,814 38,315 41,001 43,885 46,985 50,314 53,892 57,735 767 Lift Stations Maintenance 144,490 156,562 167,415 179,060 191,563 204,990 219,410 234,908 251,555 269,439 288,656 768 Total Transfers Out 20,135,090$ 21,922,840 22,697,363 23,490,976 24,377,527 25,384,025 26,464,879 27,625,310 28,870,750 30,209,977 31,650,074 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Debt Service 769 Series 2017 Principal 805,000 850,000 885,000 930,000 975,000 1,020,000 1,070,000 1,125,000 1,180,000 7,220,000 7,530,000 770 Series 2017 Interest 2,837,425 2,796,050 2,752,675 2,707,300 2,659,675 2,609,800 2,557,550 2,502,675 2,445,050 2,235,050 1,922,775 771 Series 2017B Principal 2,395,000 2,455,000 2,510,000 2,575,000 2,635,000 2,695,000 2,760,000 2,830,000 2,895,000 - - 772 Series 2017B Interest 541,260 483,060 423,480 362,460 299,940 235,980 170,520 103,440 34,740 - - 773 Series 2020 Principal 1,425,000 1,490,000 1,565,000 1,640,000 1,715,000 1,805,000 1,885,000 1,975,000 2,060,000 - - 774 Series 2020 Interest 742,375 669,500 593,125 513,000 429,125 341,125 248,875 152,375 51,500 - - Interim Financing Interest Payments - - - - - - - - - - - 775 Cumulative New Debt Service for CIP - - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 776 Total Debt Service 8,746,060$ 8,743,610 8,729,280 17,661,343 20,336,588 35,648,195 40,244,525 56,057,593 60,796,620 73,575,825 79,838,619 777 Total Cash Outflows 87,961,977$ 91,431,608 94,856,504 107,576,591 113,746,336 132,952,350 137,543,539 153,902,089 163,111,895 180,608,964 191,851,567 1 FY 2025 values reflect City's 2025 Budget. Starting in FY 2026, costs are escalated using annual cost escalation factors presented in Schedule 5 of this report. 2 The City anticipates water production of 10.5 MGD by Fiscal Year 2032, reflected as a 0.5 MGD increase in FY 2026, a 2.0 MGD increase in FY 2031, and a 1.0 MGD increase in FY 2032. As such, these annual costs reflect projected added costs of chemicals and electricity. 3 Reflects operating cost savings identified by Black & Veatch for the consolidation both Marshal Street and East water reclamation facilities into the North East water reclamation facility 4 Execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 6 Reflects 5.5% of operating revenues as established by City Council. 5 The analysis includes an additional annual transfer for $1.0M a year, capping at $10M by FY 2026 in order to comply with bond covenants and maintain a reasonable balance between cash versus bond funded capital projects. Furthermore, transfers are distributed proportionally by department and are based upon 5.00% of the prior year's operating revenue. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Full Time Salaries & Wages Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Overtime Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Life Ins $2500 Empl & Pens Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% 1% Life Insurance-Employee Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Samp Life Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Major Medical Ins-Emp Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Social Security-Employee Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Emp Pension Plan1 Pension Contribution 4.45%5.17%7.18%5.95%5.72%5.93%5.93%5.93%5.93%5.93%Workers Compensation Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Disability Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%CWA Life Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Professional Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Other Contractual Serv Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Inv Purchase-Resale Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Garage Services Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Service Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Messenger Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Radio Svc-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Svc Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Postal Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Risk Mgmt Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Info Technology Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint Dept Svc Fx Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Custodial Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Garage Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Administrative Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Employee Benefits-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Telephone-Util Chgs Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Elec-Util Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Gas,Water & Sanitation Utl Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Postage Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Interfd Svc Chg-Other Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Interfd Other Serv Chgs Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Interfd Admin Service Chg Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Advertising Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Other Promotion Activity Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Freight Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Printing & Binding Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Dump Fee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Taxes Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Equipt Rental Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Uniform Rental Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Insurance Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Ofc Equip Svc & Repair Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Equip Svc & Repair Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Uniforms-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimbursement Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Meals-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Services Or Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Bad Debt Expense Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Obsolete Inventory Loss Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Loss-Disposal of Assets Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Recruitment Expense Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% P-Card Disputes Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Office Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Operating Supplies & Matls Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Construction Materials Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Lab Chem Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Medical Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%$750-5000 Computer Softwar Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%$750-5000 Mach & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Memberships/Subs/Lic Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Officl Recognition-Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Training & Ref Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%>$5,000 Machinery & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% >$5,000 Computer Software Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Cost Matl & Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Contrib To Garage Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% OPEB Expense Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1345 - Administration Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1346 - Sanitary Sewer Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1347 - Sanitary Sewer Maintenance Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1351 - WPC Operations Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1352 - WPC Lab Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1353 - Industrial Pretreatment Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2051 - Water Distribution Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2053 - Water Supply Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2054 - Reclaimed Water Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% CWA Life Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%$1,000-$4,999 Mach & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Interest-Leased Equipt No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%Interest Other No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%Uniform Rentals Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Salaries & Wages-Full Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Salaries & Wages-Overtime Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Major Medical Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Social Security Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Pension