Loading...
09/29/2025Monday, September 29, 2025 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda September 29, 2025City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. A spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Fire Prevention Week Proclamation 4.2 Public Natural Gas Week Proclamation - Brian Langille, Executive Director Gas System 4.3 NewGen Presentation and Council Discussion. 5. Approval of Minutes 5.1 Approve the minutes of the September 18, 2025 City Council meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 9/23/2025 September 29, 2025City Council Meeting Agenda Public Hearings - Not before 6:00 PM 6. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 6.1 Declare as surplus for the purpose of transfer to Adel Youssef and Vivien Kandiel, certain unaddressed real property located at Heather Ct.; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. 6.2 Continue to 10/15/2025: Declare as surplus for the purpose of donating to C.I.M.H.Z Management LLC., certain real property located at 1164 La Salle St, for the development of affordable housing; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. 6.3 Authorize award of a construction contract to C and T Contracting Services, LLC, for Northeast Water Reclamation Facility (NE WRF) Sand Filters Rehabilitation in the amount of $5,469,339.00 pursuant to ITB 23-0045-UT and authorize the appropriate officials to execute the same. 6.4 Authorize the City Manager and designated city representatives to enter into negotiations with Pinellas County for an interlocal agreement for the City of Clearwater’s participation in the Regional Resource Recovery Facility (RRRF). 6.5 Approve the Memorandum of Understanding (MOU) with the Federal Aviation Administration (FAA) for the operation and maintenance of a Visual Approach Slope Indicator (VASI) at the Clearwater Executive Airport and authorize the appropriate officials to execute same. 6.6 Authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $3,500,000.00, for term October 1, 2025 through September 30, 2026, or through expiration of the respective contract if earlier, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. Page 3 City of Clearwater Printed on 9/23/2025 September 29, 2025City Council Meeting Agenda 6.7 Authorize purchase orders to Control Southern, Inc. of Suwanee, GA, DevTech Sales, Inc. of Avon Park, FL, Equipment Controls Company of Norcross, GA, Technico of Lake Worth, FL for the purchase of natural gas meters and regulators in the cumulative annual not-to-exceed amount of $1,600,000.00 for the term October 1, 2025 through September 31, 2026, with the two, one-year renewal options pursuant to Invitation to Bid 45-25 and authorize the appropriate officials to execute same. 6.8 Reappoint Kelly Batsford and Frank Cornier to the Neighborhood and Affordable Housing Advisory Board with terms expiring September 30, 2029. 6.9 Appoint Richard Foxx to the Neighborhood and Affordable Housing Advisory Board, as the Citizen actively engaged as a real estate professional in connection with affordable housing, with an unexpired term through June 30, 2026. 6.10 Approve renewal of Legal Services Agreement with the law firm of Baker Hostetler LLP to represent the City in environmental matters and authorize the appropriate officials to execute same. 6.11 Approve a retainer agreement with the Dayes Law Firm, PLLC in Jontez Williams vs. Carl Giardino and authorize the appropriate officials to execute same. 6.12 Approve a retainer agreement with the Dayes Law Firm PLLC in Connie Simon vs. City of Clearwater and authorize the appropriate officials to execute same. 6.13 Approve amended retainer agreement with Manson Bolves Donaldson Tanner, P.A. in regard to Bay Esplanade litigation and authorize the appropriate officials to execute same. 7. Second Readings - Public Hearing 7.1 Adopt Ordinance 9825-25 on second reading, amending 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. 7.2 Adopt Ordinance 9851-25 on second reading and amend the City’s fiscal year 2024/25 operating budget at third quarter. 7.3 Adopt Ordinance 9852-25 on second reading and amend the City’s fiscal year 2024/25 capital improvement budget at third quarter. 8. City Manager Reports 9. City Attorney Reports Page 4 City of Clearwater Printed on 9/23/2025 September 29, 2025City Council Meeting Agenda 10. Other Council Action 10.1 Designate Clearwater a Red Star City and adopt Resolution 25-13. 10.2 Consideration to rename Court Street to Charlie Kirk Way - Councilmember Cotton 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 5 City of Clearwater Printed on 9/23/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0923 Agenda Date: 9/29/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Fire Prevention Week Proclamation Page 1 City of Clearwater Printed on 9/23/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0935 Agenda Date: 9/29/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Public Natural Gas Week Proclamation - Brian Langille, Executive Director Gas System Page 1 City of Clearwater Printed on 9/23/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0958 Agenda Date: 9/29/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.3 SUBJECT/RECOMMENDATION: NewGen Presentation and Council Discussion. Page 1 City of Clearwater Printed on 9/23/2025 PUBLIC POWER FOR YOUR COMMUNITY 7 More than 2,000 cities and towns in the United States light up their homes, businesses and streets with “public power–electricity that comes from a community-owned and -operated utility. Public power utilities are like our public schools and libraries: a division of local government, owned by the community, run by boards of local officials accountable to the citizens. Most public power utilities are owned by cities and towns, but many are owned by counties, public utility districts, and even states. While each public power utility is different, reflecting its hometown characteristics and values, all have a common purpose: providing customers in the community with safe, reliable, not-for-profit electricity at a reasonable price while protecting the environment. Public power today is an important contemporary American institution. From small towns to big cities, wherever public power exists, it is an expression of the American ideal of local people working together to meet local needs. It is a manifestation of local control. Who does public power serve? • More than 2,000 community-owned electric utilities serve more than 48 million people.1 • Public power utilities serve small communities as well as large cities, including Los Angeles, San Antonio, Nashville, Orlando and Seattle. • Public power serves customers in 49 states–all but Hawaii–and five U.S. territories. • Three million businesses receive their power from a publicly owned electric utility. 1 Based on U.S. Census Bureau statistics of 2.54 people per household/meter. What is Public Power? • Brings electricity to homes and businesses • May generate and/or buy power • Is a not-for-profit entity • Is owned by the community • Is usually a division of local government • Is transparent (subject to sunshine laws) • Involves citizens in decision-making A public power utility: 8 PUBLIC POWER FOR YOUR COMMUNITY What are the other utility ownership structures? There are three types of electric utilities: public power, rural electric cooperatives and investor-owned utilities. Public power utilities are entities of local or state government. The public power business model is based on public ownership and local control, a not-for-profit motive, and focus on its customers. Because they are public entities, public power utilities do not pay federal income taxes or most state taxes, but they support the local government through payments in lieu of taxes or transfers to the general fund. Electric cooperatives are private, not-for-profit businesses. They are owned by their consumer-members, who elect governing board members and are required to return any excess revenue (above what is needed for operating costs) to their members. The local government and broader community generally have no involvement in the governance of the utility. Most electric cooperatives are exempt from federal income tax, and may pay neither taxes nor payments-in-lieu-of-taxes to support the local government. Investor-owned utilities are private, for-profit enterprises. They are owned by investors or shareholders, who generally are not customers of the utility or members of the community, and their primary motivation is to increase the value to shareholders. As private businesses, investor-owned utilities do pay taxes to local governments, but customers have no voice in the operation of the utility. Three types of Electric Utilities BUSINESSMODEL REGULATED BY STATE PUBLIC UTILITY COMMISSION GOVERNED BY FINANCIAL CONTRIBUTION TOLOCAL GOVERNMENT Not for profit, Not for profit, For profit,community-owned member-owned share-holder owned Very limited instances Some All Elected/appointed boards– Member-elected boards Private boardsmayors, city council members,citizens Exempt from most taxes; instead May neither pay taxes nor other Pay taxes to localmake payments in lieu of taxes contributions to local government governmentor transfers to the general fund PUBLIC POWER UTILITIES RURAL ELECTRIC COOPERATIVES INVESTOR-OWNED UTILITIES 1 IN 7 ELECTRICITY CUSTOMERS IN THE U.S. ARE SERVED BY PUBLIC POWER PUBLIC POWER FOR YOUR COMMUNITY 9 What is the Public Power Business Model? While each community-owned utility is unique, all public power utilities share five basic tenets that comprise the public power business model: Public Ownership Public power utilities are owned by and operated for the citizens they serve and therefore are accountable to their local owners. Local Control Local, independent regulation and governance gives utility policymakers greater agility in decision-making and protects the long-term viability of the utility, while permitting customer involvement in the process. This ensures decisions reflect the values of the community. Nonprofit Operations Community-owned electric utilities serve only the interest of their customers, avoiding conflicts between the interests of shareholders and customers because they are one and the same. Excess revenues stay in the local community and are invested in system improvements and utility reserves, shared with the local government, or returned to the customer in the form of lower rates. They are not distributed among outside shareholders, as they are in the case of for-profit utilities. Low-Cost Structure Public power utilities have access to lower cost tax-exempt financing and generally have stronger credit ratings than privately owned utilities. Publicly owned utilities may have more efficient operations and access to less expensive federal hydro power. Customer Focused Community-owned electric utilities are dedicated to the singular mission of delivering the highest level of service and value to their customer-owners for the long term. Public power utilities focus on the specific needs of customers, including high reliability and lower rates, as well as local priorities, which may include new technologies, environmental concerns or advanced communications. 5 ELEMENTS OF PUBLIC POWER BUSINESS MODEL PUBLIC OWNERSHIP LOCAL CONTROL NONPROFIT OPERATIONS LOW-COST STRUCTURE CUSTOMER FOCUSED 10 PUBLIC POWER FOR YOUR COMMUNITY Who is in charge of public power utilities? Public power utilities are owned and accountable to the people they serve. Citizens have a direct and powerful voice in utility decisions and policies, both at the ballot box and in open meetings where business is conducted. Where does the power come from? The governance structure for each utility varies. Some are governed by the city council; others are controlled by an independent utility board whose members may be elected or appointed by the mayor and city council. Together, public power utilities and joint action agencies generate two-thirds of the electricity they distribute to their customers. The rest of the electricity they distribute is purchased from investor-owned and cooperative utilities, independent generators and federal power agencies. Overall, public power utilities and joint action agencies own 10 percent of electricity generation and transmission in the United States, and 16 percent of all electricity distribution. 10% OF GENERATION 10% OF TRANSMISSION 16% OF DISTRIBUTION Public Power’s Share of the U.S. Electricity Market Electric utilities have three core functions: • Generation of electricity; • Transmission of electricity; and • Distribution of electricity to customers. Most public power utilities are distribution-only, meaning they do not own and operate their own power plants and bulk transmission. Instead, these utilities purchase power and transmission services at wholesale to distribute to their customers. Many distribution-only utilities purchase power and transmission from joint action agencies. PUBLIC POWER FOR YOUR COMMUNITY 11 Energy Resources Electricity is created from the conversion of a fuel or other source of energy into electrons. This process occurs on a large scale in a power plant, or on a smaller scale through distributed energy resources (e.g., solar panels on your roof). The primary electricity generating technologies used in the United States are coal, natural gas, nuclear and hydro power. A small but growing portion of the generation portfolio comes from renewable resources, such as solar, wind, landfill methane gas, and geothermal power. Public power utilities around the country rely on all of these energy resources to varying degrees. Each of the various generating technologies has its advantages and disadvantages, which is why having a diversified portfolio of fuels–particularly generation sources that can be relied on most of the time–is a priority for electric utilities. 2 Energy Information Administration Form EIA-860, 2015 (2013 data). Joint action agencies are membership organizations formed by groups of local community-owned utilities. These agencies, often authorized by state legislation, are governed by boards comprised of member representatives. The agencies buy or generate power and provide other services for their constituent utilities. With the combined leverage and purchasing power they get from representing multiple utilities, these agencies give their members the advantage of economies of scale and allow public power utilities to exercise strength in numbers. What is a Joint Action Agency? Electricity used by public power is generated from2 17.3% 28% 7.6% 5.4% 39.5% 2.2% PUBLIC POWER SYSTEMS OWN 2/3 OF THEIR GENERATION AND BUY 1/3. SEPTEMBER 19, 2025www.newgenstrategies.net MUNICIPAL UTILITY FEASIBILITY STUDY REPORT Prepared for: City of Clearwater, FL © 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Table of Contents List of Tables ................................................................................................................................. ii List of Figures ................................................................................................................................ ii List of Appendices ........................................................................................................................ iii Section 1 INTRODUCTION ........................................................................................................... 1-1 Feasibility Study .......................................................................................................................... 1-1 Feasibility Study Elements .......................................................................................................... 1-1 Feasibility Study Process............................................................................................................. 1-2 Duke – Provided Data ................................................................................................................. 1-2 Purchase Cost Estimate / Methodology........................................................................... 1-3 Section 2 ACQUISITION COSTS / MEU SERVICE TERRITORY .......................................................... 2-1 Description of Duke Assets ......................................................................................................... 2-1 Clearwater MEU Service Territory .............................................................................................. 2-7 Asset Value ................................................................................................................................. 2-7 Value of Land, Easements, and Rights of Way ................................................................. 2-9 Clearwater MEU Electric Load .................................................................................................. 2-10 2026 Average Effective Retail Rate .......................................................................................... 2-10 Severance / Reintegration Plan ................................................................................................ 2-11 Long-Range Capital Plan ........................................................................................................... 2-12 Clearwater MEU Organizational Structure .................................................................... 2-12 MEU Implementation ..................................................................................................... 2-13 Section 3 LEGAL/REGULATORY ANALYSIS .................................................................................... 3-1 Relevant State Law Considerations ............................................................................................ 3-1 Relevant Federal Regulation of Electric Utilities ........................................................................ 3-1 Open Access Transmission ......................................................................................................... 3-2 Stranded Costs ............................................................................................................................ 3-3 Addressing and Mitigating Stranded Cost Claims ...................................................................... 3-5 NERC Reliability Regions ............................................................................................................. 3-7 Franchise Agreement with Duke Energy Florida ........................................................................ 3-8 Section 4 FINANCIAL MODEL DEVELOPMENT .............................................................................. 4-1 Financial Model Assumptions ..................................................................................................... 4-2 Acquisition Costs for Distribution Assets ......................................................................... 4-3 Initial Clearwater MEU Operation .................................................................................... 4-3 Transmission Costs ........................................................................................................... 4-6 Utility Operating Costs ..................................................................................................... 4-6 Other Non-Operating Expenses .................................................................................................. 4-7 Community Support ......................................................................................................... 4-8 Total Revenue Requirement / Average System Rate ................................................................. 4-8 Discussion of Annual Savings Analysis ............................................................................. 4-9 Table of Contents ii Clearwater Public Power Feasibility Report Disclaimer ....................................................................................................................... 4-11 Section 5 PUBLIC POLICY IMPLICATIONS ..................................................................................... 5-1 Overhead to Underground Distribution Conversions ................................................................ 5-1 Overhead to Underground Conversion Project Examples ......................................................... 5-4 Retail Rates / Rate Programs ........................................................................................... 5-6 Section 6 CONCLUSION .............................................................................................................. 6-1 Conclusion .................................................................................................................................. 6-1 List of Tables Table 2-1 Estimated Asset Quantities to be Acquired from Duke within the MEU Service Territory ........................................................................................................................ 2-6 Table 2-2 Estimated Clearwater MEU Service Territory Acquisition Value ............................. 