Plan Contribution Pension Contribution 4.45%5.17%7.18%5.95%5.72%5.93%5.93%5.93%5.93%5.93%Life Insurance-CWA Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Utilities-Electric Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Utilities-Gas Water Sanitation Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Interfund Svc Chgs-Gen Fd Ops Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Interfund Svc Chgs-Gen Fd Adm Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Printing Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Equipment Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Uniforms Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Ins Premiums Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Repairs & Svc-Other Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimb-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Operating Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Memberships Subs Lic Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Training & Ref Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Info Tech Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Default Inflation Factor 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Weighted Average Increase2 2.86%4.41%4.74%3.94%4.20%-1.52%-0.88%4.61%4.62%4.63% 1 Reflects the percentage of Salaries & Wages as provided by staff. 2 The Weighted Average cost escalation in O&M Expenses is reflective of the cost escalation factors presented on this Schedule and execution percentages presented in Schedules 1 and 4. FY 26 is impacted by projected reduction in purchased water costs from lower purchases, recurring again in FY 31 and FY 32. FY 32 is impacted by projected annual savings in O&M from the consolidation of Marshal Street and East water reclamation facilities into the North East plant. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Total CIP Spending From Water & Sewer Revenue 1 2023 Sewer Point Repair and Improvements $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ - $ - $ - $ - $ - 192,000,000 2 SB 64 Program - 7,142,857 32,142,857 32,142,857 32,142,857 47,142,857 40,000,000 - - - - 190,714,286 3 Annual Water and RCW Repair - 4,500,000 9,000,000 9,000,000 9,000,000 9,000,000 9,000,000 - - - - 49,500,000 4 WWCS Improvements Program - 2,100,000 2,100,000 2,100,000 2,100,000 2,100,000 2,100,000 2,500,000 - - - 15,100,000 5 NE WRF Sand Filters Rehab 2,000,000 2,000,000 - - - - - - - - - 4,000,000 6 ONHOLD WF Interconnect 42,000 2,000,000 - - - - - - - - - 2,042,000 7 Lift Station Program (Tetra Tech) 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 - - - - 13,599,138 8 Water-RCW Program 1,500,000 1,800,000 1,800,000 1,800,000 1,800,000 1,800,000 1,800,000 - - - - 12,300,000 9 Water CIP30 Elevated Storage Tanks Demolition and Remov 1,150,000 1,150,000 - - - - - - - - - 2,300,000 10 East WRF Sand Filter Bldg - Feed Pump Station Improveme 1,000,000 1,000,000 - - - - - - - - - 2,000,000 11 Water CIP28 Fire Flow - Hydraulic Improvements Phase 1 - 1,000,000 1,331,947 2,404,238 2,478,769 2,555,611 - - - - - 9,770,565 12 Load Bank Testing 500,000 700,000 - - - - - - - - - 1,200,000 13 Lightning Protection Plan and Standards 225,000 500,000 1,500,000 1,000,000 - - - - - - - 3,225,000 14 NE WRF Digester Repairs 500,000 500,000 - - - - - - - - - 1,000,000 15 Subaqueous Pipeline Master Plan 300,000 - - - - - - - - - - 300,000 16 Sewer Relocation at Allen's Creek Crossing 50,000 - 400,000 - - - - - - - - 450,000 17 NE WRF Clarifier Gates 51,000 - - - - - - - - - - 51,000 18 Lift Station 16 Pierce St Rehab - - - - - - - - - - - - 19 NE WRF MCC-1, DC-1 & DC-2 Replacement 1,000,000 - - - - - - - - - - 1,000,000 20 Water CIP17 Island Estates - Windward Passage Water Mai 1,000,000 - - - - - - - - - - 1,000,000 21 Water CIP19 Island Estates - Cast Iron Water Main Replacem 550,000 - - - - - - - - - - 550,000 22 RO1 Dual Media Filters 1,400,000 - - - - - - - - - - 1,400,000 23 Hach WIMs Support Services 15,000 - - - - - - - - - - 15,000 24 FDEP UIC Class I and V Renewal (NE WRF) - - - 50,000 - - - - - - - 50,000 25 Energy Efficiency Study - Public Utilities (Siemen's) 200,000 - - - - - - - - - - 200,000 26 JPA Lakeview at Keene Drainage and Road Imp 250,000 - - - - - - - - - - 250,000 27 Permanent Generator/ ATS Evaluation - 1,500,000 2,000,000 2,000,000 2,000,000 3,000,000 3,000,000 - - - - 13,500,000 28 Automated Meter Reading (AMR) Evaluation 2,000,000 2,000,000 4,231,690 4,231,690 4,231,690 4,231,690 4,231,690 - - - - 25,158,450 29 SLR LS Improvements - 1,000,000 2,000,000 1,000,000 - - - - - - - 4,000,000 30 SCADA MP Implementation 500,000 - 2,500,000 2,500,000 2,500,000 2,500,000 2,500,000 - - - - 13,000,000 31 Water CIP29 Fire Flow - Hydraulic Improvements Phase 2 - - - - 1,000,000 1,634,835 2,716,515 2,800,727 2,887,549 - - 11,039,625 32 Subaqueous Crossing MP Implementation - - - 500,000 1,500,000 6,000,000 6,000,000 6,000,000 - - - 20,000,000 33 RotoMix Drum Screen (KSA) 250,000 - - - - - - - - - - 250,000 34 Replace Court St. Line 1,000,000 - - - - - - - - - - 1,000,000 35 WRF Maintenance and Repair Program 1,000,000 5,759,000 6,000,000 7,000,000 8,000,000 9,000,000 10,000,000 - - - - 46,759,000 36 Rerouting Collection System 1,000,000 1,000,000 6,000,000 12,000,000 12,000,000 12,000,000 12,000,000 11,000,000 - - - 67,000,000 37 NE WRF Upgrades 1,000,000 1,000,000 10,000,000 35,000,000 35,000,000 35,000,000 35,000,000 29,000,000 - - - 181,000,000 38 Primary Lift Stations/ Force Mains - - 1,000,000 20,600,000 45,600,000 45,600,000 45,600,000 45,600,000 39,600,000 - - 243,600,000 39 MS/NE Replacement of sludge conveyor system - - 250,000 - - - - - - - - 250,000 40 WWCS R&R Force Mains 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 - - - 40,000,000 41 WWCS R&R Lift Stations 3,000,000 4,000,000 12,000,000 12,000,000 12,000,000 12,000,000 12,000,000 - - - - 67,000,000 42 GTB Interconnect Relocation - 500,000 2,500,000 1,500,000 - - - - - - - 4,500,000 43 WWCS R&R Gravity Mains - - 1,000,000 3,000,000 6,000,000 10,000,000 10,000,000 11,110,000 11,110,000 11,110,000 11,110,000 74,440,000 44 WWCS R&R Manholes - - 1,000,000 2,000,000 3,000,000 4,000,000 5,000,000 3,663,800 3,663,800 3,663,800 3,663,800 29,655,200 45 LS H2S control feasibity study - - - - 400,000 500,000 1,000,000 - - - - 1,900,000 46 ON HOLD Water CIP07 RO1 - Residuals Management Syste - - 1,175,905 - - - - - - - - 1,175,905 47 Upgrade SCADA Software at all facilities - 654,000 - - - - - - - - - 654,000 48 MS/NE/E Entrance Upgrades - - - 60,000 540,000 - - - - - - 600,000 49 WWCS Master Plan Update - - 300,000 300,000 - - - - - - - 600,000 50 Water Master Plan Update - - - - 250,000 250,000 - - - - - 500,000 51 Replace MW 19-60 - 150,000 150,000 - - - - - - - - 300,000 52 MS/E/NE WRF - Upgrade Sludge Thickening 1,000,000 1,000,000 1,000,000 - - - - - - - - 3,000,000 53 Water CIP06 RO1 - High Service Pump Station and Building - - - - 504,112 6,234,156 5,891,563 - - - - 12,629,831 54 2025 ERP RRA Update - 150,000 - - - - - - - - - 150,000 55 Water CIP02 Wellfield #2 Improvements - - 1,234,500 10,606,069 9,622,632 9,920,933 - - - - - 31,384,134 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Total 56 Water CIP10 RO2 - Process Improvements for 2-Skid Opera - - - 6,413,851 6,061,535 - - - - - - 12,475,386 57 Water CIP11 RO2 - Blending and Process Improvements - - - 536,449 6,634,691 6,270,142 - - - - - 13,441,282 58 Water CIP15 WTP#3 - Convert to RO Treatment Process - - - - - - 1,201,753 19,411,114 20,012,858 20,633,257 - 61,258,982 59 Develop a comprehensive library of SCADA standards and p - - - 144,000 - - - - - - - 144,000 60 Water CIP03 Wellfield #3 Improvements - - - - - - 762,956 9,437,539 8,919,111 - - 19,119,606 61 ON HOLD Water CIP04 Wellfield #1 to Wellfield #2 Interconn - - - - - - - - 277,719 3,145,286 - 3,423,005 62 Water CIP09 RO1 - New Brackish Water RO System - - - - - 427,356 5,287,250 4,996,892 - - - 10,711,498 63 Mitigate PLC and RTU panels risk of flooding - - - - 6,960,000 - - - - - - 6,960,000 64 Distribution South Side Interconnect - 100,000 1,000,000 - - - - - - - - 1,100,000 65 Imagine Station and Distribution Control Improvements (FH) - 285,000 - - - - - - - - - 285,000 66 Water CIP01 Wellfield #1 Improvements - - 904,846 11,192,351 10,577,498 - - - - - - 22,674,695 67 WRF Master Plan Update - - - - - 540,000 - - - - - 540,000 68 NE - Biosolid Treatment - Secondary Anaerobic Digester Mod - 440,000 2,200,000 - - - - - - - - 2,640,000 69 Master Reuse Permit Renewal - - - - - - - 75,000 - - - 75,000 70 Performance Benchmarking Study - - 100,000 - - - - - - - - 100,000 71 RO1 IPP Sewer Re-alignment (FH) - - 50,000 560,000 - - - - - - - 610,000 72 LS Maintenance Point Repair - 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 - - - 35,000,000 73 WWCS CIP MAR-02 - 5,556,000 - - - - - - - - - 5,556,000 74 WWCS CIP NRE-01 and NRE 02 - - - 500,000 2,324,800 8,000,000 8,299,200 - - - - 19,124,000 75 WWCS CIP EAS-03 - - - 200,000 1,536,000 - - - - - - 1,736,000 76 WWCS CIP NRE-03 - - - 350,000 2,630,000 - - - - - - 2,980,000 77 WWCS CIP EAS-01 - - - 200,000 1,288,000 - - - - - - 1,488,000 78 Rehab or replace Quad odor control unit at Marshall Street B - - 200,000 800,000 - - - - - - - 1,000,000 79 Upgrade PLC's at the Remote Stations - - 784,800 - - - - - - - - 784,800 80 Update the Facilities PLC Hardware - - 1,874,000 - - - - - - - - 1,874,000 81 Add redundant fiber optic loops to facility networks - - - 6,960,000 - - - - - - - 6,960,000 82 Water Facilities Program (Consultant) - - 500,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 - 14,500,000 83 Chemical system updates RO1, RO2, WTP3 (FH) - - 100,000 790,000 - - - - - - - 890,000 84 WTP3 Wellhead Rehab (FH) - - - 510,000 - - - - - - - 510,000 85 RO1 Control System Updates (FH) - - - 50,000 425,000 - - - - - - 475,000 86 NE - Fuel Tank Addition - New Convault Armorcast 6000 gal - - - 90,000 - - - - - - - 90,000 87 Manual Controls tied to SCADA for the Sand Filters at Marsh - - 140,000 - - - - - - - - 140,000 88 Utilities Finance & Land Development Code Updates - 50,000 - - - - - - - - - 50,000 89 MS/NE/E - Storage (Operations) - General Storage - - - - - - - 200,000 1,800,000 - - 2,000,000 90 Well 45 Assessment & Modifications - - 150,000 - - - - - - - - 150,000 91 Solid Waste Truck Wash 200,000 - - - - - - - - - - 200,000 92 NE Parking Lot Resurfacing & Striping - 80,000 800,000 - - - - - - - - 880,000 93 Hydropower and Solar Initiatives Facility-Wide (CG) - - - 250,000 250,000 - - - - - - 500,000 94 Develop Tagging Strategy for all Devices - 114,000 - - - - - - - - - 114,000 95 Develop a comprehensive library of PLC standards and polici - - 784,800 - - - - - - - - 784,800 96 Train SCADA Team and Technicians on new PLC standards - - 50,400 - - - - - - - - 50,400 97 Develop change management procedures - 144,000 - - - - - - - - - 144,000 98 Develop contractor qualifications standards - - 24,000 - - - - - - - - 24,000 99 Total CIP Budget (in current dollars) $ 61,625,734 93,817,591 156,222,479 238,284,239 276,300,318 285,650,314 237,333,661 157,795,072 90,271,037 40,552,343 14,773,800 1,652,626,587 100 Cumulative Projected Cost Escalation 1 0.00%3.00%6.09%9.27%12.55%15.93%19.41%22.99%26.68%30.48%34.39% 101 Total CIP Budget (future year dollars) $ 61,625,734 96,632,119 165,736,428 260,379,621 310,978,442 331,147,003 283,388,803 194,068,035 114,352,649 52,911,610 19,854,752 1,891,075,195 102 Annual CIP Execution Percentage 100.00%100.00%100.00%74.82%60.19%61.49%74.72%100.00%183.08%223.30%506.12% 103 CIP Redistribution 2 - - - (65,563,620) (123,805,969) (127,520,148) (71,643,138) - 95,007,756 65,238,659 80,634,983 (147,651,477) 104 Final CIP Funding Level $ 61,625,734 $ 96,632,119 $ 165,736,428 $ 194,816,001 $ 187,172,473 $ 203,626,855 $ 211,745,665 $ 194,068,035 $ 209,360,405 $ 118,150,269 $ 100,489,735 1,743,423,718 1 CIP Escalation factors applied reflect the Engineering News Record Construction Cost Index. 2 Per discussion with City staff, the Utility anticipates to spend approximately $75M in R&R and approximately $125M a year in other projects for total annual spending of $200M a year. As such, the analysis uses this redistribution assumption in order to match the Utility's projected annual City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules FAMS - Control Panel Schedule 7 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Forecast of Net Revenues & Debt Service Coverage Schedule 8 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 1 Operating Revenue 2 Water, Sewer And Reclaimed Rate Revenue 104,864,820$ 104,864,820$ 112,240,026$ 120,158,484$ 128,661,569$ 137,793,891$ 147,603,554$ 158,147,583$ 169,474,705$ 181,644,920$ 194,722,934$ 3 Change in Revenue From Growth - (55,490) (54,299) (52,816) (51,002) (48,814) (40,815) (39,373) (37,527) (35,225) (32,413) 4 Subtotal 104,864,820$ 104,809,330$ 112,185,727$ 120,105,668$ 128,610,567$ 137,745,077$ 147,562,739$ 158,108,210$ 169,437,178$ 181,609,695$ 194,690,521$ 5 Weighted Average Rate Increase 8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 6 Additional Rate Revenue From Rate Increase - 8,384,746 8,974,858 9,608,453 10,288,845 11,019,606 11,805,019 12,648,657 13,554,974 14,528,776 15,575,242 7 Price Elasticity Adjustment - (954,050) (1,002,101) (1,052,553) (1,105,522) (1,161,129) (1,220,175) (1,282,162) (1,347,233) (1,415,536) (1,487,229) 8 Total Rate Revenue 104,864,820$ 112,240,026$ 120,158,484$ 128,661,569$ 137,793,891$ 147,603,554$ 158,147,583$ 169,474,705$ 181,644,920$ 194,722,934$ 208,778,534$ 9 Plus: Other Operating Revenue 6,719,181 7,079,202 7,460,358 7,868,455 8,305,494 8,773,626 9,275,165 9,812,602 10,388,615 11,006,787 11,670,387 10 Equals: Total Operating Revenue 111,584,001$ 119,319,228$ 127,618,842$ 136,530,024$ 146,099,385$ 156,377,180$ 167,422,749$ 179,287,307$ 192,033,535$ 205,729,721$ 220,448,921$ 11 Less: Operating Expenses 12 Personal Services (18,076,692)$ (18,758,418)$ (19,872,228)$ (21,256,944)$ (22,194,165)$ (23,347,999)$ (24,644,421)$ (25,974,043)$ (27,377,442)$ (28,858,854)$ (30,422,768)$ 13 Purchased Water Costs (8,111,706) (7,844,795) (8,127,509) (8,418,363) (8,717,438) (9,024,801) (5,158,263) (4,705,544) (4,921,083) (5,146,806) (5,383,205) 14 Operations & Maintenance Costs (32,560,899) (33,828,865) (35,095,416) (36,412,548) (37,782,407) (39,207,236) (40,689,378) (39,195,450) (40,799,670) (42,468,881) (44,205,875) 15 Equals: Net Operating Income 52,834,704$ 58,887,149$ 64,523,688$ 70,442,169$ 77,405,374$ 84,797,145$ 96,930,687$ 109,412,271$ 118,935,341$ 129,255,180$ 140,437,072$ 16 Plus: Non-Operating Income/(Expense) 17 Interest Income 4,130,390$ 3,376,879$ 1,819,957$ 837,488$ 871,795$ 905,502$ 918,429$ 911,652$ 929,125$ 969,061$ 1,010,763$ 18 Water Impact Fees 39,000 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 19 Sewer Impact Fees 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 20 Equals: Net Income 57,082,334$ 62,385,168$ 66,468,685$ 71,404,697$ 78,402,209$ 85,827,687$ 97,974,157$ 110,448,963$ 119,989,506$ 130,349,281$ 141,572,875$ 21 Less: Revenues Excluded From Coverage Test 22 Impact Fees (117,240)$ (121,140)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ 23 Equals: Net Income Available For Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 24 Senior Lien Debt Service Coverage Test 25 Net Income Available for Senior-Lien Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 26 Existing Senior-Lien Debt 8,746,060 8,743,610 8,729,280 8,727,760 8,713,740 8,706,905 8,691,945 8,688,490 8,666,290 9,455,050 9,452,775 27 Cumulative New Senior Lien Debt Service (calculated) 1 - - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 28 Total Annual Senior-Lien Debt Service Req.8,746,060$ 8,743,610$ 8,729,280$ 17,661,343$ 20,336,588$ 35,648,195$ 40,244,525$ 56,057,593$ 60,796,620$ 73,575,825$ 79,838,619$ 29 Calculated Senior-Lien Debt Service Coverage 1.50 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 30 Cash Flow Test31Net Income Available For Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 32 Less: Non-Operating Expenditures 33 Net Interfund Transfers (In - Out)(20,135,090) (21,922,840) (22,697,363) (23,490,976) (24,377,527) (25,384,025) (26,464,879) (27,625,310) (28,870,750) (30,209,977) (31,650,074) 34 Net Debt Service Payment (8,746,060) (8,743,610) (8,729,280) (17,661,343) (20,336,588) (35,648,195) (40,244,525) (56,057,593) (60,796,620) (73,575,825) (79,838,619) 35 Capital Outlay (331,530) (333,080) (334,708) (336,416) (338,211) (340,095) (342,073) (344,150) (346,331) (348,621) (351,026) 36 Net Cash Flow 27,752,414$ 31,264,498$ 34,582,295$ 29,790,921$ 33,224,844$ 24,330,332$ 30,797,640$ 26,296,870$ 29,850,765$ 26,089,817$ 29,608,117$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Forecast of Net Revenues & Debt Service Coverage Schedule 8 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 37 Unrestricted Reserve Fund Test 38 Balance At Beginning Of Fiscal Year 187,841,666$ 170,186,836$ 120,624,592$ 31,547,577$ 33,043,928$ 34,347,005$ 35,790,018$ 35,246,031$ 34,937,518$ 36,549,097$ 38,237,270$ 39 Cash Flow Surplus/(Deficit)27,752,414 31,264,498 34,582,295 29,790,921 33,224,844 24,330,332 30,797,640 26,296,870 29,850,765 26,089,817 29,608,117 41 Projects Paid With Non Specified Funds (45,407,244) (80,826,742) (123,659,310) (28,294,570) (31,921,767) (22,887,320) (31,341,627) (26,605,383) (28,239,186) (24,401,644) (27,839,463) 42 Balance At End Of Fiscal Year 170,186,836$ 120,624,592$ 31,547,577$ 33,043,928$ 34,347,005$ 35,790,018$ 35,246,031$ 34,937,518$ 36,549,097$ 38,237,270$ 40,005,924$ 43 Minimum Working Capital Reserve Target 29,374,648 30,216,039 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 44 Excess/(Deficiency) Of Working Capital To Target 140,812,187$ 90,408,553$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 1 For additional information regarding model calculated debt service, see Schedule 11 of this report. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Project Funding Summary Schedule 9 Final Capital Projects Funding Sources FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement (327)16,218,490$ 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Revenue Fund (421)45,407,244$ 80,826,742 123,659,310 28,294,570 31,921,767 22,887,320 31,341,627 26,605,383 28,239,186 24,401,644 27,839,463 Senior-Lien Debt Proceeds - - 25,942,091 150,049,489 138,382,331 163,390,976 162,539,904 149,045,593 162,111,271 74,100,492 52,315,333 Total Projects Paid 61,625,734$ 96,632,119 165,736,428 194,816,001 187,172,473 203,626,855 211,745,665 194,068,035 209,360,405 118,150,269 100,489,735 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Water Impact Fees Balance At Beginning Of Fiscal Year 950,000$ 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 Annual Revenues 39,000 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Amount Paid For Projects - - - - - - - - - - - Subtotal 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 21,814 22,735 23,744 24,797 25,850 26,903 27,956 29,009 30,062 31,115 32,168 Less: Interest Allocated To Cash Flow (21,814) (22,735) (23,744) (24,797) (25,850) (26,903) (27,956) (29,009) (30,062) (31,115) (32,168) Balance At End Of Fiscal Year 989,000$ 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Sewer Impact Fees Balance At Beginning Of Fiscal Year 3,550,000$ 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 Annual Revenues 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Amount Paid For Projects - - - - - - - - - - - Subtotal 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 80,755 82,516 84,276 86,036 87,797 89,557 91,318 93,078 94,838 96,599 98,359 Less: Interest Allocated To Cash Flow (80,755) (82,516) (84,276) (86,036) (87,797) (89,557) (91,318) (93,078) (94,838) (96,599) (98,359) Balance At End Of Fiscal Year 3,628,240$ 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement (327) Balance At Beginning Of Fiscal Year 1,747,320$ 19,657 221 2 0 0 0 0 0 0 0 Annual Revenues 14,471,170 15,785,720 16,134,805 16,471,940 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 16,218,490 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 16,218,490 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Amount Paid For Projects (16,218,490) (15,805,377) (16,135,026) (16,471,942) (16,868,376) (17,348,559) (17,864,134) (18,417,059) (19,009,948) (19,648,133) (20,334,939) Subtotal - - - - - - - - - - - Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 19,657 221 2 0 0 0 0 0 0 0 0 Less: Interest Allocated To Cash Flow - - - - - - - - - - - Balance At End Of Fiscal Year 19,657$ 221 2 0 0 0 0 0 0 0 0 Revenue Fund (421) Balance At Beginning Of Fiscal Year 187,841,666$ 170,186,836 120,624,592 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 Net Cash Flow 27,752,414 31,264,498 34,582,295 29,790,921 33,224,844 24,330,332 30,797,640 26,296,870 29,850,765 26,089,817 29,608,117 Less: Cash-Funded Capital Projects - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 215,594,080 201,451,334 155,206,887 61,338,498 66,268,772 58,677,338 66,587,657 61,542,901 64,788,283 62,638,915 67,845,387 Less: Restricted Funds (29,374,648) (30,216,039) (31,547,577) (33,043,928) (34,347,005) (35,790,018) (35,246,031) (34,937,518) (36,549,097) (38,237,270) (40,005,924) Total Amount Available For Projects 186,219,432 171,235,295 123,659,310 28,294,570 31,921,767 22,887,320 31,341,627 26,605,383 28,239,186 24,401,644 27,839,463 Amount Paid For Projects (45,407,244) (80,826,742) (123,659,310) (28,294,570) (31,921,767) (22,887,320) (31,341,627) (26,605,383) (28,239,186) (24,401,644) (27,839,463) Subtotal 140,812,187 90,408,553 - - - - - - - - - Add Back: Restricted Funds 29,374,648 30,216,039 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 Plus: Interest Earnings 4,027,821 3,271,629 1,711,937 726,654 758,148 789,042 799,156 789,565 804,224 841,347 880,236 Less: Interest Allocated To Cash Flow (4,027,821) (3,271,629) (1,711,937) (726,654) (758,148) (789,042) (799,156) (789,565) (804,224) (841,347) (880,236) Balance At End Of Fiscal Year 170,186,836$ 120,624,592 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 11 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Sources of Funds Par Amount -$ - - 178,671,655 - 306,368,839 - 316,330,454 - 239,808,896 53,112,013 Uses of Funds Proceeds -$ - - 175,991,580 - 301,773,306 - 311,585,497 - 236,211,763 52,315,333 Cost of Issuance 1.50%of Par -$ - - 2,680,075 - 4,595,533 - 4,744,957 - 3,597,133 796,680 Underwriter's Discount - per $1,000 -$ - - - - - - - - - - Bond Insurance 0 times total Debt Service -$ - - - - - - - - - - Capitalized Interest 0 Years Interest -$ - - - - - - - - - - Debt Service Surety 0.00%of Debt Service -$ - - - - - - - - - - Debt Service Reserve 0 Year(s) of Debt Service -$ - - - - - - - - - - Other Costs -$ - - - - - - - - - - Total Uses -$ - - 178,671,655 - 306,368,839 - 316,330,454 - 239,808,896 53,112,013 1 Year Interest -$ - - 8,933,583 - 15,318,442 - 15,816,523 - 11,990,445 2,655,601 Annual Debt Service -$ - - 11,622,848 - 19,929,733 - 20,577,750 - 15,599,913 3,455,013 Total Debt Service -$ - - 348,685,427 - 597,891,979 - 617,332,500 - 467,997,385 103,650,380 Required Proceeds for Capital Funding -$ - 25,942,091 150,049,489 138,382,331 163,390,976 162,539,904 149,045,593 162,111,271 74,100,492 52,315,333 Cumulative New Annual Senior Lien Debt Service1 -$ - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 1Reflects interest-only payment due in year of issuance. Interim Financing Interim Financing being Utilized?Y Y N N N N N N N N N Interim Financing Proceeds -$ - - - - - - - - - - Interest Payments -$ - - - - - - - - - - EOY Balance -$ - - - - - - - - - - Proceeds to be Bond-Funded -$ - - 175,991,580 - 301,773,306 - 311,585,497 - 236,211,763 52,315,333 Long-Term Borrowing Projections City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Clearwater Water & Sewer FY 2025 RSA Update September 4, 2025 FY 2022 RSA FY 2023 RSA FY 2024 RSA Established 3.0% annual rate increases thru FY 27 Confirmed adequacy of 3.0% increases thru FY 27, but showed increases in capital costs and borrowing levels Historical Studies & Rate Adjustments Confirmed adequacy of 3.0% for FY 25 BUT noted large increases in capital costs and borrowing levels O&M (Excluding Debt Service “DS”) $0.0 $20.0 $40.0 $60.0 $80.0 $100.0 $120.0 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30 FY 31 FY 32 FY 33Millions2025 RSA 2022 RSA Since 2022 RSA, increases to purchased water costs, chemicals, electricity, insurance, salaries and benefits, contractual services and administrative charges have brought FY 25 operating costs higher. 2025 RSA average annual inflation in O&M ~ 4.5% Increase In Capital Needs $1,743 $839 $0 $200 $400 $600 $800 $1,000 $1,200 $1,400 $1,600 $1,800 $2,000 MillionsTotal Capital Costs Comparison FY 2025 RSA FY 2022 RSA 5 Top 15 Projects in Total CIP 6 Water Reclamation Facilities (WRF) Consolidation Low Medium High Total Project Cost Estimates*$307.4M $614.8M $1,229.6M 5-Yr Annual Spending Needs**$61.5M $123M $246M *Project cost estimates provided by Black & Veatch (B&V). **B&V also estimated completion of consolidation by 2030 and highlighted that SB 64 deadline is FY 2032. 7 Historical & Projected CIP Spending By Fiscal Year $14.57 $15.05 $34.81 $34.80 $42.11 $61.63 $96.63 $165.74 $194.82 $187.17 $211.75 $0.0 $50.0 $100.0 $150.0 $200.0 $250.0 FY20 FY21 FY22 FY23 FY24 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30Millions * Includes SB 64 Effluent Disposal Program Completion. WRF Consolidation Estimated Completion of FY 30* 8 Historical & Recommended Rate Adjustments FY 212 FY 222 FY 23 FY 24 FY 25 FY 26 FY 27 FY 28 FY 29 FY 30 Water & Sewer 3 4.0%4.0%3.0%3.0%3.0%8.0%8.0%8.0%8.0%8.0% Monthly Impact $5.21 $5.62 $6.08 $6.56 $7.08 1 FY 2022 RSA identified the current five-year rate plan of 3.0% in FY 2023 thru FY 2027. 2 Identified by FY 2017 RSA and approved by Council thru FY 2022. 