2-9 Table 2-3 2026 Estimated Number of Customers and Load for Clearwater MEU Service Territory ...................................................................................................................... 2-10 Table 2-4 2026 Average Effective All-In Retail Rates ($/kWh) for Duke Customers by Class for Clearwater MEU ......................................................................................................... 2-11 Table 4-1 MEU Financial Model Results for Year 1 .................................................................. 4-2 Table 4-2 Estimated Costs for Clearwater MEU ....................................................................... 4-4 Table 4-3 2026 Estimated Wholesale Power Price ($/MWh) at Transmission Voltage ........... 4-6 Table 4-5 Annual Savings Analysis ........................................................................................... 4-9 Table 5-1 Cost Ranges for Overhead to Underground Conversion ($/1,000 feet) .................. 5-3 Table 5-2 Comparison of Effective All-In Retail Rates by Customer Class for Duke and Clearwater MEU (2026) ................................................................................................ 5-7 List of Figures Figure 2-1. Clearwater Municipal Boundary (Source: Barr Engineering) ................................. 2-2 Figure 2-2. Proposed Clearwater MEU Service Territory Boundary (Source: Barr Engineering)2- 3 Figure 2-3. Clearwater MEU Service Territory with Sampled Areas Identified (Source: Barr Engineering) .................................................................................................................. 2-4 Figure 2-4. Portion of Clearwater MEU Service Territory with Sample Assets (Source: Barr Engineering) .................................................................................................................. 2-5 Figure 2-5. Clearwater Substation ........................................................................................... 2-6 Figure 4-1. Annual Effective All-In Rates ($/kWh) Clearwater MEU versus Duke Clearwater4-10 Figure 5-1. South Myrtle Avenue and Court Street Overhead Distribution Lines (Source: Google Earth) ............................................................................................................................ 5-1 Figure 5-2. S. Myrtle Avenue and Pine Street Overhead Distribution Lines (Source: Google Earth) ............................................................................................................................ 5-2 Figure 5-3. Drew Street and North Garden Avenue Overhead Distribution Lines (Source: Google Earth) ................................................................................................................ 5-2 Figure 5-4. Court Street and Martin Luther King Jr. Avenue Overhead Distribution Lines (Source: Google Earth) ................................................................................................. 5-3 Table of Contents Clearwater Public Power Feasibility Report iii Figure 5-5. Myrtle Avenue, Drew Street to Chestnut Street, Overhead to Underground Conversion (Source: Google Earth) ............................................................................. 5-4 Figure 5-6. Drew Street, Myrtle Avenue to Highland Avenue, Overhead to Underground Conversion (Source: Google Earth) ............................................................................. 5-5 Figure 5-7. Court Street, Martin Luther King Jr. Avenue to Hillcrest Avenue, Overhead to Underground Conversion (Source: Google Earth) ........................................................ 5-6 List of Appendices A Financial Analysis Detail © 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report EXECUTIVE SUMMARY The City of Clearwater, Florida (Clearwater or the City) contracted with NewGen Strategies and Solutions, LLC (NewGen) to conduct a feasibility study (Study or Feasibility Study) of the establishment of a municipal electric utility (MEU) to serve the citizens and businesses of the City. Duke Energy Florida (Duke) currently provides electric services in Clearwater, Pinellas County, and a large portion of central and northern Florida. NewGen partnered with Barr Engineering Company (Barr) and Duncan & Allen, LLP (Duncan & Allen), collectively the NewGen Project Team, to develop the assumptions, analyses, and recommendations for this Study. This report provides the results of the Study conducted by the NewGen Project Team. Duke’s electric service to the City is granted through the terms and conditions within a Franchise Agreement with the City that was signed in 1995 with Florida Power Corporation and transferred to Duke in 2012 as a result of its merger with Progress Energy. This Franchise Agreement expires on December 31, 2025, the timing of which offers the City an opportunity to evaluate different options for its electric service provider, including the creation of a potential Clearwater MEU. The intent of this Feasibility Study was to develop an estimate of the Clearwater MEU’s projected average annual system retail rate compared to an estimate of Duke’s similar average system retail rate for the customers in the Clearwater area. The Clearwater MEU average system rate was developed as the total annual revenue requirement to provide service, which includes estimated operating costs, debt service payments associated with acquiring the physical assets of the Duke distribution system, and other costs. To be clear, this Study does not envision, nor would it be required, that the Clearwater MEU own or operate any generation assets to serve its load. It is assumed and generally accepted that publicly owned utilities in Florida are entitled to purchase wholesale power and transmission service through processes regulated by the Federal Energy Regulatory Commission (FERC). The feasibility of establishing a Clearwater MEU must consider an estimate of a range of values for the acquisition of the Duke distribution assets plus other associated costs anticipated to be incurred in the process of such an acquisition. If the City determines that establishing a Clearwater MEU is feasible and chooses to move forward with this process, it must acquire Duke’s existing distribution-related assets. To accomplish this acquisition, the City would incur significant fees and costs. Operating costs for the Clearwater MEU include estimates for power supply, transmission, and operations and maintenance (O&M) of the distribution system; customer costs; and other charges. The estimated value of the Duke assets to be acquired was based on data provided by Duke, the City, and a detailed field assessment and cost analysis conducted by the NewGen Project Team. An estimate of the accumulated physical depreciation was applied to the Duke assets to develop the estimated Reproduction Cost New Less Depreciation (RCNLD) value, which, consistent with provisions in existing Florida state law, serves as the basis for the costs to acquire the distribution system. This analysis was conducted for a 30-year period beginning in 2026. This report is the result of the Study and includes descriptions of several key assumptions based on data provided by Duke, discussions with the City, the field assessment, and the NewGen Project Team’s collective professional experience. There are many ways to evaluate costs of assets to be acquired for a feasibility study. This Study utilized an estimate of the RNCLD value and other costs. This approach does not constitute an appraisal of the assets to be acquired by the City in created an MEU. The results of the analysis conducted for this Study suggest that the Clearwater MEU could potentially provide service to its customers at lower average system retail rates than those estimated for Duke while EXECUTIVE SUMMARY 2 Clearwater Public Power Feasibility Report providing reliable power to its citizens. Figure ES-1 below compares the Clearwater MEU “all-in” projected rates to those projected for Duke for each year of the Study period (2026–2055). Figure ES-1. Comparison of Effective All-In Rates ($/kWh) for Clearwater MEU versus Duke Clearwater The results suggest that for all years of the Study period, the estimated all-in effective rate for the Clearwater MEU is lower than the estimated effective all-in rate for Duke for the customers within the Clearwater MEU service territory (Duke Clearwater). For the first 5 years of the Study period, the Clearwater MEU all-in effective rate is approximately 7% lower on average than the Duke rate on an annual basis. After this initial period, the Clearwater all-in effective rate is approximately 18% lower on average than the effective Duke rate on an annual basis for the remainder of the Study period. This analysis was predicated on several key assumptions regarding the development and operation of the costs associated with the potential Clearwater MEU. The primary drivers for the development of annual average system retail rates for the Clearwater MEU included the assumptions and estimates for the costs to acquire the system assets, future power supply costs, the separation and reintegration of the distribution system, the dissolution of any “stranded costs” claims made by Duke, and other operating costs. For this Study, the NewGen Project Team made reasonable estimates and assumptions as further described herein. The development of a Clearwater MEU is not without potential risks to the City, including the risk that the projections developed herein prove to be incorrect. It should be noted that the assumptions developed for this Study are based on a point in time and are subject to change with changes in the economy, utility industry, and other aspects of society within and beyond the state of Florida, and such changes may have an adverse impact on the analysis developed herein. Therefore, it is critical to understand that actual results may, and likely will, vary from those contained in this report. There are potentially significant legal challenges associated with the development of a Clearwater MEU, including those related to various state and federal statutes. At the state level, the City would likely need to compel Duke to sell its assets through a forced sale. Relevant legal precedents for public entities acquiring private utility assets specific to Florida suggest that the value of assets is related to their relative RCNLD costs, as well as consideration of “going concern” and other costs. Federal regulations provide a framework for various aspects of public acquisition of private utility assets, including potential claims of stranded costs. As discussed herein, based on the applicable state statutes, the NewGen Project Team assumed that the Clearwater MEU would not incur stranded costs in the acquisition of the Duke distribution assets. $0.00 $0.05 $0.10 $0.15 $0.20 $0.25 $0.30 202620272028202920302031203220332034203520362037203820392040204120422043204420452046204720482049205020512052205320542055$/KWHYEAR Effective All-In Rates ($/kWh) Clearwater MEU vs Duke Clearwater Duke Clearwater Effective Rates Clearwater MEU Effective Rates EXECUTIVE SUMMARY Clearwater Public Power Feasibility Report 3 A Clearwater MEU would provide the City with an opportunity to effectuate public policies related to electric utility operations. For the purposes of this Study, those opportunities are focused on the potential implementation of an undergrounding program as well as on potential rates to address concerns regarding affordability and economic development in the community. Conversion of overhead distribution facilities to underground would require significant investments by the Clearwater MEU; however, these investments may result in improved reliability, less need for vegetation management, and improved safety and aesthetics. For the purposes of this Study, the additional costs for undergrounding portions of the distribution system were not included to determine the feasibility of the creation of the Clearwater MEU. Additionally, rate design for individual customer classes as well as various customer- related programs to address economic development policy considerations would require the development of a detailed cost of service study. This Study did not include costs for such programs or proposed rates for customer classes to address affordability concerns. Conclusions / Next Steps This Study established that it is potentially financially feasible for Clearwater to establish a municipal electric utility based on the assumptions described herein. If the City decides to proceed with development of the Clearwater MEU at this time, it has the ability to identify “off-ramps” at which point it can reevaluate that decision in response to new developments, including developments in its relationship with Duke. These developments could include an incorporation of the City’s policy objectives within a future Franchise Agreement with Duke. Such policy objectives could include specific future improvements in the distribution system reliability metrics or the identification and measurement of other service metrics or customer programs that address economic development concerns within the City. The City may choose to defer the development of a Clearwater MEU at this time while it aligns its current and future Franchise Agreements in ways that may facilitate future MEU consideration. This may include (i) geographic or temporal limitations or conditions on Duke’s ability to serve areas of the City where the City may wish to initiate limited municipal utility service in the future (such as solely for City electrical load); (ii) stipulations for a franchise purchase option (including price, valuation methodology, future interconnection arrangements, etc.); (iii) conditions or incentives promoting improved reliability within the City; or (iv) other conditions not yet identified. The City may also wish to develop an annexation strategy for areas around and within the City (specifically the enclaves as discussed herein) that facilitates the development of an MEU at a future date. Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 1 INTRODUCTION The City of Clearwater, Florida (Clearwater or the City) contracted with NewGen Strategies and Solutions, LLC (NewGen) to conduct a feasibility study (Study or Feasibility Study) of the establishment of a municipal electric utility (MEU) to serve the citizens and businesses of the City. Duke Energy Florida (Duke or DEF) currently provides electric services in Clearwater, Pinellas County, and a large portion of central and northern Florida. NewGen partnered with Barr Engineering Company (Barr) and Duncan & Allen, LLP (Duncan & Allen), collectively the NewGen Project Team, to develop the assumptions, analyses, and recommendations for this Study. This report provides the results of the Study conducted by the NewGen Project Team. Feasibility Study The intent of this Feasibility Study and report was to develop a framework for the evaluation of various cost estimates and a discussion of the associated legal opinions and risks related to the creation of a Clearwater MEU. This Feasibility Study is presented to the City to determine if it is in the City’s best interests to establish a locally controlled Clearwater MEU. The analysis herein was designed to determine if the potential acquisition, start-up, and operation of the distribution assets within the MEU service territory could result in a lower annual “all-in” rate on a dollars per kilowatt hour ($/kWh) basis compared to Duke over a projected period of 30 years (2026–2055, defined as the Study Period). Feasibility Study Elements The following list highlights the Feasibility Study elements:  Define the potential Clearwater MEU service territory area, which includes areas beyond the current municipal boundary.  Determine estimated equipment quantities and their associated value to develop the Reproduction Cost New Less Depreciation (RCNLD) for the electric distribution system assets to be acquired from Duke, consistent with provisions of existing state law.  Determine an estimated purchase price for the acquisition of the electric distribution system, including going concern and other costs, consistent with provisions of existing state law.  Develop estimated wholesale power prices for the Clearwater MEU to purchase electricity from Duke under the provisions of an “all-requirements” contract, similar to those currently provided to MEUs within the state of Florida and as approved by the Federal Energy Regulatory Commission (FERC).  Develop estimated electric transmission costs based on both the assumptions regarding the usage characteristics for the collective Clearwater MEU service territory customers and the published Duke tariffs for wholesale transmission (Open Access Transmission Tariffs [OATT], as required by FERC).  Determine estimated start-up, financing, operations and maintenance (O&M), and administrative and general (A&G) costs utilizing publicly available data, information provided by Duke, and the NewGen Project Team’s professional experience. Determine non-operating costs, including a payment to Section 1 1-2 Clearwater Public Power Feasibility Report replace annual funds currently provided by Duke to local taxing jurisdictions to reduce the potential of negative impacts on government finances because of the creation of a potential Clearwater MEU.  Estimate and project annual operating and non-operating costs associated with the ownership and operation of a potential Clearwater MEU to develop an annual effective “all-in” rate for MEU service (i.e., total revenue requirement divided by total sales).  Estimate and project an annual effective “all-in” rate for continued Duke service based on an estimate of the composition of customer types within the Clearwater MEU, information provided by Duke, and information obtained from the most recent Duke rate proceedings at the Florida Public Service Commission (FPSC).  Review, summarize, and provide an opinion regarding relevant federal and state legal and regulatory processes for the development and creation of a Clearwater MEU.  