3 Applicable to water, sewer, irrigation and reclaimed water rates.. Adjustments previously approved by Council and in effect 1 9 Residential Monthly Bill Comparison @ 3,000 gallons Clearwater projected to remain below average of surrounding communities. *Reflects public information as available as well as projection of continuation of FY 25 rate plan thru FY 28 for entities for which future guidance was not provided or identified. $38.51 $53.28 $53.97 $55.31 $55.45 $59.55 $59.78 $59.86 $60.85 $67.87 $69.90 $76.25 $80.50 Tampa Largo Pinellas Park Pasco County Dunedin Clearwater Pinellas County Hillsborough County Average Tarpon Springs Gulfport St. Petersburg Safety Harbor FY 22 $49.97 $60.19 $60.72 $65.10 $65.14 $65.62 $66.04 $69.12 $70.50 $77.40 $80.50 $81.54 $86.76 Tampa Pasco County Pinellas Park Clearwater Largo Pinellas County Dunedin Average Hillsborough County Tarpon Springs Safety Harbor Gulfport St. Petersburg FY 25 $64.71 $66.83 $67.95 $73.14 $74.35 $80.50 $82.01 $82.93 $89.96 $91.03 $96.83 $101.29 $106.52 Tampa Pinellas Park Pasco County Pinellas County Largo Safety Harbor Clearwater Average Dunedin Hillsborough… Tarpon Springs Gulfport St. Petersburg FY 28 10 Adopt the updated 5-year rate plan to sustainably fund your identified infrastructure needs to maintain safe and reliable service. Continue to perform regular RSA updates to account for material changes in data and assumptions and adjust rate plans (up or down) as may be appropriate. Monthly Impact By Fiscal Year Current FY 26 FY 27 FY 28 FY 29 FY 30 Water & Sewer (3,000 gallons per month) $65.10 $70.31 $75.93 $82.01 $88.57 $95.65 $ Change $5.21 $5.62 $6.08 $6.56 $7.08 % Change 8.00%8.00%8.00%8.00%8.00% Recommendations 11 Putting the Cost and Value of Water in Perspective 1,000 gallons of Clearwater Water = $9.13*Shampoo & Conditioner = $6.88 Mocha Frappuccino = $5.75 1 gallon of orange juice = $10.99 1 Sub = $9.95 Large pizza = $8.99 * Reflects effective cost of first 3,000 gallons of a typical residential customer’s monthly bill. Questions? Leticia Doohaluk Senior Manager Leticia.Doohaluk@stantec.com Logan Standard Data Analyst Logan.Standard@stantec.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0902 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 16.11 SUBJECT/RECOMMENDATION: Approve addendum to agreement with Bryant Miller Olive and task order with Public Resources Advisory Group. SUMMARY: The law firm of Bryant Miller Olive (BMO) has served as the City’s bond counsel since 1995. On April 17, 2025, following a competitive selection process, the City Council extended its bond counsel agreement with BMO. At that time, the City also consolidated disclosure counsel services with BMO, promoting efficiency by assigning both functions to a single firm. Public Resources Advisory Group (PRAG) has served as the City’s financial advisor since 2019. Financial advisor, bond counsel, and disclosure counsel services are usually paid as a percentage of a bond issuance. In certain instances, however, the City has utilized BMO’s expertise in public finance for topics other than traditional bonds, or in cases where bonds may be discussed or considered, but may or may not be issued. Similarly the City has previously utilized PRAG’s financial advisory services on an hourly basis on projects other than bond issuances. The City’s existing contracts with BMO and PRAG contemplate hourly billing for such services. The City Attorney and the City’s Finance Director have consulted with BMO and PRAG in regard to the possibility of the City offering to purchase local electric distribution infrastructure from Duke. (The City is not considering or contemplating any purchase of transmission or generation infrastructure.) Subject to Council approval, the BMO addendum and PRAG task order contemplate hourly billing, at the previously approved rates, for advice and services relating to public finance. These fees will be invoiced monthly and likely be paid over the course of a year or longer. The total fee for BMO hourly services, including bond validation, is estimated at $75,000. The total fee for PRAG hourly services is estimated at less than $50,000. If the City ultimately issues bonds in relation to the purchase, any fees spent by the City on hourly billing will receive a dollar-for-dollar offset against BMO’s and PRAG’s normal issuance fees. In other words, the City will be credited or refunded the full amount of the hourly fees described in this in the event the City purchases the assets from Duke. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 9/11/2025 File Number: ID#25-0902 A first quarter budget amendment will increase special program M2403, Feasibility Study, by $125,000 funded by a transfer of unallocated Special Program Fund reserves. Page 2 City of Clearwater Printed on 9/11/2025 Attorneys at Law One Tampa City Center Suite 2700 Tampa, FL 33602 Tel 813.273.6677 Fax 813.223.2705 www.bmolaw.com Atlanta . Jacksonville . Miami . Orlando . Tallahassee . Tampa . Washington, DC August 26, 2025 VIA E-MAIL David Margolis, Esq. City Attorney City of Clearwater, Florida david.margolis@myclearwater.com Re: Supplement to Professional Services Retainer Agreement dated March 27, 2025 Dear David: This engagement letter is submitted for purposes of defining the scope of special public finance legal services to the City pursuant to Section 5 of the subject Agreement. As required by Section 5 of such Agreement, the scope of services is to provide legal advice and services on various finance related matters in connection with the potential purchase of an electric distribution utility system, including without limitation a potential bond validation (subject to the $15,000 cap in the Agreement) and potentially seeking a private letter ruling. The hourly rates are $400 per hour for shareholders and $300 per hour for associates, consistent with the existing Agreement. We estimate the total amount of these fees is unlikely to exceed $75,000. Upon the distribution of the initial draft of the Preliminary Official Statement, we will no longer bill for this matter on an hourly basis. If, as contemplated by Subpart B, Article II, Sec. 2 of the City Charter, the City or an entity created by the City issues bonds in relation to the electric utility system, any fees paid to the firm under this letter will be credited dollar-for-dollar against our traditional Bond Counsel fee agreement set forth in the Agreement, thereby reducing and offsetting the traditional Bond Counsel fee. Because this reduction will offset 100% of the City’s hourly costs, the firm’s Disclosure Counsel fee will continue to be calculated based on the requisite percentage of the traditional Bond Counsel fee, without taking into account such credit. If you authorize the foregoing, please do so by accepting the same with your signature below. We appreciate the continued opportunity to serve the City of Clearwater, Florida. BRYANT MILLER OLIVE P.A. Duane D. Draper, Shareholder David Margolis, Esq. August 26, 2025 Page 2 Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: __________________________ Bruce Rector Mayor Jennifer Poirrier City Manager Approved as to form: Attest: ___________________________ _________________________________ David Margolis Rosemarie Call City Attorney City Clerk PUBLIC RESOURCES ADVISORY GROUP 2002 N. LOIS AVENUE, SUITE 102 TAMPA, FLORIDA 33607 TEL: (727) 822-3339 | WWW.PRAGADVISORS.COM INDEPENDENT FINANCIAL ADVISORS August 27, 2025 Mr. Jay Ravins The City of Clearwater Finance Director 100 S. Myrtle Avenue Clearwater, FL 33756 RE: Financial Planning and Analysis Dear Mr. Ravins: The purpose of this letter is to document the task order between Public Resources Advisory Group, Inc. (“PRAG”) and the City of Clearwater (the “City”) to provide financial planning and analysis services related to the establishment of a municipal electric utility (the “Project”). PRAG serves as the City’s independent registered municipal advisor pursuant to the “Agreement for Financial Advisor Services” dated March 7, 2024 between PRAG and the City (the “Agreement”). Pursuant to the Agreement, financial advisory or consulting services beyond debt issuance can be performed by PRAG but must be mutually agreed upon in writing prior to commencement of such services. The City desires to utilize the services of PRAG on the Project. PRAG is a registered municipal advisor with the Municipal Securities Rulemaking Board (MSRB) and the SEC. Scope of Services: The scope of services for this task order will include: 1. Develop preliminary financing scenarios and debt schedules for the Project; 2. Identify key assumptions and sensitivities that may impact financing costs; 3. Identify and review credit ratings of comparable entities and relevant peer benchmarks; 4. Research the impact of legal and governance structure on credit ratings or financing cost; 5. Work with the City’s staff and external consultants and legal counsels to gather necessary data and information to support our analyses; 6. Participate in conference calls and attend meetings, as requested. Term and Fees: The City requests that work begin on the scope of services identified above begin immediately. The term to provide the scope of services described herein will expire on December 31, 2025, unless earlier terminated by either party. Per the Agreement, PRAG shall be compensated for work for the City not directly related to bond issues on an hourly basis as follows: - 2 - Title Hourly Rate Senior Managing Director $300 Managing Director $250 Vice President/ Assistant Vice President $190 Analyst/Associate $170 PRAG agrees that the fees for the scope of services under this task order may be credited against the per bond transaction fee for a future debt issuance related to the Project. PRAG will invoice monthly for actual work performed and will include a description of tasks and associated time. PRAG bills in quarter hour increments. Out- of-pocket expenses under this authorization will be reimbursed at cost. Any additional services and fees will require written direction from the City. Contacts: The PRAG contacts that will work with the City on this task order include: Natalie Sidor, Senior Managing Director, 813-898-4151, nsidor@pragadvisors.com Matthew Sansbury, Managing Director, 813-970-2853, msansbury@pragadvisors.com Wendell Gaertner, Senior Managing Director, 813-898-4183, wgaertner@pragadvisors.com Other Matters: PRAG is not providing any legal advice or counsel under this task order. Without limiting the foregoing, PRAG is not providing any interpretation of any laws or regulations that may be applicable to the City or the Project or that are otherwise related to the work hereunder. Disclosures: Please see PRAG’s Disclosure Statement as shown in Exhibit A for important disclosures, as required by MSRB Rules G-42 and G-10 regarding PRAG’s Municipal Advisory Services – advisory services related to the issuance of municipal securities and municipal financial products. Please acknowledge receipt and agreement with this task order by signing and returning to the PRAG contacts identified herein. Sincerely, Public Resources Advisory Group, Inc. By: Wendell Gaertner Title: Senior Managing Director - 3 - ACCEPTED AND AGREED: CITY OF CLEARWATER, FLORIDA By: Title: Date: Enclosures: Exhibit A; Required Disclosure Pursuant to MSRB Rule G-42 Exhibit A-1: Required Disclosure Pursuant to MSRB Rule G-10 - 4 - Exhibit A Required Disclosure Pursuant to MSRB Rule G-42 1. Scope of Services (a) Services to be provided: The scope of services with respect to PRAG’s task order with the City (the “Scope of Services”) are as described in the task order letter dated August 27, 2025. 2. Term. PRAG anticipates beginning work on the scope of services identified in this task order to begin immediately. The term of this task order to provide the scope of services described herein will be complete on December 31, 2025, unless extended in writing by the City, and that the task order may be terminated with or without cause by either party. In case of any termination, we believe that the terminating party should endeavor to provide reasonable notice of such termination to the other party so as to permit an orderly transition. 3. Municipal Advisor’s Regulatory Duties When Servicing the City. MSRB Rule G-42 requires that PRAG make a reasonable inquiry as to the facts that are relevant to the City’s determination whether to proceed with a course of action or that form the basis for the advice provided by PRAG to the City with respect to municipal financial products or the issuance of municipal securities, including with respect to the structure, timing, terms, and other similar matters concerning such financial products or issues, based on all the facts and circumstances. The rule also requires that PRAG undertake a reasonable investigation to determine that it is not basing any recommendation on materially inaccurate or incomplete information. PRAG is also required under the rule to use reasonable diligence to know the essential facts about the City and the authority of each person acting on the City’s behalf. Accordingly, PRAG will seek the City’s assistance and cooperation, and the assistance and cooperation of the City’s agents, with the carrying of these regulatory duties, including providing to PRAG accurate and complete information and reasonable access to relevant documents, other information and personnel needed to fulfill such duties. In addition, if the City provides direction to PRAG to review a recommendation made by a third party, PRAG requests that the City provide any information it has received from such third party relating to its recommendation. 4. Compensation. The form and basis of compensation for PRAG’s services is set forth in this task order letter. 5. Disclosures of Conflicts of Interest. MSRB Rule G-42 requires that municipal advisors provide to their clients disclosures relating to any actual or potential material conflicts of interest, including certain categories of potential conflicts of interest identified in Rule G-42, if applicable. Accordingly, PRAG makes the following disclosures with respect to material conflicts of interest in connection with the Scope of Services under this task order, together with explanations of how PRAG addresses or intends to manage or mitigate each conflict. With respect to all of the conflicts disclosed below, PRAG mitigates such conflicts through its adherence to its fiduciary duty to the City, which includes a duty of loyalty to the City in performing all municipal advisory activities for the City. This duty of loyalty obligates PRAG to deal honestly and with the utmost good faith with the City and to act in the City’s best interests without regard to PRAG’s financial or other interests. (a) Compensation-Based Conflicts: (i) Fees paid to PRAG without regard to the execution of any financing transaction, but solely on the basis of hours worked. While such an arrangement is not uncommon, it could cause PRAG to do excessive or unnecessary work in order to obtain more fees. (ii) Fees paid to PRAG that have a fixed maximum amount established at the outset of an engagement. These amounts are usually based upon an analysis by PRAG of, among other things, the expected duration and complexity of the transaction. This form of compensation presents a potential conflict of interest because if the transaction requires more work than originally - 5 - contemplated, PRAG may have the incentive to recommend less time-consuming alternatives, or fail to do a thorough analysis of alternatives. (iii) Fees paid to PRAG which compensation is contingent upon the successful closing of a transaction and/or is based on the size of a transaction. This form of compensation presents a potential conflict of interest because PRAG may have incentive to recommend a larger transaction than necessary. (iv) Fees paid to PRAG that are based on hours worked on an engagement. This form of compensation presents a potential conflict of interest because PRAG may have incentive to spend more time than necessary on an engagement. (b) Other Municipal Advisor Relationships: PRAG serves a wide variety of other clients that may from time to time have interests that could have a direct or indirect impact on the interests of the City. For example, PRAG serves as municipal advisor to other municipal advisory clients, including Pinellas County, and, in such cases, owes a regulatory duty to such other clients just as it does to the City under this task order. These other clients may, from time to time and depending on the specific circumstances, have competing interests. In acting in the interests of its various clients, PRAG could potentially face a conflict of interest arising from these competing client interests. With respect to all of the conflicts disclosed above, PRAG mitigates such conflicts through its adherence to its fiduciary duty to the client, which includes a duty of loyalty to the in performing all municipal advisory activities. This duty of loyalty obligates PRAG to deal honestly and with the utmost good faith with you and to act in your best interests without regard to PRAG’s financial or other interests. If PRAG becomes aware of any additional potential or actual conflict of interest prior to, or during an engagement, PRAG will disclose the detailed information in writing within a timely manner. 