Prepare a report that presents the results of the Feasibility Study and present results to Clearwater City Council upon request. Feasibility Study Process The Feasibility Study process included a detailed field assessment of the Duke assets within and surrounding the City. This was accomplished by Barr representatives who were on site from January 3 to January 14, 2025. During this time, Barr conducted a sampling survey of the equipment types and a general assessment of the condition of the Duke electric delivery assets in the field. Around this time, the NewGen Project Team provided a data request to Duke for information on its assets in and around the City. Duke – Provided Data The NewGen Project Team submitted a data request to Duke on January 8, 2025. Subsequently, NewGen entered into a Non-Disclosure Agreement (NDA) with Duke to protect non-public data provided for this Study. Duke provided operations and customer class data for its electric customers within the municipal boundary of Clearwater based on its inventory data and Geographic Information System (GIS). The summary-level data provided herein represents information that was either publicly available or was derived from the confidential information provided by Duke. The information provided included billing data by customer class (which excluded customer-specific information) and coincident peak demands and their dates / times by month by rate class, including demands at the time of the Duke system peak and the time of the Clearwater system peak, as well as similar data for the non-coincident peaks by class. Further, Duke provided historical demand and energy loss data as well as projections of demand by rate code and rate class. Duke provided GIS maps for its distribution feeders that cross the Clearwater municipal boundary as well as information on the types and sizes of electrical equipment on its distribution systems within the City, including conductors, transformers, reclosers, capacitors, regulators, switches, and other related equipment, including electric meters. Duke also provided information on its distribution automation systems, including communications facilities, and equipment. Duke shared information regarding the existing substations (discussed in detail below) that included single-line diagrams, general arrangements and types of equipment within each substation, substation transformers and related equipment and transmission-related equipment, and information on specific equipment ratings and age. Age-related information on the assets provided by INTRODUCTION Clearwater Public Power Feasibility Report 1-3 Duke was limited due to historical practices for internal recordkeeping. Therefore, the age-related data was valid for the assets installed around the year 2000 and beyond, while the age-related data for assets installed prior to 2000 was estimated by Barr during their field assessment. Duke provided an on-site tour of its distribution system within the City to representatives of the NewGen Project Team on March 10, 2025. It should be noted that in our opinion, Duke’s willingness to provide detailed data on its operations, equipment, and customers within the Clearwater municipal boundary was unusual with respect to our history of performing similar types of feasibility studies. Generally, the incumbent utility is not responsive to data requests and is unwilling to provide any insight into its operations within a municipal jurisdiction. The level and degree of data provided by Duke increased the accuracy of our analysis, and therefore the results provided to the City are more robust than if the analysis were based solely on assumptions regarding the system data. We appreciate and commend Duke for its willingness to be open and transparent in providing its assistance with this Study. Purchase Cost Estimate / Methodology Any analysis of the feasibility of establishing an MEU must consider an estimate of a range of values for the acquisition of the Duke distribution assets, plus other associated costs anticipated to be incurred in the process of such an acquisition. If the City determines that establishing a MEU is feasible and chooses to move forward with this process, it must acquire Duke’s existing distribution-related assets. To accomplish this acquisition, the City will incur significant fees and costs. Florida law provides for three potential methods of acquisition of privately held assets by a public entity. These include a negotiated purchase and sale of assets, a franchise purchase option, and use of eminent domain. Duke has indicated that its assets are not available for a negotiated purchase, and the current franchise does not include a provision for a franchise purchase option. If the City utilizes statutory process of eminent domain, Section 73.0715 of the Florida state statute will control the legal basis for evaluation and determination of value for the assets to be acquired from Duke (F.S.A. § 73.0715). While Section 73.0715 applies specifically to condemnation proceedings, for over a century other Florida proceedings regarding the valuation of electric distribution systems, including franchise purchase options arbitrations, have routinely applied the RCNLD methodology. The RCNLD methodology is an estimate of the present costs to newly construct the electric facilities to be acquired (reproduction costs) to which the accumulated depreciation associated with the assets is applied. The accumulated depreciation is a discount to the cost value that is an estimate of the remaining useful life of the assets to be acquired. Key franchise purchase option rulings under Florida law that relied on the RCNLD methodology include the Orlando, Casselberry, Winter Park, South Daytona, and Bushnell arbitrations. Given this precedent, as well as the express rejection of other value techniques in both arbitration decisions and the statute, this Study utilized the RCNLD method to estimate the purchase costs for the City to acquire the distribution- related assets from Duke. In addition to the RCNLD costs of the distribution-related assets as discussed herein, the City’s cost to purchase these assets must also include other related costs. These include the fair market value of the interest of real value associated with the distribution-related facilities, the going concern value, and severance damages to the remainder of the Duke distribution system caused by the acquisition of these assets. Severance damages could include the separation and reintegration costs. These are costs for investments required to be made by the City to be able to electrically isolate the MEU and Duke electric distribution systems around the service territory area, as discussed in detail herein. Further severance costs may include payments made by the City for Duke’s distribution-related assets that the City does not Section 1 1-4 Clearwater Public Power Feasibility Report acquire but that would become isolated and unusable to Duke after the acquisition. Importantly, severance damages do not include stranded costs as defined by FERC, which would be unavailable to Duke in this case, as described more specifically herein. When using eminent domain (as opposed to a contractual franchise purchase option), the City must also consider attorney fees and expert costs, which can be significant. Under Florida’s eminent domain law, Duke is entitled to a 12-person jury trial, and the City would be responsible for paying not only its attorney fees and expert costs, but also Duke’s attorney fees and expert costs. Study Limitation The development of the estimated value of the distribution-related assets to be acquired by the City as determined for this Study should not be considered an appraisal of these assets. This Study did not include an indicator of value associated with a discounted cash flow (income approach) or an assessment of comparable sales (market approach). The RCNLD value, including other costs, developed herein is sufficient for the purposes of a feasibility study. If the City decides to move forward with the acquisition of the Duke distribution-related assets within the Clearwater MEU service territory, as defined herein, it is likely that a detailed appraisal of these assets will need to be conducted. Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 2 ACQUISITION COSTS / MEU SERVICE TERRITORY Description of Duke Assets As indicated, the NewGen Project Team developed an understanding of the electric delivery-related assets within and around the City based on information provided by Duke as well as an intensive field investigation. This process included detailed analysis and asset assessment of approximately seven separate and non-contiguous areas within the proposed Clearwater MEU service territory, which included areas along the northern portion of the City, an area adjacent to Old Tampa Bay, an area in close proximity to Highland Pines, the downtown area, an area south of downtown, and two distinct areas by the beach and Clearwater Bay (including portions of Clearwater Beach Island and Sand Key). The following is a description of the Duke assets that provide electrical service to customers within and around the City’s municipal boundary. There are ten electrical substations that serve distribution at 12.47 kilovolt (kV) and 7.2 kV loads located within the MEU service territory (see description below). Seven of these substations are located either to the north or the south of the City’s current municipal boundary (generally along Curlew Road on the north and Belleair Road on the south). Two of these substations (East Clearwater Substation and Bayview Substation) are located within “enclaves” that are unincorporated areas surrounded by the City. One substation, Clearwater Substation, is located within the City’s municipal boundary. There are approximately 31 distribution voltage feeders that originate within these three substations. Portions of these feeders serve load within the potential MEU service territory, and some serve areas beyond the MEU service territory. Duke did not provide detailed information on specific feeder routing, substation loads, and capacity utilization; therefore, it was assumed for the purposes of this Study that the MEU would acquire the entirety of the distribution assets in each of the three substations within its proposed service territory (specifically Clearwater Substation, East Clearwater Substation and Bayview Substation). The distribution assets within each substation include the power transformers and associated high-side isolation/protection devices as well as the distribution buses and the feeder breakers. To be clear, all transmission voltage assets (defined as 69 kV and above), including those within the MEU service territory, would remain the property of Duke. A detailed separation / reintegration plan would be required to construct facilities to serve the Clearwater MEU customers from these three substations and to serve Duke customers from the remaining seven substations (see Separation / Reintegration Plan section below). The NewGen Project Team, specifically Barr, created base-level GIS maps from satellite and aerial photography, field reconnaissance, and information provided by Duke. These maps, excluding confidential information, were utilized to estimate the field asset quantities. Figure 2-1 is a map of the City’s municipal boundary and the location of the three substations discussed above. Figure 2-2 is a map of the proposed MEU service territory. Figure 2-3 is a map of the sampled areas used to develop a detailed understanding of the assets of the entire MEU service territory (including a summary of the data collected from mapping and field investigations). Figure 2-4 provides a detailed map of one of the detailed sample areas on and around Pasadees Key, including the Clipper Cove and Island Estates communities. Section 2 2-2 Clearwater Public Power Feasibility Report Figure 2-1. Clearwater Municipal Boundary (Source: Barr Engineering) ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-3 Figure 2-2. Proposed Clearwater MEU Service Territory Boundary (Source: Barr Engineering) Section 2 2-4 Clearwater Public Power Feasibility Report Figure 2-3. Clearwater MEU Service Territory with Sampled Areas Identified (Source: Barr Engineering) ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-5 Figure 2-4. Portion of Clearwater MEU Service Territory with Sample Assets (Source: Barr Engineering) The field review and data provided by Duke resulted in the development of an initial estimate of the size, type, and estimated age of assets within the potential Clearwater MEU area. A summary of the findings from the field review is provided in Table 2-1 below. Section 2 2-6 Clearwater Public Power Feasibility Report Table 2-1 Estimated Asset Quantities to be Acquired from Duke within the MEU Service Territory (1) FERC Account Description Quantity (ft. or units) (2) 362 Substations 3 364 Poles, Tower, and Fixtures 2,054,000 365 Overhead Conductors and Devices 2,054,000 366 Underground Conduit and Direct Burial Installations 129,500 367 Underground Conductors and Devices 129,500 368 Transformers 11,429 369 Services (3) 2,391,444 370 Meters 84,400 373 Streetlights and Decorative Poles 26,041 (1) Estimated asset quantities include facilities in the enclave areas based on 2025 values. (2) Estimated linear feet from GIS mapping. Accounts 362, 368, 370, and 373 are in units. (3) Services include non-linear units (pedestals, pull boxes, cabinets) which are not included in the value above. Figure 2-5 below is a picture of the existing Clearwater Substation (which is entirely within the City’s municipal boundary). Figure 2-5. Clearwater Substation ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-7 Clearwater MEU Service Territory As indicated in Figures 2-1 and 2-2, there are differences between the area of the City’s existing municipal boundary and the potential Clearwater MEU service territory. Most of these differences are due to the “enclaves” that are located within the City. These enclaves are areas that are legally outside of the City’s municipal boundary. However, residents and businesses located within these enclaves are served by the City’s primary municipal functions, including water and wastewater utility services, natural gas utility services, and first responder services. For the purposes of this Study, the NewGen Project Team assumed that these enclaves would be provided with electrical service by the potential Clearwater MEU. Based on calculations of the density of customers within the municipal boundary and the GIS mapping information provided and developed for this Study, the NewGen Project Team estimated that these enclave areas (and the greater MEU service territory) represent an approximate 20% increase to the electric load within the City boundary as well as a similar increase in assets. Therefore, the asset values and related valuation estimates provided herein were adjusted accordingly. Additionally, it was assumed that the customer classes and usage characteristics within these areas are similar to those within the existing municipal boundary (i.e., they are no different than the general composition of the customer class data provided by Duke for the City). In addition to the enclaves, the NewGen Project Team assumed an MEU service territory that generally includes “regular and reasonable” boundary (such as a linear segment of a main road) instead of the current irregular municipal boundary of the City. Asset Value The NewGen Project Team utilized the information provided by Duke and developed from the field and GIS inventories to produce an estimate of the value of the assets utilizing the RCNLD approach. RCNLD is an industry term for estimating the value associated with reproducing existing assets with the same or similar new equipment, adjusted to reflect accumulated physical depreciation of the actual assets. The NewGen Project Team used the field assessment and obtained budgetary information for the various new equipment, devices, and associated labor for installation. Cost estimates were developed using 2025 pricing estimates and were based on the Association of the Advancement of Cost Engineering’s (AACE) Class 5 Estimate, defined as within the range of -50% to +100%, which is an appropriate range of cost estimating for the purposes of this Study. The NewGen Project Team also developed an estimate of the age of the assets reviewed for the purpose of determining the amount of depreciation or useful life left within the system. This was based on a combination of data provided by Duke and our team’s professional experience. The results of the field investigation indicate that, on average, the equipment currently serving the MEU service territory area has incurred approximately 53% of accumulated depreciation relative to its useful life. For the purposes of this analysis, an estimate of adjusted RCNLD values as a potential purchase price was developed which is reflective of Florida statutes and court opinions regarding compensation for privately held assets by public entities. Estimates of accumulated depreciation were derived from industry survivor curves and applied to each class or group of assets as applicable. Table 2-2 provides a summary of the replacement costs, the accumulated depreciation, and the RCNLD values for each asset class by FERC account. The total RCN estimate was approximately $694 million whereas the RCNLD estimate was approximately $326 million. These values were adjusted to account for the estimated assets located within the larger Clearwater MEU service territory. The estimated accumulated depreciation for the MEU system was approximately 53% as of the time of this Study (i.e., 47% of the RCN value is remaining). In addition, for the purposes of this Study, the total estimated acquisition value was assumed to include an Section 2 2-8 Clearwater Public Power Feasibility Report adjustment for “going concern” based on internal discussions and a review of historical adjudicated cases in Florida in which a government entity obtained private utility assets (see the Legal/Regulatory Analysis section). ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-9 Table 2-2 Estimated Clearwater MEU Service Territory Acquisition Value FERC Account Description RCN Depreciation % RCNLD 362 Substations $47,900,944 53% $22,420,959 364 Poles, Tower, and Fixtures $111,297,928 65% $39,158,038 365 Overhead Conductors and Devices $85,321,209 62% $32,282,969 366 Underground Conduit and Direct Burial Installations $16,365,802 32% $11,188,257 367 Underground Conductors and Devices $18,738,634 40% $11,234,728 368 Transformers $185,640,562 52% $89,850,330 369 Services $34,210,299 51% $16,631,676 370 Meters $125,361,514 55% $55,994,809 373 Streetlights and Decorative Poles $69,695,109 32% $47,276,516 Total Asset (1) $694,532,001 53% $326,038,282 N/A Land / Easement Estimated Value (2) $12,000,000 Total Acquisition Value (3) $370,642,110 (1) RCNLD value for total assets in potential MEU service territory, excluding land. (2) Land / Easement estimated value derived from taxing authority records; land does not depreciate (see text). (3) Total Acquisition Value incorporates estimated value for going concern premium and land / easement value, excludes severance / reintegration cost estimate (see text). Value of Land, Easements, and Rights of Way To evaluate the potential value of land to be acquired by the Clearwater MEU, a review of the Pinellas County taxing authority’s records was conducted. The total taxable value of the collective properties in Pinellas County that are within the City taxing district was estimated to be approximately $12 million. This presumably includes the Duke Operations Center as well as other equipment and improvements made within the City, in addition to the land on which the electrical distribution and other equipment is located. The property records state that these properties are for the “Electric Power Company (Florida Power, Tampa Elec.) Easement, Office & Sub-Station.” For the purposes of this Study, a detailed examination to determine the value of each property parcel within the City was not conducted, nor was precise title information associated with each parcel reviewed. Rather, the taxable value as recorded by the tax assessor’s office of Pinellas County was utilized as a proxy for the value of the land and easements to be acquired. This value, estimated to be approximately $12 million, was added to the estimated acquisition price as presented in Table 2-2. It is recognized that the taxable value of the improvement and land for each parcel may or may not be reflective of their fair market value. The taxable value may overstate or may understate the fair market value of these assets. If the City pursues development of the Clearwater MEU, a detailed appraisal of the assets to be acquired, including the value of the land in easements and in fee, will likely need to be conducted. This Study assumed that the electric distribution lines are located in the municipal rights of way, which are already owned by the City. Therefore, no additional specific value was ascribed to the rights of way for the purposes of this Study. Section 2 2-10 Clearwater Public Power Feasibility Report Clearwater MEU Electric Load Duke provided a 10-year forecast for electric load for its entire operations in Florida. This included an increase in the total number of customers served but no increase in the energy usage per customer served. This is a reasonable assumption given the general increase in energy efficiency appliances / programs and increased participation in distributed (on-site) generation, which may offset the general increase in electrical usage due to electric vehicles and other electrification efforts. The NewGen Project Team utilized the growth projections for customers to apply to the number of customers within the Clearwater MEU service territory to determine an estimate of the total usage over the Study period. The number of electric service customers within the MEU service territory in 2026 was estimated to be approximately 87,000. Table 2-3 provides a summary of the customers and load by customer class for 2026. Table 2-3 2026 Estimated Number of Customers and Load for Clearwater MEU Service Territory (1) Customer Class Number of Customers kWh/Month/ Customer Total Annual kWh Sales (2026) Residential 75,944 891 811,933,529 Commercial 10,212 6,352 778,428,925 Industrial 77 54,818 50,405,231 Public Authority 743 15,252 135,903,084 Lighting 464 327 1,820,497 Total 87,440 1,778,491,267 (1) Estimated customers and load by class based on information provided by Duke (see text). 2026 Average Effective Retail Rate The NewGen Project Team determined the average effective all-in retail rate for customers within the Clearwater MEU service territory from an analysis of average effective retail rates published by Duke by customer class as a result of the settlement agreement with the Florida PSC in March 2025 (Docket No. 202400025-EI). This settlement docket provided published rate increases by Duke for 2025, 2026, and 2027. Based on a historical analysis of FPSC-approved rates for Duke, it was assumed that beyond 2027, Duke rates will increase at the general rate of inflation of 2.2% as published by Blue Chip Economic Indicators, Inc. ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-11 Table 2-4 provides a summary of the analysis developed for the Duke average effective all-in retail rate by customer class for the Clearwater MEU service territory for 2026. This analysis was based on the total retail sales for each customer class times the various rate components included in Duke’s published tariff, divided by the total average annual electrical load (in kWh). This included base rates as well as the various rate adjustments, taxes, and riders applicable to customers within the City. Table 2-4 2026 Average Effective All-In Retail Rates ($/kWh) for Duke Customers by Class for Clearwater MEU Customer Class Average Annual Load (kWh) Average Rate 2026 $/kWh (1) Residential 811,933,529 $0.1778 Commercial 778,428,925 $0.1159 Industrial 50,405,231 $0.0734 Public Authority 135,903,084 $0.1229 Lighting 1,820,497 $0.3119 Total 1,778,491,267 $0.1437 (1) Average effective all-in rates for 2026 is the average rates by customer class from Duke as approved in Florida PSC rate case (see text). Severance / Reintegration Plan As indicated herein, if the Clearwater MEU were formed from the existing Duke distribution assets, it would be incumbent on the City to develop and implement a detailed severance and reintegration plan that would allow for two distinct distribution systems to operate independently. A preliminary estimate of the cost of such a severance / reintegration plan to allow for this configuration was included in the financial analysis for the purposes of this Study. A detailed severance / reintegration plan should be developed if the City decides to move forward with the development of the Clearwater MEU. This plan would detail the costs and investments required to allow for reliable electric service for customers who are served by the Clearwater MEU (within the MEU service territory) and for customers who continue to be served by Duke (beyond the MEU service territory but from infrastructure within that area). To be clear, the development of a detailed severance / reintegration plan was not part of this Study; however, an estimate of the costs associated with severance and reintegration was included as part of the projected Clearwater MEU revenue requirement. To effectively sever and reintegrate the system, the City would need to make improvements and install equipment at various locations within the MEU service territory. The substation construction would include new control enclosures as well as switching, interrupting, metering, and protection equipment to isolate each substation power transformer high voltage primary connection from the transmission system buses. The distribution system would require construction of overhead and underground distribution lines around the border of the MEU service territory to serve Duke customers outside the border and MEU customers inside the border. Additionally, this distribution construction plan would need to include feeders to connect the border feeder circuits to different substations as necessary. Section 2 2-12 Clearwater Public Power Feasibility Report Long-Range Capital Plan As the owner and operator of the Clearwater MEU, the City would need to establish a detailed process to invest in the system assets as soon as they are acquired from Duke. Typically, this process involves the development of a detailed “Long-Range Capital Plan.” For the purposes of this Study, the NewGen Project Team assumed a “high-level” long-range capital investment plan that covered a 20-year period. This capital plan would be intended to replace aging facilities and add new construction to address load growth within the Clearwater MEU service territory. The plan was based on the assessed age and condition of the existing facilities as developed for this Study and used new reproduction cost estimates for the assets to be replaced based on 2025 costs (and escalated at inflation). To be clear, the development of a detailed Long-Range Capital Plan was not part of this Study; however, an estimate of the costs associated with future capital investments was included as part of the projected Clearwater MEU revenue requirement Specific facility improvements include those to the distribution substations to be acquired by the City, which would require equipment replacements based on their current age and condition relatively early during the Study period (estimated at Year 5) and ongoing replacements over time. The assumption for distribution investment was the addition of the equivalent of one substation at Year 15 to address future growth. Other equipment to be replaced would include overhead distribution facilities (approximately 30% of existing facilities over the Study period), underground distribution facilities (replacement of 10% of existing cables and devices in Years 10 to 20), overhead and pad-mounted distribution transformers (approximately 20% of existing facilities over the Study period), and service conductors (approximately 5% of the existing facilities over the Study period). The distribution plan also included replacing approximately 20% of existing smart grid meters in the first 5 years, then the remainder of the smart grid meters over Years 6–20 and approximately 20% of the streetlights over the Study period. All these investments were projected to increase with system growth by approximately 10% over the next 20 years. Further, the projected capital investments included adding a new distribution automation system in the first 5 years as well as equipment for a new control center in the first 2 years after the creation of the Clearwater MEU. Clearwater MEU Organizational Structure There are a variety of organizational structures that the City could consider when developing an MEU. The two most likely organizations are a department of the City or a Utility Authority / Commission. Each organizational structure has advantages and disadvantages relative to operations, management, rate setting, and other considerations. The City has owned and operated a natural gas utility in the region since 1923. Currently known as “CGS Energy,” the utility supplies natural gas distribution services to approximately 28,000 customers across northern and central Pinellas County and western Pasco County. CGS Energy’s organizational infrastructure provides the City with a potential opportunity to leverage the operational expertise; organizational mindset; and especially the accounting, finance, billing, and management infrastructure to stand up and operate a potential MEU. An electric department of the City can generally be formed by ordinance and/or other action of the City. Forming the MEU as a department would allow the new utility to take advantage of the finance, accounting, and billing systems and the institutional knowledge inherent in CGS Energy. As a department of the City, the strategic direction of the potential MEU could be influenced by the policy directives of the City Council. This could relate to the costs of operations, including future capital investments (see discussion of undergrounding select distribution assets), as well as cost recovery policies (i.e. the rate- setting process for each customer rate class). Some municipal entities place value on the ability of their ACQUISITION COSTS / MEU SERVICE TERRITORY Clearwater Public Power Feasibility Report 2-13 Council to provide policy input to the MEU’s overall mission and strategies, whereas some entities prefer to reduce the “political risk” that can be associated with the rate-setting process. It is our understanding that special utility authorities or commissions in Florida may either be formed by a county or a municipality, according to state statutes. Such an entity may be either considered “independent,” with a Board of Directors (Board) elected by those who live within the service area, or “dependent,” with a Board appointed by another political entity, such as the City. Such a structure may provide the City with flexibility to maintain the mission and overall strategy of the authority or commission (if a dependent board is created), or it could insulate the operations of the utility from the City with an independent board. Operating the MEU as an authority or commission, however, would generally preclude the ability of the City to leverage the synergies previously discussed with CGS Energy. Regardless of the structure of the Clearwater MEU, the organization must be formed to effectively provide for planning, operations, and financial solvency. In our opinion, the current form of CGS Energy seems to be both viable and fairly typical of utilities with which we are familiar. If the Clearwater MEU were formed as a City department, the finance, accounting, and billing operations of CGS Energy could potentially be shared, providing significant synergies and potentially reducing costs for the Clearwater MEU operations. MEU Implementation Creating a Clearwater MEU is not without risks to the City. These risks may include legal challenges by Duke to the assumptions developed herein as well as to the overall process to obtain the assets and establish a Clearwater MEU. The acquisition of physical assets generally makes it more difficult for an opponent of municipal utility implementation to impede that implementation, while judicial or administrative proceedings generally provide an opponent of municipalization with opportunities to impose cost and delay and to impede the municipal utility’s implementation. Florida state statute governing the acquisition of private assets by a public entity provides some certainty in the process of forming an MEU for the City. However, this process may be lengthy and would require significant fees and costs to the City. These costs, as identified herein, are subject to interpretation and may vary significantly from the estimates used to develop this Study. Further, if the City were successful in acquiring the Duke distribution-related assets through an eminent domain action, it would be responsible for not only its attorney fees and costs, but also the attorney fees and expert costs incurred by Duke in the process. Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 3 LEGAL/REGULATORY ANALYSIS Relevant State Law Considerations Florida state law (Section 73.0715) includes a provision for the valuation of electric utility property for entities that seek to appropriate privately held assets. Specifically, this section of state law indicates that a 12-person jury will determine the amount of compensation to be paid for acquisition of “property used for the generation, transmission or distribution of electric energy.” The compensation is defined as to include the reproduction cost of the property, less depreciation, together with going concern value. Further, the statute indicates that when less than the entire property is sought to be appropriated, any damages to the remainder caused by the taking will be included in the compensation. For the purposes of this Study, the Florida state law’s valuation language was interpreted to mean that the asset valuation is based on the estimated RCNLD values utilized herein. As indicated, these values were adjusted to reflect the going concern value stated in the statute, based on discussions with the City. Because the City is contemplating taking only a portion of the Duke property (only the areas within the proposed MEU service territory), the “damages” were assumed to be equal to the costs estimated for the severance and reintegration (see Section 2). More specifically, the state statute does not include a provision for stranded costs, which was assumed to be unavailable to Duke as discussed herein. To be clear, the analysis prepared for this Study was developed as an estimate of the potential value of the assets to be acquired by the City in the formation of the Clearwater MEU. This Study was not designed as, nor does it proport to be, a detailed valuation or appraisal of the assets to be acquired by the City. Such a detailed valuation and appraisal may be required if the City decides to move forward with the development of the Clearwater MEU. Relevant Federal Regulation of Electric Utilities Under Part II of the Federal Power Act (FPA) (16 U.S.C. §§ 824-828c), FERC regulates (i) the transmission of electric energy in interstate commerce and (ii) the sale of electric energy at wholesale in interstate commerce (16 U.S.C. § 824(b)(1) to the extent that these activities are undertaken by a “public utility,” an expression which means a person who owns or operates facilities subject to the jurisdiction of FERC under FPA Part II (16 U.S.C. § 824(e)). The expression “public utility” in the FPA does not include, as far as is relevant to this discussion, “the United States, a State, or any political subdivision of a State, . . . or any agency, authority, or instrumentality of any one or more of the foregoing, or any corporation which is wholly owned, directly or indirectly, by any one or more of the foregoing, or any officer, agent, or employee of any of the foregoing” because those entities are exempted from FPA Part II unless a specific provision of that statute makes specific reference to such an entity. In general, the Clearwater MEU would be exempted by Section 201(f) of the Federal Power Act from certain provisions of the Federal Power Act (notably, Sections 205 and 206) and related regulations, with the exceptions related to reliability, registration requirements, and other administrative matters. Specifically, the Clearwater MEU would not be subject to rate regulation by FERC; however, it is possible that it could be subject to certain regulations established by FERC governing the acquisition and management of utility assets by municipal electric utilities. Section 3 3-2 Clearwater Public Power Feasibility Report This section of the Study addressed federal regulatory issues that may affect the City’s proposed formation of the Clearwater MEU. These issues include (1) access to transmission services, (2) claims to compensation for “stranded costs” by Duke, and (3) the City’s ability to secure wholesale power supply from Duke following the formation and activation of an MEU. Open Access Transmission In 1996, FERC adopted a Rule that brought investor-owned and municipal utilities into more direct contact in the area of electricity transmission. First, in its initial Open Access Rule1 fortified by two subsequent rulemakings,2 FERC established the obligation of investor-owned transmission-owning utilities subject to its jurisdiction to provide tariff-based “Open Access” transmission service to all Eligible Customers.3 Concomitantly, FERC imposed the obligation on non-jurisdictional consumer-owned utilities exempted by FPA Section 201(f) to provide “reciprocal” open access transmission service over their transmission facilities as a condition of obtaining open access service over the facilities of their investor-owned neighbors. One immediate concern raised by investor-owned utilities concerning FERC’s open access transmission directive was that the mandatory open access service required by FERC’s new open access regime could be used by existing and newly formed municipal utilities to escape from long-term wholesale or retail power supply obligations to take service from other suppliers using the transmission system of their incumbent former suppliers. To avoid the possibility that such a rush to the exits might leave incumbent utility shareholders, or the less agile customers of the incumbent utility, at a disadvantage, FERC’s Open Access Rule established that incumbent transmission-owning utilities could recover “stranded costs” from departing retail-turned-wholesale customers. Should the City decide to proceed with the formation of an MEU, it would very likely need to apply for and obtain network transmission service under Duke FERC-filed OATT. That process would involve (1) an application for network integration transmission service, (2) a system impact study, (3) a facilities study, 1 See Promoting Wholesale Competition Through Open Access Non-Discriminatory Transmission Services by Public Utilities; Recovery of Stranded Costs by Public Utilities and Transmitting Utilities, Order No. 888, FERC Stats. & Regs. ¶ 31,036 (1996), order on reh'g, Order No. 888-A, (1997), FERC Stats. & Regs. ¶ 31,048, at p. 30,508, 78 FERC ¶ 61,220 (1997), order on reh'g, Order No. 888-B, 81 FERC ¶ 61,248 (1997), order on reh'g, Order No. 888-C, 82 FERC ¶ 61,046 (1998), review den. sub nom. Transmission Access Policy Study Group v. FERC, 225 F.3d 667 (D.C. Cir. 2000), aff’d sub nom. New York v. FERC, 535 U.S. 1 (2002) (“Order No. 888”), codified at 18 C.F.R. § 35.28 (“Open Access Rule”). 2 Preventing Undue Discrimination and Preference in Transmission Service, Order No. 890, FERC Stats. & Regs. ¶ 31,241 at P 586, order on reh’g, Order No. 890-A, FERC Stats. & Regs. ¶ 31,261, order on reh’g, Order No. 890-A, FERC Stats. & Regs. ¶ 31,261 (2007), order on reh’g, Order No. 890-B, 123 FERC ¶ 61,299 (2008), order on reh’g, Order No. 890-C, 126 FERC ¶ 61,228, order on clarification, Order No. 890-D, 129 FERC ¶ 61,126 (2009) (“Order No. 890”), and Transmission Planning and Cost Allocation by Transmission Owning and Operating Public Utilities, Order No. 1000, FERC Stats. & Regs. ¶ 31,323 (2011), order on reh’g, Order No. 1000-A, 139 FERC ¶ 61,132, order on reh’g and clarification, Order No. 1000-B, 141 FERC ¶ 61,044 (2012), aff’d sub nom. S.C. Pub. Svc. Auth. v. FERC, 762 F.3d 41 (D.C. Cir. 2014) (“Order No. 1000”). 3 FERC’s pro forma Open Access Transmission Tariff (available at this link: Pro Forma OATT - effective March 14, 2022 | Federal Energy Regulatory Commission), Section 1.12, defines “Eligible Customer” as follows: “Any electric utility (including the Transmission Provider and any power marketer), Federal power marketing agency, or any person generating electric energy for sale for resale is an Eligible Customer under the Tariff.” The expression “electric utility” is defined in Section 3(22) of the Federal Power Act (16 U.S.C. § 796(22)) to mean “a person or Federal or State agency” including a State or any political subdivision of a State “that sells electric energy.” LEGAL/REGULATORY ANALYSIS Clearwater Public Power Feasibility Report 3-3 and (4) a facilities agreement should it prove necessary that Duke construct new facilities to serve the City as a wholesale and transmission customer. These processes are outlined in Sections 28 through 35 of the Joint Open Access Transmission Tariff of Duke Energy Carolinas, LLC, Duke Energy Florida, LLC, and Duke Energy Progress, LLC, and can be explored in greater depth as the City’s plans develop. As indicated herein, it was assumed for the purposes of this Study that the Clearwater MEU would obtain transmission- level service from Duke through its published OATT. Stranded Costs “Stranded costs” is a term of art and regulation applied in the context of electric deregulation. For the sole purpose of explanation, an abbreviated explanation of stranded costs is provided herein, specifically how those costs are calculated and other relevant matters. We are of the opinion, however, that in the context of the development of the Clearwater MEU, stranded costs would not apply, and therefore such costs have not been included in this Study. First, the City would likely purchase wholesale power from Duke. Under such circumstances, there would be no stranded costs under Florida law.4 Second, in the context of an eminent domain proceeding, Duke would not be entitled to stranded costs. As previously indicated, the state statute (F.S.A. § 73.0715) only provides for the award of severance damages, not stranded costs. Third, Duke does not qualify for stranded costs as a part of “damages to the remainder” or “severance damages.” Florida courts have long defined “any damages to the remainder caused by the taking” to mean “severance damages.” The statute does not provide for business damages under any circumstance. Thus, Duke would not be entitled to stranded costs as a form of business damages. Finally, Duke would be entitled to severance damages and an estimate of those damages as allowable under Florida law was included in the analysis developed for this Study (see separation / reintegration Plan discussion herein). In our opinion, such severance damages would not include stranded costs. To be clear, for the purposes of this Study, it was assumed that there would be no valid stranded costs applicable to the City’s purchase of the distribution system from Duke. This is because it was assumed that the Clearwater MEU would continue to utilize the generation and transmission assets of Duke for its power supply and power delivery needs. These services would be provided to the Clearwater MEU under the applicable FERC established rules and regulations. Further, the City’s likely course of action for potential acquisition would be through the state’s eminent domain statue (F.S.A. § 73.0175) which does not include consideration of stranded costs in its definition of acquisition value. Wholesale stranded costs attributable to a municipalization are defined in FERC’s Stranded Cost Rule as “any legitimate, prudent, and verifiable cost incurred by a public utility or a transmitting utility to provide service to . . . [a] retail customer that subsequently becomes, either directly or through another wholesale transmission purchaser, an unbundled wholesale transmission services customer of such public utility or transmitting utility.”5 Notwithstanding the breadth implied by the word “any” in the rule, FERC has clarified in case law that “by the use of the term ‘stranded costs,’ the Commission throughout Order No. 888 was referring to generation-based stranded costs: that is, the costs associated with generating units built to serve 4 City of So. Daytona, Fla., 137 FERC ¶ 61,183 at PP 28–42 (2011). 5 18 C.F.R. § 35.26(b)(1)(ii). Section 3 3-4 Clearwater Public Power Feasibility Report customers, which costs may become stranded if, as a result of open access, these customers left the utility’s system to take power service from a competing power supplier.”6 In addition to these kinds of threshold issues, and again as discussed in greater detail below, defenses to and mitigation against exposure to “stranded cost” claims by incumbent utilities arise under FERC’s “stranded cost” compensation formula set forth in FERC’s Stranded Cost Rule (18 C.F.R. § 35.26). That formula appears at 18 C.F.R. § 35.26(c)(2)(iii) and is expressed as 𝑆𝑆𝑆𝑆𝑆𝑆 = (𝑅𝑅𝑆𝑆𝑅𝑅−𝑆𝑆𝐶𝐶𝐶𝐶𝑅𝑅)∗𝐿𝐿 where:  SCO means stranded cost obligation.  RSE means revenue stream estimate, or the amount of gross revenue that the incumbent utility would have earned from the products of generating capacity used to supply the relevant customer(s) (retail- turned-wholesale customers in this case) over a given period of time, had open access transmission service over that utility’s transmission facilities not been used to disrupt its earnings expectations.  CMVE means competitive market value estimate, which is the market value of the same generating capacity used to calculate RSE in the market or markets in which that generating capacity will be marketed following the departure of the relevant customer(s) from the incumbent utility’s power supply system.  L means Length of Obligation, or the period of time over which the incumbent utility had a reasonable expectation of continuing to serve the departing customer(s). The stranded cost obligation of the departing customer cannot exceed the revenue that the departing customer would have contributed to the incumbent utility had they remained a customer of the incumbent utility. Some of the means of mitigating or avoiding stranded cost exposure under FERC’s stranded cost formula and its individual elements are discussed in greater detail below. Preliminarily, the City may wish to consider implementing its potential future retail-turned-wholesale customer relationship with Duke using the strategy suggested by FERC’s decision in City of South Daytona, 137 FERC ¶ 61,183 at PP 28–42 (2011) (holding that a newly formed municipal electric utility would have no stranded cost exposure to its formerly incumbent retail power supplier where it continued to purchase its wholesale requirements from the former incumbent utility). The implications of the City of South Daytona case are discussed below. In the context of the “retail-turned-wholesale-customer” (FERC’s expression for municipalizations in its Open Access rulemakings), FERC has stated that: We indicated in Order No. 888 that if the state has permitted any recovery from departing retail-turned-wholesale customers, such amount will not be stranded for purposes of this Rule. We will deduct that amount from the costs for which the utility will be allowed to seek recovery under this Rule from the Commission. In so doing, however, we are not second-guessing the states as to what a utility may recover under state law. Additionally, 6 AES Somerset LLC v. Niagara Mohawk Power Corp., 105 FERC ¶ 61,337 at P 45 (2003), reh’g denied, 110 FERC ¶ 61,032 (2005), aff’d sub nom. Niagara Mohawk Power Corp. v. FERC, 452 F.3d 822 (D.C. Cir. 2006). LEGAL/REGULATORY ANALYSIS Clearwater Public Power Feasibility Report 3-5 we will give great weight in our proceedings to a state's view of what might be recoverable.7 Addressing and Mitigating Stranded Cost Claims Stranded costs are those “costs associated with generating units built to serve customers, which costs may become stranded if, as a result of open access, these customers left the utility’s system to take power service from a competing power supplier.”8 At some risk of oversimplification, in a “stranded costs” case, the incumbent utility seeks to recover the fixed costs associated with the portion of its electric generation capacity it reasonably planned to use to continue to serve customers now served by the newly formed municipal utility. Stranded costs do not include fuel or variable O&M costs because those costs would only be incurred if the generation in question were operating to serve the departing customers. FERC’s Stranded Cost Rule (18 C.F.R. § 35.26(c)(1)(vii)) typically provides for the recovery of stranded costs as a form of surcharge to the transmission rates charged by the former incumbent utility to the new municipal utility Two observations are in order here. First, FERC made it clear in its Stranded Cost Rule that it prefers that parties negotiate and provide by contract for the resolution of stranded cost issues arising at the expiration of a contractual relationship. This may or may not prove possible in the predictably contentious context of what FERC calls a retail-turned-wholesale customer situation. However, negotiation is sometimes worth the effort and, as noted above, the term of the City’s franchise to Duke may provide the City with some leverage in such a negotiation. Second, quantification of the incumbent utility’s capacity situation is important to the resolution of a number of factual issues in connection with stranded cost issues. State utility regulatory agencies typically require utilities subject to their jurisdiction to report periodically on their generating capacity and forecasted electric demand to ensure that sufficient generating capacity is available to supply anticipated demand. Florida is no exception. F.S.A. § 186.801 requires each Florida electric utility to “submit to the Public Service Commission a 10-year site plan which shall estimate its power-generating needs and the general location of its proposed power plant sites.” The PSC’s regulations (F.A.C. §§ 25-22.071 and 25- 22.072) require the 10-year site plan (TYSP) to be filed annually. The periodic reports filed by the utilities are typically heavily redacted for reasons of claimed commercial sensitivity, but the City can and probably should require Duke (as part of its franchise obligations) to make the information available to the City. Considerations Affecting the Retail-Turned-Wholesale-Full-Requirements Power Supply Relationship As noted above, FERC’s declaratory ruling in City of South Daytona, 137 FERC ¶ 61,183 (2011) suggests that one direct way to moot the issue of stranded costs is simply to enter into a wholesale full requirements contract with the formerly incumbent utility (in this case, Duke) effective upon the activation of the municipal electric utility. By entering into a wholesale full requirements relationship with Duke, the City would effectively eliminate any contention that its formation of a municipal utility and entry into a network integration service transmission relationship with Duke would create Duke generation 7 Order No. 888-A, FERC Stats. & Regs. ¶ 31,048 at p. 30,405. See also Order No. 888, FERC Stats. & Regs.¶ 31,036, at p. 31,819. 8 AES Somerset LLC v. Niagara Mohawk Power Corp., 105 FERC ¶ 61,337 at P 45 (2003), reh’g denied, 110 FERC ¶ 61,032 (2005), aff’d sub nom. Niagara Mohawk Power Corp. v. FERC, 452 F.3d 822 (D.C. Cir. 2006); 18 C.F.R. § 35.26(b). Section 3 3-6 Clearwater Public Power Feasibility Report costs that were “stranded” by the municipalization. This approach raises some subsidiary questions that are worth further exploration. These questions include:  What can Duke charge the City for wholesale requirements power supply?  Could Duke withhold power supply from the City? FERC allows investor-owned utilities to make power sales at market-based (negotiated) rates if the seller and its affiliates do not have, or have adequately mitigated, horizontal and vertical market power.9 Due to its control of a substantial majority of the electric generating resources within its Balancing Authority Area, Duke Energy Florida has substantial market power—the ability to control prices or to foreclose competition10—within that Balancing Authority Area (which is essentially coextensive with its State- authorized electric service territory). As a result of this market power, Duke does not have FERC authorization to sell power at negotiated (or “market-based”) rates in its own Balancing Authority Area, in which the City of Clearwater is located.11 Duke is therefore required to sell power at cost-based rates within its Balancing Authority Area. Duke’s Wholesale Cost-Based Power Sales Tariff Duke’s cost-based power sales tariff (Duke Energy Florida LLC, Cost-Based Rates Tariff, CBR, FERC Electric Tariff No. 9 (CR-1)) was originally filed by Duke’s predecessor, Florida Power Corporation, in 199612 and was most recently updated in 2023.13 The Duke rate tariff covers wholesale service within Duke’s Balancing Authority Area and essentially tracks the same generation cost of service components, including an approved return on equity, that comprise the costs recovered under Duke’s retail rates. Section 3.6 of Duke’s FERC Electric Tariff No. 9 (CR-1) limits the availability of service to 751 megawatts (MW) of electric demand. This limitation appears to have been based on Duke’s calculation of generating capacity available on its system that is in excess of its peak retail and existing wholesale demand. For this reason, the tariff’s limitation on availability of supply would need to be adjusted upward to reflect the City’s departure from Duke’s retail supply obligations in the event that the City decides to proceed with municipalization. Ability to Refuse Wholesale Service FERC has observed that, in contrast to a public utility’s obligation to provide retail electric service, “there is no express obligation to serve wholesale customers under the Federal Power Act, and any obligation by a utility to provide service beyond those defined by contract will stem from the inability of the wholesale customer to obtain access to alternative suppliers.” (Pac. Gas & Elec. Co., 42 FERC ¶ 61,406 at 62,196 n. 14 [1988], citing Electric Rates, Construction Work in Progress, Anticompetitive Implications; Rate Schedule Filing, Order No. 474-A, FERC Stats. & Regs. ¶ 30,765, at 30,816–30, 818 [1987]). That summary remains accurate, as far as it goes. However, the refusal of a formerly incumbent utility claiming entitlement to 9 Mkt.-Based Rates for Wholesale Sales of Elec. Energy, Capacity & Ancillary Servs. By Pub. Utils., Order No. 697, 119 FERC ¶ 61,295, at PP 62, 408, 440 (2007), clarified, 121 FERC ¶ 61,260 (2007), order on reh'g, Order No. 697-A, 123 FERC ¶ 61,055 (2008), clarified, 124 FERC ¶ 61,055, order on reh'g, Order No. 697-B, 125 FERC ¶ 61,326 (2008), order on reh'g, Order No. 697-C, 127 FERC ¶ 61,284 (2009), order on reh'g, Order No. 697-D, 130 FERC ¶ 61,206 (2010), aff'd sub nom. Mont. Consumer Counsel v. FERC, 659 F.3d 910 (9th Cir. 2011). 10 United States v. E.I. Du Pont de Nemours & Co., 351 U.S. 377, 391 (1956). 11 Duke Energy Florida, LLC, 179 FERC ¶ 61,141 at PP 19–22 (2022); Florida Pwr. Corp., 79 FERC ¶ 61,385 (1997). 12 Fla. Pwr. Corp., 74 FERC ¶ 61,009 (1996), reh’g denied, 81 FERC ¶ 61,095 (1997). 13 Duke Energy Fla. LLC, 183 FERC ¶ 61,197 (2023). LEGAL/REGULATORY ANALYSIS Clearwater Public Power Feasibility Report 3-7 stranded cost recovery to provide cost-based service at wholesale prices would likely prove fatal to a stranded cost claim. This is because as generous to incumbent utilities as FERC’s stranded cost policies may be, a refusal to provide cost-based wholesale power service would demonstrate that the formerly incumbent utility has no truly “stranded” generation costs. For this reason, should the City decide to proceed with municipal utility formation, a refusal by Duke to provide cost-based wholesale power supply may be theoretically possible but would defeat any claim for stranded costs. Asset Acquisition Considerations FERC regulates the merger, sale, transfer, or other disposition of those facilities of public utilities that are “subject to the jurisdiction of the Commission” under Section 203 of the Federal Power Act (16 U.S.C. § 824b), which generally prohibits the sale, lease, merger, purchase, acquisition, or other disposition of such facilities without a FERC order authorizing such action. The concept of facilities subject to FERC’s jurisdiction has long been construed to cast a wide net.14 Generally, it must be shown that the facilities transfer will have no adverse effect on remaining customers. In Public Service Co. of Colorado, 147 FERC ¶ 61,228 at PP 32–37 (2014), FERC determined that the transfer of title to electric transmission facilities proposed to be acquired by condemnation would require FERC’s authorization under Section 203 of the Federal Power Act. As this holding would predictably add a layer of regulatory complication to the already substantial effort involved in state law eminent domain proceedings, it is generally best to avoid seeking to acquire FERC-jurisdictional transmission facilities through state statute processes if other means of municipal utility formation are available. For the purposes of this Study, it was assumed that the City and the Clearwater MEU would not acquire nor operate FERC-jurisdictional transmission facilities. NERC Reliability Regions The North American Electric Reliability Corporation (NERC) is a not-for-profit international regulatory authority whose mission is to assure the effective and efficient reduction of risks to the reliability and security of the grid. NERC develops and enforces Reliability Standards; annually assesses seasonal and long-term reliability; monitors the bulk power system through system awareness; and educates, trains, and certifies industry personnel. NERC oversees the entirety of the continental United States, Canada, and the northern portion of Baja California, Mexico, and is subject to oversight by FERC and governmental authorities in Canada. NERC's jurisdiction includes users, owners, and operators of the bulk power system, which serves nearly 400 million people. NERC’s jurisdiction is managed by six regional entities, including the Southeastern Electric Reliability Corporation (SERC), which includes the entirety of the state of Florida. The former Florida Reliability Coordinating Council (FRCC) still operates as a Reliability Coordinator and Planning Authority, and interfaces with the FPSC, including acting as the State Capacity Emergency Coordinator, compiling State Load and Resource Data, preparing reliability assessments, and presenting the FRCC Ten Year Site Plan. In addition, FRCC continues to be a FERC Transmission Planning Region. 14 See Hartford Elec. Lt. Co. v. Fed. Pwr. Comm’n, 131 F.2d 953, 961–962 (2nd Cir. 1942) (facilities subject to the jurisdiction of FERC’s predecessor agency, the Federal Power Commission, held to include both a utility’s “corporate organization, contracts, accounts, memoranda, papers and other records, in so far as they are utilized in connection with such sales” of electric energy at wholesale in interstate commerce, as well as generation facilities “to the extent they are used in such sales”). Section 3 3-8 Clearwater Public Power Feasibility Report If the City were to establish the Clearwater MEU, it is likely that the entity would be required to become part of the SERC / FRCC. This would likely require personnel at the Clearwater MEU to be familiar with the requirements of the reliability regions as well as the transmission planning regions. For the purposes of this Study, the costs for such personnel were not estimated individually, but were assumed to be included within the Clearwater MEU A&G costs for operations. Franchise Agreement with Duke Energy Florida The City is currently operating under an electric Franchise Agreement with Duke which expires on December 7, 2025. This contract was originally signed with Florida Power Corporation and was assigned to Duke during its merger with Progress Energy in 2012. As of the date of this Study, the City has not entered into contract negotiations with Duke. The Franchise Agreement, formally City Ordinance No. 5944-95, provides Duke a non-exclusive electric utility franchise to occupy municipal streets and rights of ways in the City for the purposes of providing electric and power services, and provides the terms and conditions for the grant of franchise, and the effective date of the franchise. The franchise agreement provides the basis for the franchise fee payment, which is equal to 6% of the base rate revenues collected from customers within the City municipal limits. The franchise fee payment is the total compensation due to the City for the rights provided to Duke to occupy the municipal streets and rights of way. The Franchise Agreement states that the rights and privileges granted by the franchise will not be sold or assigned without the City’s written approval. Further, the Franchise Agreement indicates that in the event that the City “acquires the property rights” of Duke (Grantee), “as well as any extensions thereof within and without the City, used in or useful in or connected with” Duke’s Electric Utility System and extensions hereof, all grants or renewable shall at once terminate. This suggests that if the City were to acquire the distribution system within the City, the Franchise Agreement, regardless of its renewal status, would no longer be in effect. Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 4 FINANCIAL MODEL DEVELOPMENT The NewGen Project Team developed a financial model to determine the financial feasibility of creating an MEU for the City of Clearwater. The financial model developed an annual estimated “revenue requirement” for the Clearwater MEU which is the estimated cash needs of the utility as described herein. The projected revenues recovered from retail rates through the sales of electricity to the Clearwater MEU customers were assumed to be equal to the revenue requirement on an annual basis. The annual revenue requirement was equal to the sum of the operating expenses, the non-operating expenses, and the cash required for operating reserves. The total revenue requirement was divided by the total sales to determine an effective “all-in average system rate” for the Clearwater MEU. Similarly, an effective average “all-in” system rate was determined from an analysis of Duke rates reflective of the customer mix estimated within the MEU service territory as provided in Table 2-4. The effective “all-in” rate developed for Duke customers within the Clearwater MEU included the various retail rate components (customer, energy, demand, and other charges) multiplied by the appropriate billing determinants (number of customers, energy usage, etc.). This total revenue value was divided by the total energy sales to determine a “$/kWh” rate utilized for feasibility and comparative purposes for this Study. The financial model compared the annual average system rates over the Study period (2026– 2055). A summary of the financial model results for all years of analysis is provided in Appendix A. The financial model assumed an “overnight” conversion to an MEU, which does not recognize the time required for the City to acquire Duke’s assets. The time required to fully acquire Duke’s assets, including severance and reintegration, could vary; it would likely be a long process that could take several years to complete. For the purposes of this Study, a start date of 2026 was a reasonably simplifying assumption and allowed for a comparison of the estimated all-in Clearwater MEU rates with those published and readily available from Duke. Additionally, the reproduction cost data utilized for this Study was based on current year dollars (2025), which allowed for more certainty in the estimated costs to acquire the distribution-related assets from Duke, including cost estimates for severance and reintegration. It is prudent to evaluate the feasibility of acquiring the Duke assets on the best information available at the time of the Study, as market conditions in the utility space and in the general economy can change dramatically from year to year. Such economic changes could serve to benefit or could negatively impact the financial feasibility of this Study. Therefore, the City is best served by relying on the most recent available data and information in making its decision whether to move forward with the formation of the Clearwater MEU. If the City decides to move forward with this effort, a reasonable timeframe for the establishment of a Clearwater MEU would need to be developed for subsequent analyses. Table 4-1 summarizes the cost items included in the financial model for the first year of analysis (2026), and these items are further discussed herein. The average effective all-in retail rate for Duke within the MEU service territory was the result of the average rates developed in Table 2-4 and thereafter by an annual rate of inflation (2.2%). As mentioned above, the annual average Clearwater MEU effective “all- in” rate was the result of the total revenue requirements, including operating and non-operating expenses, annual debt service, and financial reserves, divided by the total projected load (sales) for the MEU service territory. The NewGen Project Team estimated operating expenses for the Clearwater MEU based on information derived from public Duke financial filings with federal and state agencies; these expenses were generally assumed