6. Disclosures of Information Regarding Legal Events and Disciplinary History. MSRB Rule G-42 requires that municipal advisors provide to their clients certain disclosures of legal events or disciplinary history material to its client’s evaluation of the municipal advisor or the integrity of the municipal advisor’s management or advisory personnel. Accordingly, PRAG sets out below required disclosures and related information in connection with such disclosures. On September 17, 2024, PRAG filed an amendment to its Form MA disclosing PRAG’s settlement with the U.S. Securities and Exchange Commission (the “SEC”) of matters relating to failure to maintain and preserve text communications. The Form MA filing may be electronically accessed at the following link: https://www.sec.gov/Archives/edgar/data/1612223/000161222324000008/xslFormMA_X01/primary_doc.xml 7. Future Supplemental Disclosures. As required by MSRB Rule G-42, this disclosure may be supplemented or amended, from time to time as necessary, to reflect changed circumstances resulting in new conflicts of interest or changes in the conflicts of interest described above, or to provide updated information with regard to any legal or disciplinary events of PRAG. PRAG will provide the City with any such supplement or amendment as it becomes available throughout the term of this task order. - 6 - Exhibit A-1 Required Disclosure Pursuant to MSRB Rule G-10 Public Resources Advisory Group, Inc. is currently registered as a Municipal Advisor with the U.S. Securities and Exchange Commission and the Municipal Securities Rulemaking Board (“MSRB”). As a Municipal Advisor, we are required to provide the following written information to our municipal entity and obligated person clients in accordance with MSRB Rule G-10. The MSRB website at www.msrb.org, includes the Municipal Advisory client brochure that describes the protections that may be provided by the MSRB Rules and how to file a complaint with an appropriate regulatory authority. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0916 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 19.1 SUBJECT/RECOMMENDATION: Resolution for Red Star City - Mayor Rector Page 1 City of Clearwater Printed on 9/11/2025 RESOLUTION NO. 25- A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DESIGNATING CLERWATER AS A “RED STAR CITY” TO RECOGNIZE AND SUPPORT FAMILIES OF MILITARY SERVICE MEMBERS, VETERANS, AND FIRST RESPONDERS LSOT TO SUICIDE; PROVIDING AN EFFECTIVE DATE. WHEREAS, the mental health crisis among military personnel, veterans, and first responders has reached epidemic proportions, with approximately 500 active-duty service members, 8,000 veterans, and 500 first responders dying by suicide each year ; and WHEREAS, these fallen heroes leave behind grieving families, known as Red Star Families, who carry the burden of loss while striving to honor their loved ones' service and sacrifice; and WHEREAS, the City of CLEARWATER recognizes the sacrifices made not only by those who served in uniform but also by their families, who endure the lasting impact of their loss; and WHEREAS, the City of CLEARWATER stands committed to raising awareness, providing support, and fostering a community of remembrance, healing, and advocacy to combat military, veteran, and first responder suicide; and WHEREAS, in partnership with the Red Star Foundation, the City of CLEARWATER pledges to recognize March 21st as Red Star Family Day, honor Red Star Families, and promote suicide awareness and prevention efforts; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. that the City of CLEARWATER hereby proclaims itself a Red Star City, demonstrating its commitment to supporting Red Star Families, advocating for suicide prevention, and ensuring that the sacrifices of our heroes and their families are never forgotten. Section 2. The $1000 application fee will be waived: Section 3. The Red Star City application is attached for reference. PASSED AND ADOPTED on this (insert date). ________________________________ Bruce Rector Mayor Approved as to form: Attest: ___________________________ ___________________________ David Margolis Rosemarie Call City Attorney City Clerk RED STAR CITY DESIGNATION APPLICATION Red Star Foundation 600 Cleveland St., Suite 356-C Clearwater, FL 33755 www.RedStarFoundation.org admin@RedStarFoundation.org (727) 977-6161 SECTION 1: CITY INFORMATION  City Name: ___________________________  State: ___________________________  Mayor’s Name: ___________________________  City Manager (if applicable): ___________________________  City Council Members: (Attach an additional list if needed) o o o o o o  Primary Contact Person: ___________________________  Title: ___________________________  Phone Number: ___________________________  Email Address: ___________________________ SECTION 2: COMMITMENT TO THE RED STAR CITY PROGRAM By applying for Red Star City designation, the City of commits to: 1. Passing a resolution recognizing the city as a Red Star City (Template provided). 2. Raising awareness about military, veteran, and first responder suicide through city- sponsored or community-led initiatives. 3. Honoring Red Star Families through events, memorials, or recognition ceremonies. 4. Supporting suicide prevention efforts in partnership with the Red Star Foundation and local organizations. SECTION 3: IMPLEMENTATION PLANS 1. Will the city pass a formal resolution recognizing itself as a Red Star City? ☐ Yes (Attach copy or expected date of passage) ☐ No (Please explain) 2. How will the city recognize and support Red Star Families? (Examples: proclamation, flag display, awareness event, etc.) 3. Will the city host or support awareness events for military, veteran, and first responder suicide prevention? ☐ Yes (Please attach a description of planned activities) ☐ No 4. Will the city provide or promote support resources for Red Star Families? ☐ Yes (Examples: peer support groups, mental health resources, local partnerships) ☐ No 5. What physical displays will the city have to honor Red Star Families? (Examples: plaques, memorials, banners, designated spaces, etc.) ☐ Plaques (Describe location and design, if known) ☐ Memorial (Describe planned site and dedication date, if applicable) ☐ Banners or Flags (Describe placement and duration) ☐ Other (Please specify) ______________________________________________________. 6. Administration fee of $1000.00 is: ☐ Enclosed ☐ Will be paid at a later date SECTION 4: AUTHORIZATION By signing below, the City of affirms its commitment to becoming a Red Star City and upholding the principles of the program. Mayor’s Name: ___________________________ Mayor’s Signature: ___________________________ Date: ___________________________ City Manager’s Name (if applicable): ___________________________ City Manager’s Signature: ___________________________ Date: ___________________________ SUBMIT APPLICATION TO: Red Star Foundation 600 Cleveland St., Suite 356-C Clearwater, FL 33755 OR BY EMAIL TO: admin@RedStarFoundation.org RED STAR CITY RESOLUTION TEMPLATE CITY OF CLEARWATER OFFICE OF THE MAYOR & CITY COUNCIL A RESOLUTION DESIGNATING CLEARWATER AS A “RED STAR CITY” TO RECOGNIZE AND SUPPORT FAMILIES OF MILITARY SERVICE MEMBERS, VETERANS, AND FIRST RESPONDERS LOST TO SUICIDE. WHEREAS, the mental health crisis among military personnel, veterans, and first responders has reached epidemic proportions, with approximately 500 active-duty service members, 8,000 veterans, and 500 first responders dying by suicide each year; and WHEREAS, these fallen heroes leave behind grieving families, known as Red Star Families, who carry the burden of loss while striving to honor their loved ones' service and sacrifice; and WHEREAS, the City of CLEARWATER recognizes the sacrifices made not only by those who served in uniform but also by their families, who endure the lasting impact of their loss; and WHEREAS, the City of CLEARWATER stands committed to raising awareness, providing support, and fostering a community of remembrance, healing, and advocacy to combat military, veteran, and first responder suicide; and WHEREAS, in partnership with the Red Star Foundation, the City of CLEARWATER pledges to recognize March 21st as Red Star Family Day, honor Red Star Families, and promote suicide awareness and prevention efforts; NOW, THEREFORE, BE IT RESOLVED, that the City of CLEARWATER hereby proclaims itself a Red Star City, demonstrating its commitment to supporting Red Star Families, advocating for suicide prevention, and ensuring that the sacrifices of our heroes and their families are never forgotten. IN WITNESS WHEREOF, this resolution is duly adopted by the City Council of CLEARWATER on this [DATE]. SIGNED: [Mayor’s Name] [City Council Members] Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0811 