to increase at the rate of inflation. As indicated, the projected increase Section 4 4-2 Clearwater Public Power Feasibility Report in the number of customers within the MEU service territory was estimated based on information provided by Duke. The annual investment required by the City to maintain and upgrade the distribution system was estimated based on the condition of the distribution assets as determined by Barr. Table 4-1 MEU Financial Model Results for Year 1 Line Item 2026 Cost ($000) (1) Operating Revenues $230,000 Projected Operating Expenses Power Supply $88,000 Transmission Expense $20,000 Distribution Expense $12,000 Customer Expense $9,000 General and Administrative Expense $13,000 Total Operating Expenses $142,000 Non-Operating Expenses Taxes / Franchise Fee Replacement $19,000 Renewals and Replacements (Cash) $17,000 Annual Debt Service System Debt Service (2) $31,000 Severance / Reintegration $5,000 Start-Up Cost / Reserves $11,000 Total Non-Operating Expenses $83,000 Cash Required for Debt Service Coverage (3) $0 Cash Required for Reserves $5,000 Total Expenses $230,000 Average Retail Rate Analysis Total Sales (MWh) 1,778,491 Average Clearwater MEU Rate ($/kWh) (3) $0.1294 Average Clearwater Duke Rate ($/kWh) (4) $0.1437 (1) Numbers may not add due to rounding. (2) System debt service based on adjusted RCNLD including going concern and value of land. See text. (3) Cash required for Debt Service Coverage included in issuance costs for Year 1 and becomes a revenue requirement (cash) item in subsequent years. (4) Total annual operating and non-operating expenses (revenue requirement) divided by total sales. See text. (5) Duke all-in effective rate developed in Table 2-4. Financial Model Assumptions The NewGen Project Team developed a series of assumptions that were incorporated into the financial feasibility model created for this Study. These were categorized as assumptions related to the acquisition FINANCIAL MODEL DEVELOPMENT Clearwater Public Power Feasibility Report 4-3 of the Duke distribution assets, the initial operation of the Clearwater MEU, and the continued operation of the utility over the Study period. A summary of these assumptions is provided below. Acquisition Costs for Distribution Assets As indicated in Section 1, the distribution assets to be acquired for the creation of the Clearwater MEU include the distribution systems and associated equipment necessary to serve the various customers within the MEU service territory. Based on discussions with the City, the NewGen Project Team assumed that the distribution assets to be acquired would be valued at RCNLD, inclusive of land value and “going concern,” as presented in Table 2-2. As part of establishing an MEU, the City would need to acquire three electrical substations to take service at transmission-level voltage and distribute power to the customers within the MEU service territory. These substations include Clearwater Substation (Figure 2-5), East Clearwater Substation, and Bayview Substation (all of which are shown in Figure 2-1). The City would need to acquire all the remaining equipment that conveys, transforms, or otherwise manages the power at the distribution level within the MEU service territory. Table 2-2 provides a summary of the equipment to be acquired. For the purposes of the feasibility analysis, it was assumed that the MEU would be able to finance the acquisition cost of the Duke assets over a 30-year period utilizing taxable debt. Based on discussions with the City, the taxable debt interest rate utilized for this analysis was assumed to be 6.5% per year. It was anticipated that the MEU could issue non-taxable debt as a municipal entity for its ongoing cash needs. However, for this Study, it was assumed that for the purpose of acquiring the privately held assets (i.e., Duke’s distribution system), the City would issue taxable debt as a funding mechanism. Initial Clearwater MEU Operation The initial operation of the Clearwater MEU would require a source of cash to fund various activities prior to, and within, the first six months of operations. After this initial period, it was assumed that rate revenue from retail energy sales would support the cash needs of the MEU. For the purposes of the financial analysis, it was assumed that there are three general categories of initial operations costs: those associated with the start-up of the Clearwater MEU prior to operations, those associated with the projected cash needs (financial reserves), and those associated with the severance and reintegration costs (discussed in Section 2). The regulatory and professional services were assumed to include attorney fees, consultant fees, regulatory fees, and other fees/charges to support the transaction of the acquisition. The total cash estimated to be necessary for the regulatory / professional services was approximately $15 million. For this Study, quotes were not solicited from professional service providers and potential costs for licensing or other fees with local, state, or federal governmental entities for these services were not investigated, and estimates herein were based on professional experience. Additionally, it was assumed that the Clearwater MEU would require a Municipal Operations Center facility to house staff, management, information technology (IT) systems, and distribution equipment and related plant, and to serve as a payment center for customers. Based on discussions with the City, the estimated cost for a Municipal Operations Center was approximately $30 million. The other cash needs for the Clearwater MEU prior to and during the start-up period included a requirement for estimated A&G plant (vehicles, computers, desks, etc.), estimated at $5 million, as well as estimated costs for equipment, operating systems (including software/billing systems, which could potentially be added to the City’s existing system for CGS), and initial labor costs. These costs were Section 4 4-4 Clearwater Public Power Feasibility Report collectively estimated to be $20 million. Barr estimated the severance / reintegration costs to be approximately $68 million, which includes provisions for contingencies. The NewGen Project Team assumed that these start-up related costs would be amortized with the issuance of debt by the City and/or the Clearwater MEU over a 30-year period. It was assumed that debt issued for the regulatory and professional fees and equipment, support systems, and initial labor costs would be at a taxable rate of 6.5% while the debt issued for the Clearwater MEU Municipal Operations Center and starting A&G plant would be at a tax-exempt rate of 5.5%. This is a simplifying assumption as there may be limitations with the use of bond funds for operations. The debt service for these bonds would be recovered through the rates charged for providing electric service to the Clearwater MEU customers. Table 4-2 below provides a summary of these costs. Table 4-2 Estimated Costs for Clearwater MEU Type Description Amount ($000) (1) Start-Up Costs Regulatory and Professional Fees Estimated transaction costs $15,000 Municipal Operations Center Estimated new build $30,000 Starting A&G Plant Estimated initial investments $5,000 Equipment / Systems / Labor Estimated for operating systems $20,000 Subtotal $70,000 Reserve Costs Working Capital Contribution 90 Days First Year O&M $35,015 Rate Stabilization Contribution 20% First Year O&M $28,401 Severance / Reintegration Costs Severance (including contingencies) Estimated investment required to sever and reintegrate distribution system $67,785 Subtotal $131,201 Total Estimated Costs $201,201 (1) Values are rounded and may not add. The continued operation of the Clearwater MEU would require cash for operations, including power purchases (and delivery via Duke’s transmission system), utility operating expenses, and maintenance of operating reserves. The following provides a summary of the assumptions regarding the costs for each of these items. Power Purchases (Florida Power Market) The Southeast electricity market is a bilateral market that includes all or parts of Florida, Georgia, Alabama, Mississippi, North Carolina, South Carolina, Missouri, and Tennessee. This market encompasses FINANCIAL MODEL DEVELOPMENT Clearwater Public Power Feasibility Report 4-5 the SERC reliability region, as previously discussed. SERC does not have a real-time power market (there is no Regional Independent System Operator or Regional Transmission Operator). Most utilities within SERC are vertically integrated, meaning they own generation, transmission, and distribution plant that are designed and dispatched primarily to serve their own load. However, there are several publicly owned utilities that do not own generation and obtain wholesale power through bilateral contracts with generation-owning entities. Certain entities have formed that facilitate bilateral / wholesale sales in Florida including the Florida Municipal Power Agency (FMPA) and the Southeast Energy Exchange Market (SEEM), which began operation in 2022. For the purposes of this Study, it was assumed that SEEM is not a viable power provider for the Clearwater MEU. Florida Municipal Power Agency FMPA is a wholesale power agency owned by municipal electric utilities in Florida. FMPA’s members include the communities of Alachua, Bartow, Blountstown, Bushnell, Chattahoochee, Clewiston, Fort Meade, Fort Pierce, Gainesville, Green Cove Springs, Havana, Homestead, Jacksonville Beach, Key West, Kissimmee, Lakeland, Lake Worth Beach, Leesburg, Moore Haven, Mount Dora, Newberry, New Smyrna Beach, Ocala, Orlando, Quincy, Starke, St. Cloud, Tallahassee, Wauchula, Williston, and Winter Park. FMPA’s mission is to provide low-cost, reliable, and clean power and value-added services for FMPA’s member-owners that benefit their communities and customers. FMPA serves each of these 33 municipal electric utilities located across the state. The municipal utilities are individually owned and operated by the communities they serve. By working together through FMPA, the utilities can enhance their operations for the benefit of their customers. FMPA’s primary purpose is to create joint power supply resources, such as power plant ownerships, member-owned resources, and power purchase agreements with Duke Energy, Florida Power & Light, and others. In addition, the FMPA member utilities work together on a variety of joint efforts to enhance the cost, reliability, and operations of their electric systems. The load requirements for the Clearwater MEU may exceed any excess generation capacity currently owned by FMPA members. Therefore, to support Clearwater’s load, FMPA would likely need to purchase capacity and energy from one of the investor-owned utilities within the state, such as Duke. If that were to occur, it is likely that the average FMPA costs could exceed the costs of the Clearwater MEU buying wholesale power directly from Duke. As a result, for the purposes of this Study, it was assumed that the Clearwater MEU would purchase energy from Duke at the wholesale power rates as estimated herein. If the City does elect to move forward with the development of the Clearwater MEU, it should evaluate the costs of obtaining wholesale power from FMPA at that time. Estimated Wholesale Power Costs for Clearwater MEU Duke energy sales include retail sales and sales for resale, or wholesale transactions. Retail rates are regulated by the FPSC while rates for wholesale transactions are regulated by FERC. Most of Duke’s wholesale transactions are for what is characterized as requirements (RQ) service. RQ service is provided on an ongoing basis and at the same level of reliability as is experienced by Duke’s retail customers. In addition, RQ customers’ power supply requirements are included in Duke’s resource planning process. Currently, Duke’s RQ sales for resale transactions include the following utilities:  Central Florida Tourism Oversight District (formerly Reedy Creek Improvement District)  Seminole Electric Cooperative, Inc.  Southeastern Power Administration  Talquin and Tri County Electric Cooperatives Section 4 4-6 Clearwater Public Power Feasibility Report  Tampa Electric Company As a proxy for estimating the Clearwater MEU’s future power costs, the NewGen Project Team conducted an analysis of the Central Florida Tourism Oversight District’s filed Duke Srvice Schedule F. For transmission costs, an analysis of Duke’s filed OATT projections was conducted. Table 4-3 below provides a summary of the cost elements included in the estimated wholesale power price for transmission voltage service, including estimates of capacity (reservation fee), variable O&M expenses, A&G expenses, fuel and purchased power expenses, and transmission. Fuel and purchased power expenses were estimated based on values provided within Duke’s fuel and purchased power recovery clause. Table 4-3 2026 Estimated Wholesale Power Price ($/MWh) at Transmission Voltage Wholesale Power Costs Elements 2026 Price ($/MWh) Reservation Fee $6.97 Variable O&M Expenses $1.45 A&G Expenses $2.02 Fuel & Purchased Power $37.78 Transmission $10.94 Total $59.16 Transmission Costs It was estimated the transmission expenses for market power purchases for 2026 will be approximately $65,280 per megawatt year (MW-yr) for Network Integration Transmission Service (NITS) based on information published by Duke in its OATT. This cost was applied to the estimated sum of monthly peak demands for the Clearwater MEU to derive a total cost for transmission services for market purchases. Similar to energy sales, the systemwide load forecast provided by Duke was utilized to estimate the future peak demand for the Clearwater MEU. This resulted in a total cost divided by total energy purchased for an equivalent rate of $10.94 per MWh for 2026, as shown in Table 4-3. This cost was assumed to increase at the general rate of inflation of 2.2% per year over the Study Period. It should be noted that transmission costs vary widely in Florida and depend on the nature of the service provided (point-to-point compared to network) and the location of the load, as well as the specific schedule and administrative costs. Future analysis of alternative transmission options is warranted if the City elects to move forward with this effort. Utility Operating Costs The MEU operating costs would include distribution expenses (associated with O&M of the locally owned distribution system), customer expenses (associated with billing and managing customer accounts), A&G expenses (associated with management and other expenses), and other charges. The NewGen Project Team estimated the costs for these operational requirements based on a ratio of Duke’s costs, which were then adjusted based on professional experience. For distribution expenses, the ratio of the total distribution O&M costs (for Duke’s Florida operations, as provided in its regulatory filings) to the total customers served at the system level was determined. This ratio was applied to the total customers estimated to be served in the MEU service territory to determine the annual base costs to provide O&M FINANCIAL MODEL DEVELOPMENT Clearwater Public Power Feasibility Report 4-7 distribution services. These values were adjusted to reflect the anticipated expenses based on professional experience. For customer expenses, a ratio of the total Duke customer-related costs compared to the total number of customers within its state-wide service territory was determined. This ratio was applied to the total number of customers within the MEU service territory to determine the annual base cost to provide customer-related services. For the A&G expenses, the ratio of Duke’s total distribution O&M and customer-related costs to the total A&G costs was determined. This ratio was applied to the calculated distribution O&M and customer-related costs (total) for the MEU service territory to determine an estimate of the costs for the Clearwater MEU to provide A&G services. For the purposes of this analysis, the NewGen Project Team assumed that the Clearwater MEU would contract with a nearby entity to provide distribution O&M services for the first four years until such time it is expected that the MEU could fully staff its operations. This may be an economically efficient way to manage the system with experienced personnel while the City determines how and when it would hire and train its own staff. It was assumed that a third-party entity would require a nominal management fee to provide these services in addition to the estimated costs based on the analysis herein. The City would need to evaluate the trade-off between continuing to pay the O&M fee and developing its own staff to provide distribution O&M services at a future date. This “contract fee” only applied to the distribution O&M costs as it was assumed that the City would be able to implement and staff its customer- related functions given its experience with its natural gas utility. Additionally, the utility management function (included in the A&G function) would not be subject to the contract fee as this would be a Clearwater MEU-related expense (see discussion of MEU Operational Structure). Other Non-Operating Expenses The financial model included other non-operating expenses including payments to local governments entities in lieu of receiving payments from taxes and franchise fees paid by Duke, investments in the distribution system, debt service for system acquisition, severance and integration, start-up related costs (discussed above), and funding of operating reserves. Various government entities, including Pinellas County and the City, receive payments directly or indirectly from Duke in the form of ad valorum (property taxes) and gross receipts taxes. Combined, it was estimated from data provided by Duke that Duke’s retail rates recovered approximately $6.5 million in taxes from the customers within the City in 2024 which was remitted to government entities and which is inclusive of approximately $825,000 in ad valorum taxes paid to the City. The Clearwater MEU would most likely be a tax-exempt (government owned) entity; however, for the purposes of this Study, the NewGen Project Team assumed that the Clearwater MEU would be responsible for collecting a similar payment in lieu of taxes from its customers. As previously indicated, the City currently receives a franchise fee payment from Duke which is the equivalent of 6% of gross revenues from sales within the City, excluding sales to public authorities. The City indicated receipt of an average annual franchise fee from Duke of approximately $11 million in 2024. The analysis developed herein included an internal transfer, referred to as a Franchise Free Replacement, from the Clearwater MEU to the City based on the 2024 value provided by Duke, escalated annually at the rate of inflation. Investments in the system are referred to as “renewals and replacements” or normal capital expenditures and were assumed to be approximately $19.4 million per year for the first 10 years of operations, increasing to approximately $33 million for the second 10-year period based on an assessment of the Section 4 4-8 Clearwater Public Power Feasibility Report condition of the assets to be acquired. This was based on the “distribution investment plan” as described in Section 2 of this report. The analysis assumed that these investments would be funded with cash from rates. After the initial distribution investment plan period (Year 20), it was assumed that these investments would be equal to the annual depreciation expense of the entire MEU asset base. As previously indicated, the system debt service costs were based on a 30-year bond issue for the acquisition at the taxable rate of 6.5%. The start-up debt service was based on a 30-year bond issue for the start-up costs at a tax-free rate of 5.5%. The operating reserves were assumed to be equal to the difference between the cash available for debt service and the total non-operating expenses, assuming a debt service coverage ratio of at least 1.5 times the debt service requirement. The coverage ratio was applied to all debt issued by the Clearwater MEU, including the debt service for the acquisition, the capital improvement costs, and the startup costs. Additionally, the Clearwater MEU would be expected to maintain financial reserves which would include a Working Capital Fund (90 days cash, which is a standard reserve policy for municipal entities) as well as a Rate Stabilization Fund equivalent to 20% of its total operating cash needs. For the purposes of this Study, it was assumed that the initial deposits to these funds would be made with the proceeds of debt issues. As the Clearwater MEU utility grows to meet increased demand and increased costs, these reserves would be maintained with cash recovered from rates. Community Support Duke makes charitable contributions in various forms to the communities it serves, and the dollars used to support these efforts are funded by shareholders in accordance with state law. These contributions are made through various entities, including the Duke Energy Foundation, which is the charitable foundation of Duke Energy Corporation. In addition to monetary contributions, Duke employees and retirees help build and nurture communities through gifts to various programs and by volunteering their time and efforts. Duke does not track its charitable contributions specifically within City limits, but it has estimated contributions to the Clearwater community since 2020 to be approximately $1.3 million in donations and sponsorships; approximately $1.0 million in grants, employee matching, and volunteer rewards; and over $100,000 in employee and retiree donations. Current and retired Duke employees provide gifts of approximately $500,000 per year, and Duke’s contributions to charitable organizations in the Clearwater area are over $150,000 a year. Additionally, Duke contributes to county area organizations, including Pinellas County Urban League, Pinellas County Ed Foundation, Habitat for Humanity, New World Reading, and St. Pete College. The values provided above do not include Duke’s “Share the Light” Fund, which provides assistance to low-income customers to meet their electricity needs. For the purposes of this analysis, the NewGen Project Team assumed that the Clearwater MEU would donate approximately $500,000 per year to various charitable organizations, which is roughly equal to the value provided by Duke (but excluding the value provided by the current and retired Duke employees). This value was assumed to increase at the rate of inflation throughout the Study period. Total Revenue Requirement / Average System Rate The financial model determined the revenue requirement (the total dollars needed to support the Clearwater MEU) based on the individual expenses identified above. The revenue to be recovered from rates was equal to the revenue requirement of the utility. The annual average effective “all-in” system rate was equal to the revenue requirement divided by the total energy (kWh sales). This rate would not necessarily be equal to the rates charged by the Clearwater MEU to its customer classes; however it FINANCIAL MODEL DEVELOPMENT Clearwater Public Power Feasibility Report 4-9 provides a comparable basis for the purposes of feasibility. If the Clearwater MEU were formed, individual customer class rates would be developed based on a detailed cost of service analysis. Because different customers place different demands on the system and use power at different times, the Clearwater MEU’s rate design would need to be tailored to ensure that rates were cost based for each customer class or adjusted to fit specific policy requirements of the City. The annual average “all-in” effective system rate is a financial metric utilized to compare the potential costs of operating the Clearwater MEU to the costs of continuing to obtain service from Duke. The NewGen Project Team estimated the average system costs for the Duke customers within the MEU service territory based on existing customer class usage data provided by Duke and an assumption of the customer composition of those future Clearwater MEU customers within the enclaves, as described in Section 2 of this report. From 2027 onward, the average system retail rate for Duke Clearwater customers was estimated to increase at an annual inflation rate of 2.2%. Table 4-5 below summarizes the projected average system retail rates for the Clearwater MEU compared to those estimated for Duke. The first five years of the Study resulted in an average retail rate for the Clearwater MEU that was approximately 7% lower than the corresponding estimated Duke Clearwater all- in rate. These savings increased over time as a result of the fixed costs associated with the debt service payment requirement of the Clearwater MEU and the assumptions regarding increases in Duke’s rates. The average retail rate for the Clearwater MEU was estimated to be approximately 18% lower than Duke’s rates for the remainder of the Study period. It is reasonable to expect that the Clearwater MEU all-in effective rates would be lower than Duke’s projected all-in effective rates because the City has access to lower cost of capital (debt service) than Duke, does not include a profit in its revenue requirement (and does not have to provide a return to its shareholders) and does not have to pay income taxes. Table 4-5 Annual Savings Analysis Item Year 1 (2026) Year 5 (2030) Year 10 (2035) Year 20 (2045) Total Annual Sales (kWh) 1,778,491,267 1,872,967,084 1,995,432,383 2,264,005,967 Clearwater MEU Effective All-In Rates ($/kWh) $0.1294 $0.1339 $0.1405 $0.1654 Total Clearwater MEU Revenue $230,141,351 $250,804,800 $280,412,040 $374,388,297 Duke Effective All-In Rates in Clearwater ($/kWh) $0.1437 $0.1459 $0.1632 $0.2041 Total Duke Revenue in Clearwater $255,586,560 $273,236,668 $325,557,944 $461,975,654 Difference between Clearwater MEU and Duke Revenue (Savings $) $25,445,209 $22,431,868 $45,145,903 $87,587,357 % Difference in Effective Rate (%) (10.0%) (8.2%) (13.9%) (19.0%) Discussion of Annual Savings Analysis The results in Table 4-5 indicate that the Clearwater MEU could potentially provide savings to the citizens and business of its service territory in the first year of its formation. Based on the analyses and assumptions developed herein, the NewGen Project Team estimated that the Clearwater MEU effective “all-in” rate would be approximately $0.014/kWh less than the estimated effective all-in rate for Duke for the first year of the analysis. While this difference does not seem large, if applied to the estimated entire Section 4 4-10 Clearwater Public Power Feasibility Report sales within the Clearwater MEU of approximately 1.7 billion kWh for the year, the savings are estimated to be approximately $25 million. This suggests that in aggregate the customers of the Clearwater MEU could potentially see a reduction in their electricity costs of approximately 10% in the first year As the Clearwater MEU grows to meet increased load and continues to invest in its distribution system and its financial reserves, its rates would increase to cover its costs. Based on the assumptions described herein, in Year 5 of the analysis, the effective all-in rate for the Clearwater MEU was estimated to be approximately $0.1339/kWh. However, at that time it was estimated that the effective all-in Duke rate will have increased with inflation. The resulting rate difference in Year 5 was estimated to be approximately $0.012/kWh between the Clearwater MEU and Duke, resulting in a cost savings of approximately $22 million for that year. This suggests an increase in the relative cost savings to the Clearwater MEU ratepayers of approximately 8% compared to remaining a Duke customer. The savings to the Clearwater MEU ratepayers was estimated to decrease slightly in Year 5 as the cash needs of the utility operation slightly increase. Year 10 and Year 20 Discussion At Year 10, the estimated effective all-in rate difference between the Clearwater MEU and Duke would increase to be approximately 14% lower for the Clearwater MEU. This is primarily because many of the Clearwater MEU costs would be related to the debt issued to acquire and invest in the distribution system; therefore, these costs would remain constant (the annual debt service was assumed to be constant for each debt issue). Additionally, as indicated, the Clearwater MEU rates would not include a profit or return for shareholders, which is included in the Duke rates, which were estimated to continue to grow with inflation. In Year 20, the all-in rate difference was estimated to be approximately $0.039/kWh, which results in an estimated annual savings of approximately $88 million to the customers of the Clearwater MEU or approximately 19% lower rates compared to the estimated revenue and rates associated with Duke Clearwater customers at that time. Figure 4-1 provides a comparison of the total effective all-in rate comparison of the Duke rates within Clearwater compared to those estimated for the Clearwater MEU for all years of the Study Figure 4-1. Annual Effective All-In Rates ($/kWh) Clearwater MEU versus Duke Clearwater The results of the Feasibility Study showed that for all years of the Study period, the estimated effective all-in rate for the Clearwater MEU would be lower than the estimated effective all-in rate for Duke for the customers within the Clearwater MEU service territory. For the first five years of the Study period, the average Clearwater MEU all-in effective rate would be approximately 7% lower than the Duke Clearwater $0.00 $0.05 $0.10 $0.15 $0.20 $0.25 $0.30 202620272028202920302031203220332034203520362037203820392040204120422043204420452046204720482049205020512052205320542055$/KWHYEAR Effective All-In Rates ($/kWh) Clearwater MEU vs Duke Clearwater Duke Clearwater Effective Rates Clearwater MEU Effective Rates FINANCIAL MODEL DEVELOPMENT Clearwater Public Power Feasibility Report 4-11 rate on an annual basis. After this initial period, the Clearwater MEU all-in effective rate would be on average approximately 18% lower than the effective Duke Clearwater rate on an annual basis for the remainder of the Study period. There are several factors influencing the results of this analysis. In 2027 (Year 2), the average estimated all-in rates for both the Clearwater MEU and Duke Clearwater were reduced. This was primarily based on estimates for production-related costs as filed by Duke with the FPSC as a result of the settlement agreement for the rate case Docket No. 202400025-EI. The effect of this settlement agreement for Duke rates (in general) was that there is no expected retail base rate change for 2027. The effect on the Clearwater MEU would be that the purchased power costs, obtained at the wholesale all-requirements rate estimated for 2027, would be reduced compared to 2026, primarily due to predicted reductions in fuel costs. Beyond 2027, the Duke all-in effective rates were estimated to increase at the general rate of inflation (2.2%, as stated herein); however, the Clearwater MEU rates would be impacted by the estimated Long- Range Capital Plan investments (which were assumed to be made in cash) and the constant annual debt payments assumed for the acquisition, start-up, and severance / reintegration costs. Because the annual debt payments remained constant throughout the Study period, a relatively large portion of the annual revenue requirement (approximately 20%) remained constant, whereas the remaining portions of the annual revenue requirement were adjusted annually for inflation. Therefore, the difference between the annual effective all-in rates for the Clearwater MEU and Duke Clearwater would increase over time. Disclaimer The assumptions developed herein were based on a point in time and were based on the best available information provided by Duke, the City, and public sources. There can be no assurances made that these assumptions are the only assumptions that the City should consider in its deliberations regarding the formation of a Clearwater MEU. These assumptions are subject to change with changes in the economy, utility industry, and other aspects of society within and beyond the state of Florida, and such changes may have an adverse impact on the analysis developed herein. To the extent that such external events occur or new information becomes available that would otherwise impact these assumptions, the findings in this report, including the potential savings associated with the formation of the Clearwater MEU, could be adversely impacted. This report contains financial information and makes findings based on estimates and projections including but not limited to revenues, expenses, costs, operations, and capital markets in general. There can be no guarantee that the Clearwater MEU will achieve cost savings compared to continued service from Duke, and the results may be materially different from those presented herein. Therefore, it is critical to understand that actual results may, and likely will, vary from those contained in this report and developed for this Study. Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 5 PUBLIC POLICY IMPLICATIONS One advantage that the City would have in owning and operating the Clearwater MEU would be the opportunity to effectuate public policy goals through local control of the electric utility. This may include the opportunity to convert overhead distribution feeders to underground in selected areas of the MEU service territory. Additionally, City ownership of the MEU may result in the ability of the City to attract investment in Clearwater with various rate offerings, as well as various customer programs and rate offerings which could be designed to address affordability concerns and other policy considerations of the City. Overhead to Underground Distribution Conversions Based on a review of the distribution system, Barr identified three significant areas where the overhead feeders could potentially be converted to underground, which would increase the reliability, safety, and aesthetics of these areas relative to the current electric distribution system. Specifically, Myrtle Avenue, Drew Street, and Court Street are significant thoroughfares that are examples of areas that could be improved with conversion from overhead to underground systems. Figure 5-1 is a picture of the current overhead distribution line configuration at the corner of South Myrtle Avenue and Court Street. Figure 5-1. South Myrtle Avenue and Court Street Overhead Distribution Lines (Source: Google Earth) Figure 5-2 is a picture of the current overhead electrical distribution system along South Myrtle Avenue at the intersection of Pine Avenue (looking north along South Myrtle Avenue). Figure 5-3 is a picture of the current overhead electrical distribution system along Drew Street at the intersection of North Garden Avenue (looking north along Drew Street), and Figure 5-4 is a picture looking north along Court Street at the intersection of Martin Luther King Jr. Avenue. Section 5 5-2 Clearwater Public Power Feasibility Report Figure 5-2. S. Myrtle Avenue and Pine Street Overhead Distribution Lines (Source: Google Earth) Figure 5-3. Drew Street and North Garden Avenue Overhead Distribution Lines (Source: Google Earth) PUBLIC POLICY IMPLICATIONS Clearwater Public Power Feasibility Report 5-3 Figure 5-4. Court Street and Martin Luther King Jr. Avenue Overhead Distribution Lines (Source: Google Earth) To be clear, cost estimates for the conversion of overhead distribution lines and equipment to underground distribution lines and equipment were not included in the feasibility analysis developed for this Study. In general, typical ranges for engineering, material, and construction costs for overhead to underground conversion are between approximately $800,000 and $1.05 million per 1,000 feet of conductor and related equipment (in 2025 dollars). Table 5-1 provides a summary of cost ranges for the removal of existing overhead lines and equipment and the installation of new underground lines and equipment. Table 5-1 Cost Ranges for Overhead to Underground Conversion ($/1,000 feet) Description Cost Estimate Range (per 1000 feet) Removal of Existing Overhead Distribution Lines and Equipment $150,000–$250,000 Installation of New Underground Distribution Lines and Equipment $650,000–$800,000 Total $800,000–$1,050,000 Section 5 5-4 Clearwater Public Power Feasibility Report Overhead to Underground Conversion Project Examples Examples of specific underground projects include overhead conductors along Myrtle Avenue, Drew Street, and Martin Luther King Jr. Avenue. A summary of those specific projects, including aerial maps of those potential projects and their estimated potential costs, are provided below:  Myrtle Avenue from Drew Street to Chestnut Street • Length: 2,700 feet • Estimated Cost: $2.2M to $2.9M Figure 5-5. Myrtle Avenue, Drew Street to Chestnut Street, Overhead to Underground Conversion (Source: Google Earth) PUBLIC POLICY IMPLICATIONS Clearwater Public Power Feasibility Report 5-5  Drew Street from Myrtle Avenue to Highland Avenue • Length: 6,700 feet • Estimated Cost: $5.4M to $7.1M Figure 5-6. Drew Street, Myrtle Avenue to Highland Avenue, Overhead to Underground Conversion (Source: Google Earth) Section 5 5-6 Clearwater Public Power Feasibility Report  Court Street from Martin Luther King Jr. Avenue to Hillcrest Avenue • Length: 4,000 feet • Estimated Cost: $3.2M to $4.2M Figure 5-7. Court Street, Martin Luther King Jr. Avenue to Hillcrest Avenue, Overhead to Underground Conversion (Source: Google Earth) Retail Rates / Rate Programs If the City forms the Clearwater MEU, it would be required to set retail rates for the various rate classes within its service territory. However, the Clearwater MEU would have the ability to establish these rates and rate classes in accordance with its rate setting authority, which will likely rest with the Clearwater City Council. Regardless, the City would have the ability to establish rates consistent with its public policy objectives. Further, the City would have the ability to establish rate programs, such as those associated with addressing affordability concerns, including low-income rate assistance, as well as to potentially offer rates to encourage investment in the City and to support the local hospitality industry and health care workers, for example. Such rates and rate programs could also be designed to work with other City government entities, such as CGS Energy, to promote local welfare and support the local economy. To be clear, this Study did not include the development of proposed rates and rate programs for the potential Clearwater MEU. This Study does not propose specific rates for the Clearwater MEU customer classes. However, an analysis of potential effective all-in retail rates by class was developed for comparative purposes only. Specifically, a proportional analysis of the average effective all-in retail Duke rate to the average effective all-in retail PUBLIC POLICY IMPLICATIONS Clearwater Public Power Feasibility Report 5-7 rate by each major customer class identified by Duke was conducted for 2026. These proportions (or ratios) were applied to the average system effective all-in retail rate estimated for the Clearwater MEU for 2026. Table 5-2 summarizes this analysis and the comparison of the average all-in retail rates by customer class for Duke and the Clearwater MEU. To be clear, these rates were not developed as a result of a detailed cost of service analysis, which is beyond the scope of this Study. If the City does form the Clearwater MEU, the NewGen Project Team recommends that a detailed cost of service study be conducted to properly allocate costs to each customer class served by the utility. Table 5-2 Comparison of Effective All-In Retail Rates by Customer Class for Duke and Clearwater MEU (2026) Rate / Rate Class (2026) (1) Units Duke Clearwater MEU Effective All-In Rate $/kWh $0.1437 $0.1294 Residential $/kWh $0.1778 $0.1601 Commercial $/kWh $0.1159 $0.1044 Industrial $/kWh $0.0734 $0.0661 Public Authority $/kWh $0.1229 $0.1107 Lighting $/kWh $0.3119 $0.2809 (1) Analysis is for comparative purposes only. Analysis assumes same classification / proportionality as current Duke rates. City Council can change the proportion based on its policy objectives Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Section 6 CONCLUSION Conclusion The NewGen Project Team investigated the technical, financial, and legal feasibility of creating a locally owned electric utility (Clearwater MEU) for the City, including the enclave areas as discussed herein. This would require the City to acquire the existing electric distribution assets of the incumbent utility, Duke, within these areas. This would also require the City to procure wholesale power and transmission services, manage and maintain the local distribution system, and bill customers for their power usage. The results of the analysis conducted for this Feasibility Study suggest that on an average system effective all-in retail rate basis, the Clearwater MEU could provide service to its customers at a lower annual average cost than the Duke Clearwater projected annual average effective all-in retail rate for all years of the Study period (2026–2055). The analysis relied on a series of assumptions regarding the acquisition of the Duke assets and the costs to acquire and deliver wholesale power supply from Duke, as well as the costs to operate and maintain the Clearwater MEU. Primary drivers for the average Clearwater MEU system retail rates include the assumptions and estimates for the costs to acquire the system assets, construction costs for capital improvements to connect the system to the transmission grid, future power supply expenses, and other operating costs. For this assessment, the NewGen Project Team made reasonable estimates and assumptions consistent with this Study and based on publicly available data and information provided by the City and Duke. As noted herein, Duke should be commended for providing data and other information to support the analysis developed for this Study. The development of a Clearwater MEU is not without potential risks to the