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 19.2 SUBJECT/RECOMMENDATION: Approve City Manager 2026 Goals. SUMMARY: Page 1 City of Clearwater Printed on 9/11/2025 Clearwater City Manager 2026 Goals Clearwater City Manager Jennifer Poirrier Period covering: 10-25 thru 9-26 Goal #1 Work with stakeholders to create and implement economic opportunities for Clearwater. Specific: Continue to collaborate with the County to create a comprehensive plan regarding their vacated properties that supports job creation, private investment, broadened tax base, and economic opportunities in Clearwater. Create alignment between economic development/housing’s work plan, policies/practices with organizational objectives. Develop and engage relationships within the region to foster and implement opportunities across the city. Measurable: Will collaborate with the County’s task force and consultants, guiding the City’s task force to support outcomes aligned with our strategic plan and objectives, and will keep stakeholders updated and engaged. Will fill key positions to create a cohesive team that will meet organizational objectives timely. Will lead, engage, coordinate with staff and key stakeholders to attract, evaluate and implement viable economic opportunities. Achievable: By the end of the FY, an RFP for developers for the Pinellas County properties sites will be posted our team will have suggestions for code amendments/changes to be presented to Council in response to the responses to the RFP. Key positions in economic development will be filled and or repurposed to align with organizational strategies and goals. All economic development opportunities will be fully leveraged, by maximizing resources and partnerships to ensure sustainable growth and long-term success for the city. Relevant: One of our top priorities listed in our strategic plan goal is to foster a prosperous and enduring economy that promotes opportunities for all, under that goal the objectives are outlined that will be adhered to in this project. With the number and significance of current economic opportunities and the filling of key positions, this goal will touch every major objective in our strategic plan. Timely: This project while extend over several years (this is the second year), but there will be strategic milestones achieved during this review period. Goal #2 Implementation of Strategic Plan Specific: We will implement the strategic priorities into the budget, ensuring appropriately resourced and complete those goals (see work plan from FY 24/25 and will attach new plan at conclusion of strategy sessions in 2026.) Measurable Proposed budget will be developed from the strategic planning session that align with Council strategic priorities and direction. Projects brought forward to Council will have strategic objectives identified, as per the work plan from 24/25 and new plan that will be developed in 2026. Achievable: Strategic planning sessions to include a new work plan will begin in January. Budget will be presented in July/August with the strategic priorities listed and funded. Priorities will be moved forward towards completion. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted and annually will be updated with a priority list that will be implemented via the budget process. Timely: The work plan has timelines built in, that can be reviewed for timeliness at conclusion of evaluation period. Goal #3 Provide direction and leadership focused on transparency, accountability, and efficiency with a focus on communications and becoming a premier employer and community. Specific: We will create, implement and train on meaningful policies/best practices that speak to accountability and efficiency. We will finalize the development and implementation of departmental dashboards throughout the organization and establish key benchmarking opportunities to measure our progress and report on such. By January 2027 we will have completed the innovation project as a result of the Bloomberg/Harvard City Leadership Initiative. We will maintain the pay and class plan with demonstrated impacts on recruitment/retention and be able to report on those impacts. We will continue development training for succession planning. City Administration and senior executive team will be assessable and visible to the community. Measurable: Final dashboards will be developed and launched on our website, Bloomberg/Harvard Leadership Innovation project will be substantially completed, pay and class plan will be maintained via budget and police and fire contract completion, executive leadership academy will continue with its second class reporting back, and community/employee engagement will have occurred with reportable updates distributed. Presentation on implemented/in process AI tools will be conducted prior to FY end. Achievable: All items listed speak to the strategic plan and will be brought forward to Council, and or are resourced for implementation. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted along with a priority list that can now be implemented. This goal specifically speaks to multiple priorities with High Performing Government, Community Well- Being, and Superior Public Service. Timely: All items will be developed/presented by October. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0812 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 19.3 SUBJECT/RECOMMENDATION: Approve City Attorney 2026 Goals. SUMMARY: Page 1 City of Clearwater Printed on 9/11/2025 City Attorney performance goals for FY25-26 Preliminary comment: The City Council’s current rules require the City Manager and City Attorney to each suggest one to three goals for the next fiscal year. Two goals are offered below for Council’s consideration. Goal #1: successfully conclude the sale of the City’s old City Hall parcel to Gotham, or ensure that any extensions are properly obtained. Specific: this goal relates specifically to Gotham’s real estate purchase of the old City Hall location. Measurable: the success of the old City Hall parcel will be measured by closing successfully by March 1, 2026. If the closing conditions cannot or do not occur, the City Attorney will ensure that any extensions occur in the manner the City and the Buyer had previously agreed upon. Achievable: like any seller of real estate, the City does not control the buyer. However, the City can ensure that its own conditions precedent to sale have been satisfied, and that closing occurs if and when all conditions are met. In addition, if Gotham is unable to close by March 1, 2026, the City Attorney can ensure that any extensions align with the agreement Council approved. Relevant: preparing and approving contracts is a core function of the City Attorney’s Office. In addition, providing assistance in real estate transactions, negotiating various contractual terms between parties, and creating legal documents of a complex or unique nature are listed as essential job functions in the City Attorney’s job description. Time-bound: by March 1, 2026, the City Attorney’s Office will either ensure a successful closing or ensure that arrangements have been made for an extension under the terms that Council previously approved. Goal #2: conclude certain litigation matters in a manner beneficial to the City. Specific: although litigation is a normal and expected component of government practice, this year’s goal focuses on resolving a handful of particular matters. These cases have been discussed with Councilmembers via 1 on 1 meetings. Measurable: the success of this goal will be measured by the number of these matters that produce satisfactory outcomes for the City, or at least appear on track to do so. Achievable: litigators do not control opposing counsel or the judiciary. This goal is therefore qualified to the extent that we seek to influence those matters that we control, or at least those we can influence. Relevant: ensuring the City is properly represented in litigation is a core function of the City Attorney’s Office, per the City Charter. Prioritizing certain cases within the litigation realm is a subset of that function. Time-bound: the City Attorney aims to accomplish this goal by the end of the next fiscal year. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0805 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 23.1 SUBJECT/RECOMMENDATION: Constitution Week Proclamation Page 1 City of Clearwater Printed on 9/11/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0899 Agenda Date: 9/15/2025 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 23.2 SUBJECT/RECOMMENDATION: End of Session Report - Representative Kimberly Berfield Page 1 City of Clearwater Printed on 9/11/2025