City, including the risk that the assumptions and estimated financial projections developed herein prove to be incorrect. The assumptions developed for this Study are based on a point in time and are subject to change with changes in the economy, utility industry, and other aspects of society within and beyond the state of Florida, and such changes may have an adverse impact on the analysis developed herein. Therefore, it is critical to understand that actual results may, and likely will, vary from those contained in this report. As noted, there are potentially significant legal and other challenges associated with the development of a Clearwater MEU. At the state level, the City would likely need to compel Duke to sell its assets within the Clearwater MEU service area through a forced sale. Relevant legal precedents for public entities acquiring private utility assets suggest that the value of assets are related to their relative RCNLD costs, in addition to a compensation for “going concern” value, severance and reintegration costs, and other costs. For this Study, it was assumed that the adjustment made to the RCNLD values developed herein is inclusive of the going concern value. As discussed herein, it was assumed that the Clearwater MEU would not incur stranded costs in the acquisition of the Duke distribution assets given the requirements of the State statute governing the valuation of such activities. Further, this Study did not include the development of an appraisal of the assets to be acquired from Duke by the City, which would presumably be required if the City decides to move forward with this project. The creation of the Clearwater MEU could provide the City with an opportunity to implement various public policies related to electric utility operations and service offerings. The opportunities focused on for the purposes of this Study and report were the potential implementation of an undergrounding Section 6 6-2 Clearwater Public Power Feasibility Report program, as described herein, as well as potential rates structures and programs to address concerns regarding affordability and economic development. Conversion of overhead distribution facilities to underground would require significant investments by the Clearwater MEU; however, these investments may result in improved reliability, less need for vegetation management, and improved safety and aesthetics. For the purposes of this Study, the additional costs for undergrounding portions of the distribution system were not included in determining the feasibility of the creation of the Clearwater MEU. Development of specific rate design and rate offerings for individual customer classes as well as various customer-related programs would require the development of a detailed cost of service study, which was not included as part of this Study. As noted herein, the basis for this Study was a series of assumptions regarding the potential operating and non-operating costs for the Clearwater MEU as well as the future retail rates offered by Duke. The implementation of a Clearwater MEU would be a very complex undertaking, which means, among other things, that there could be any number of factors that could negatively impact the ultimate financial results. Therefore, it should be clearly stated that there can be no assurances that the Clearwater MEU would achieve the cost savings estimated herein, and the results may, and could, be materially different than those estimated for this Study. APPENDIX A: FINANCIAL ANALYSIS DETAIL MUNICIPAL UTILITY FEASIBILITY STUDY REPORT Economics | Strategy | Stakeholders | Sustainability Clearwater Public Power Feasibility Report Appendix A FINANCIAL ANALYSIS DETAIL The following provides a summary of the estimated annual cash flow projections for a City of Clearwater, Florida (Clearwater) municipal electric utility (MEU), as well as the annual effective all-in rates for the Clearwater MEU and Duke Energy Florida (Duke) as discussed in the accompanying report. CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No.Unit 2026 2027 2028 2029 2030 1 Operating Revenues $230,141,351 231,482,537 238,862,162 244,738,376 250,804,800 2 Operating Expenses 3 Power Supply $88,096,563 86,881,003 89,935,607 93,125,223 96,441,085 4 Transmission $19,985,613 21,110,656 21,852,875 22,627,899 23,433,599 5 Distribution $11,692,278 12,013,157 12,415,038 12,882,327 13,370,898 6 Customer $9,391,297 9,527,601 9,881,163 10,253,079 10,641,934 7 A&G $12,840,444 13,118,880 13,578,965 14,090,062 14,624,437 8 Total Operating Expenses $142,006,194 142,651,298 147,663,648 152,978,590 158,511,953 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement $18,545,181 18,953,175 19,370,144 19,796,288 20,231,806 11 Renewals and Replacements (Cash)$16,781,240 18,118,368 18,495,677 18,881,287 19,275,381 12 Debt Service Payments 13 Start - up Cost $5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 14 Reserve Contribution $5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 15 System Purchase $30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 16 Severance and System Build $5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 17 Total Debt Service Payments $46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 18 Cash Required for Debt Service Coverage $5,942,746 4,605,619 4,228,309 3,842,699 3,448,605 19 Cash Required for Reserves $- 288,088 2,238,392 2,373,522 2,471,064 20 Total Non-Operating Expenses $88,135,157 88,831,239 91,198,513 91,759,786 92,292,846 21 Total Revenue Requirement - MEU $230,141,351 231,482,537 238,862,162 244,738,376 250,804,800 22 Clearwater MEU Load Forecast kWh 1,778,491,267 1,801,132,107 1,824,322,102 1,848,358,794 1,872,967,084 23 MEU Unit Cost $/kWh $0.1294 $0.1285 $0.1309 $0.1324 $0.1339 24 Duke Unit Cost $/kWh $0.1437 $0.1364 $0.1395 $0.1427 $0.1459 25 Difference $-$0.0143 -$0.0079 -$0.0086 -$0.0102 -$0.0120 26 Difference %-10%-6%-6%-7%-8% Appendix A Page 1 of 6 CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No. 1 Operating Revenues 2 Operating Expenses 3 Power Supply 4 Transmission 5 Distribution 6 Customer 7 A&G 8 Total Operating Expenses 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement 11 Renewals and Replacements (Cash) 12 Debt Service Payments 13 Start - up Cost 14 Reserve Contribution 15 System Purchase 16 Severance and System Build 17 Total Debt Service Payments 18 Cash Required for Debt Service Coverage 19 Cash Required for Reserves 20 Total Non-Operating Expenses 21 Total Revenue Requirement - MEU 22 Clearwater MEU Load Forecast 23 MEU Unit Cost 24 Duke Unit Cost 25 Difference 26 Difference 2031 2032 2033 2034 2035 252,824,758 260,347,733 266,784,951 273,483,622 280,412,040 99,859,902 103,367,546 106,966,507 110,695,907 114,557,477 24,264,315 25,116,615 25,991,104 26,897,287 27,835,585 12,066,084 12,516,988 12,981,038 13,464,261 13,965,526 11,043,943 11,456,651 11,881,390 12,323,679 12,782,481 14,074,606 14,600,567 15,141,864 15,705,524 16,290,230 161,308,850 167,058,367 172,961,903 179,086,657 185,431,299 20,676,906 21,131,798 21,596,697 22,071,824 22,557,405 19,678,145 20,089,769 20,510,449 20,940,385 21,379,778 5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 3,045,842 2,634,217 2,213,537 1,783,602 1,344,208 1,249,025 2,567,592 2,636,374 2,735,164 2,833,360 91,515,908 93,289,367 93,823,048 94,396,965 94,980,742 252,824,758 260,347,733 266,784,951 273,483,622 280,412,040 1,897,615,832 1,921,987,103 1,946,091,180 1,970,588,908 1,995,432,383 $0.1332 $0.1355 $0.1371 $0.1388 $0.1405 $0.1492 $0.1526 $0.1560 $0.1595 $0.1632 -$0.0160 -$0.0171 -$0.0189 -$0.0208 -$0.0226 -11%-11%-12%-13%-14% Appendix A Page 2 of 6 CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No. 1 Operating Revenues 2 Operating Expenses 3 Power Supply 4 Transmission 5 Distribution 6 Customer 7 A&G 8 Total Operating Expenses 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement 11 Renewals and Replacements (Cash) 12 Debt Service Payments 13 Start - up Cost 14 Reserve Contribution 15 System Purchase 16 Severance and System Build 17 Total Debt Service Payments 18 Cash Required for Debt Service Coverage 19 Cash Required for Reserves 20 Total Non-Operating Expenses 21 Total Revenue Requirement - MEU 22 Clearwater MEU Load Forecast 23 MEU Unit Cost 24 Duke Unit Cost 25 Difference 26 Difference 2036 2037 2038 2039 2040 291,807,349 299,800,163 308,065,208 316,612,017 325,450,465 118,555,955 122,696,249 126,983,445 131,422,811 136,019,807 28,807,149 29,813,173 30,854,891 31,933,584 33,050,578 14,485,509 15,024,909 15,584,453 16,164,895 16,767,016 13,258,415 13,752,121 14,264,265 14,795,536 15,346,651 16,896,769 17,525,957 18,178,643 18,855,705 19,558,056 192,003,796 198,812,409 205,865,696 213,172,531 220,742,109 23,053,667 23,560,848 24,079,187 24,608,929 25,150,325 26,948,779 27,520,358 28,104,511 28,701,515 29,311,654 5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 - - - - - 2,935,115 3,040,558 3,149,824 3,263,052 3,380,387 99,803,552 100,987,755 102,199,512 103,439,487 104,708,357 291,807,349 299,800,163 308,065,208 316,612,017 325,450,465 2,020,626,543 2,046,176,399 2,072,087,034 2,098,363,604 2,125,011,341 $0.1444 $0.1465 $0.1487 $0.1509 $0.1532 $0.1668 $0.1706 $0.1745 $0.1784 $0.1825 -$0.0224 -$0.0241 -$0.0258 -$0.0275 -$0.0293 -13%-14%-15%-15%-16% Appendix A Page 3 of 6 CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No. 1 Operating Revenues 2 Operating Expenses 3 Power Supply 4 Transmission 5 Distribution 6 Customer 7 A&G 8 Total Operating Expenses 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement 11 Renewals and Replacements (Cash) 12 Debt Service Payments 13 Start - up Cost 14 Reserve Contribution 15 System Purchase 16 Severance and System Build 17 Total Debt Service Payments 18 Cash Required for Debt Service Coverage 19 Cash Required for Reserves 20 Total Non-Operating Expenses 21 Total Revenue Requirement - MEU 22 Clearwater MEU Load Forecast 23 MEU Unit Cost 24 Duke Unit Cost 25 Difference 26 Difference 2041 2042 2043 2044 2045 334,590,779 344,043,550 353,819,750 363,930,743 374,388,297 140,780,090 145,709,522 150,814,176 156,100,344 161,574,548 34,207,249 35,405,020 36,645,367 37,929,819 39,259,960 17,391,629 18,039,575 18,711,726 19,408,990 20,132,306 15,918,352 16,511,409 17,126,621 17,764,819 18,426,861 20,286,642 21,042,445 21,826,483 22,639,814 23,483,533 228,583,962 236,707,970 245,124,373 253,843,785 262,877,209 25,703,632 26,269,112 26,847,033 27,437,668 28,041,296 29,935,216 30,572,496 31,223,796 31,889,425 32,569,697 5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 - - - - - 3,501,978 3,627,982 3,758,558 3,893,875 4,034,104 106,006,817 107,335,580 108,695,377 110,086,957 111,511,088 334,590,779 344,043,550 353,819,750 363,930,743 374,388,297 2,152,035,551 2,179,441,618 2,207,235,002 2,235,421,245 2,264,005,967 $0.1555 $0.1579 $0.1603 $0.1628 $0.1654 $0.1866 $0.1908 $0.1951 $0.1995 $0.2041 -$0.0311 -$0.0330 -$0.0348 -$0.0367 -$0.0387 -17%-17%-18%-18%-19% Appendix A Page 4 of 6 CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No. 1 Operating Revenues 2 Operating Expenses 3 Power Supply 4 Transmission 5 Distribution 6 Customer 7 A&G 8 Total Operating Expenses 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement 11 Renewals and Replacements (Cash) 12 Debt Service Payments 13 Start - up Cost 14 Reserve Contribution 15 System Purchase 16 Severance and System Build 17 Total Debt Service Payments 18 Cash Required for Debt Service Coverage 19 Cash Required for Reserves 20 Total Non-Operating Expenses 21 Total Revenue Requirement - MEU 22 Clearwater MEU Load Forecast 23 MEU Unit Cost 24 Duke Unit Cost 25 Difference 26 Difference 2046 2047 2048 2049 2050 2051 385,204,604 396,392,291 407,964,439 419,934,595 432,316,795 445,125,575 167,243,543 173,114,332 179,194,168 185,490,569 192,011,323 198,764,502 40,637,433 42,063,938 43,541,239 45,071,161 46,655,597 48,296,508 20,882,650 21,661,032 22,468,503 23,306,152 24,175,108 25,076,544 19,113,642 19,826,086 20,565,155 21,331,844 22,127,190 22,952,263 24,358,779 25,266,731 26,208,613 27,185,697 28,199,300 29,250,789 272,236,046 281,932,119 291,977,678 302,385,423 313,168,517 324,340,607 28,658,205 29,288,685 29,933,036 30,591,563 31,264,578 31,952,398 33,264,936 33,975,470 34,701,636 35,443,777 36,202,245 36,977,400 5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 5,552,009 5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 5,298,731 30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 30,968,817 5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 5,046,433 46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 46,865,990 - - - - - - 4,179,426 4,330,027 4,486,099 4,647,842 4,815,464 4,989,180 112,968,557 114,460,172 115,986,761 117,549,173 119,148,278 120,784,968 385,204,604 396,392,291 407,964,439 419,934,595 432,316,795 445,125,575 2,292,994,868 2,322,393,734 2,352,208,433 2,382,444,916 2,413,109,224 2,444,207,483 $0.1680 $0.1707 $0.1734 $0.1763 $0.1792 $0.1821 $0.2087 $0.2134 $0.2182 $0.2231 $0.2282 $0.2333 -$0.0407 -$0.0427 -$0.0448 -$0.0469 -$0.0490 -$0.0512 -19%-20%-21%-21%-21%-22% Appendix A Page 5 of 6 CLEARWATER MEU SERVICE TERRITORY - PRO FORMA FINANCIAL ANALYSIS Line No. 1 Operating Revenues 2 Operating Expenses 3 Power Supply 4 Transmission 5 Distribution 6 Customer 7 A&G 8 Total Operating Expenses 9 Non-Operating Expenses 10 Taxes / Franchise Fee Replacement 11 Renewals and Replacements (Cash) 12 Debt Service Payments 13 Start - up Cost 14 Reserve Contribution 15 System Purchase 16 Severance and System Build 17 Total Debt Service Payments 18 Cash Required for Debt Service Coverage 19 Cash Required for Reserves 20 Total Non-Operating Expenses 21 Total Revenue Requirement - MEU 22 Clearwater MEU Load Forecast 23 MEU Unit Cost 24 Duke Unit Cost 25 Difference 26 Difference 2052 2053 2054 2055 458,375,995 472,083,654 486,264,712 500,935,910 205,758,470 213,001,893 220,503,751 228,273,350 49,995,928 51,755,960 53,578,789 55,466,674 26,011,676 26,981,765 27,988,121 29,032,101 23,808,178 24,696,090 25,617,195 26,572,738 30,341,583 31,473,153 32,647,027 33,864,789 335,915,834 347,908,860 360,334,882 373,209,651 32,655,351 33,373,769 34,107,992 34,858,368 37,769,608 38,579,245 39,406,693 40,252,346 5,552,009 5,552,009 5,552,009 5,552,009 5,298,731 5,298,731 5,298,731 5,298,731 30,968,817 30,968,817 30,968,817 30,968,817 5,046,433 5,046,433 5,046,433 5,046,433 46,865,990 46,865,990 46,865,990 46,865,990 - - - - 5,169,211 5,355,790 5,549,155 5,749,555 122,460,161 124,174,794 125,929,830 127,726,258 458,375,995 472,083,654 486,264,712 500,935,910 2,475,745,907 2,507,730,803 2,540,168,566 2,573,065,686 $0.1851 $0.1883 $0.1914 $0.1947 $0.2386 $0.2440 $0.2495 $0.2551 -$0.0535 -$0.0557 -$0.0581 -$0.0605 -22%-23%-23%-24% Appendix A Page 6 of 6 225 Union Boulevard, Suite 450, Lakewood, CO 80228 Phone: (720) 259-1762 Email: sburnham@newgenstrategies.net www.newgenstrategies.net © 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC ELECTRIC UTILITY FEASIBILITY STUDY CITY OF CLEARWATER, FLORIDA September 29, 2025 2© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC AGENDA 2 1 • Introduction / Summary of Results 2 • Electric Utility Basics / Florida Market Specifics 3 • Clearwater Feasibility Analysis 4 • Comparison to Concentric Energy Advisors’ Study 5 • Conclusions / Next Steps 3 INTRODUCTION / SUMMARY OF RESULTS 44© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC PROJECT LEADS • Scott Burnham, Project Manager • Primary Consultant; Financial and Economic Analysis • 25 years of experience in project management, cost of service (COS) analysis, rate design, financial feasibility analysis, and asset evaluation NewGen Strategies and Solutions, LLC • Tom Ghidossi • Subconsultant; Engineering • Extensive background in the design and analysis of power generation, transmission, and distribution systems Barr Engineering Company • John Coyle, Esquire • Subconsultant; Legal • 35 years representing municipalities, consumer-owned utilities, and other consumer interests in legal proceedings Duncan & Allen, LLP 4 © 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC CLEARWATER FEASIBILITY STUDY 5 Task 1: Project Kickoff, Develop Strategic Assessment Task 2: Technical, Financial, and Legal Feasibility Assessment Task 3: Prepare Report, Presentation 6© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: WHY NOW? 6 •Duke operates under a franchise agreement with the City –Allows Duke to provide services and utilize City rights of way / easements within the City –Franchise agreement negotiated with Florida Power in 1995 –Expires December 31, 2025 (30-year term) •What are the City’s options? –Explore development of a municipally owned electric utility (Clearwater MEU) –Enter into a franchise agreement with Duke •Potential ability to adjust terms of agreement to reflect City policy objectives 7© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: FUNDAMENTAL QUESTIONS TO BE ANSWERED 7 •Can the City purchase and operate the Clearwater MEU at a lower price than Duke? –Feasibility analysis suggests that the Clearwater MEU would have a lower effective all-in rate. •How was feasibility determined? –Purchase price for power / transmission services –Price paid for Duke distribution assets, including “going concern” and real estate value –Costs for severance / reintegration of distribution system –Costs for Clearwater MEU to start-up, manage, operate, maintain, and invest in utility operations –Compare to Duke rates and customers power usage in Clearwater •How would Clearwater MEU recover its costs? –Annual payment of revenue bonds remains constant over Study period –Charge retail rates to its customers 8© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: OBJECTIVES OF CLEARWATER MEU 8 •Affordability –Potential opportunity to provide electric services at lower rates –Would benefit seniors on fixed income –Economic development opportunity (hospitality and health care workers) –Promote affordable housing •Promote business in the City –Offer lower electric rates / attract desired businesses •Efficient government –Collaborate with other City / county agencies •Local control / local policies –Protect tree canopy –Provide for more undergrounding of electric lines 99© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC SUMMARY OF RESULTS 9 •Financially feasible to establish Clearwater Municipal Electric Utility (MEU) Clearwater MEU annual effective all-in rates are less than Duke Energy Florida (Duke) annual effective all-in rates for all years of the Study period •How can Clearwater MEU offer rates cheaper than Duke? Clearwater MEU can issue tax exempt bonds for portion of project costs Clearwater MEU would not have to pay return to shareholders Clearwater MEU would not pay income taxes 1010© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC SUMMARY OF RESULTS 10 •Study Period: 2026–2055 (30 years) •Duke annual effective all-in rates 2026–2027 Florida Public Service Commission (Florida PSC) settlement Inflation thereafter •Clearwater MEU effective all-in rates Total annual operational / non-operational costs Bond payment for purchase of assets remains constant •Limitations on Study Feasibility level estimate of purchase price to reproduce assets and other acquisition-related costs Assumes Clearwater MEU ability to service enclave areas Costs will vary depending on negotiations / litigation with Duke 11 ELECTRIC UTILITY BASICS / FLORIDA MARKET SPECIFICS 12© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC BASICS OF ELECTRICITY: FUNCTIONAL ELEMENTS 12 •Generation / Production ̶Natural gas, coal, uranium, hydro, solar ̶Pinellas County Waste-to-Energy Facility ̶Some FMEA members generate power. Most do not. •Transmission ̶High voltage (pressure) moves large volumes of power ̶Move power from generation closer to load (usage) ̶Example: US 19 corridor (not to be acquired) •Distribution ̶Localized power delivery system ̶Connects transmission system to customers •Customer energy usage (load) 13© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC ELECTRICITY MARKET IN FLORIDA 13 •4 investor-owned utilities (IOUs) Duke Energy Florida (Duke) Florida Power & Light Florida Public Utilities Company Tampa Electric Company •34 municipal electric utilities (public power) Bartow Winter Park Lakeland Wauchula Tallahassee Key West Orlando •17 rural electric cooperatives (public power) Withlacoochee River (Dade City) Sumter (Sumterville) Peace River (Wauchula) 14© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC ELECTRIC UTILITY GOVERNANCE IN FLORIDA 14 •Florida PSC Commissioners appointed by governor •In some states, they are elected Reviews rate cases filed by IOUs Outside parties (intervenors) file challenges to proposed rates Litigated process often resolved in settlement discussions •Municipal electric utilities rates are governed by City Council / Board instead of Florida PSC 15 CLEARWATER FEASIBILITY ANALYSIS 16© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC CLEARWATER MUNICIPAL ELECTRIC UTILITY 16 •Clearwater MEU would not own generation / transmission assets Buy generation / transmission services from Duke Rates charged by Duke based on cost principles Regulated by Federal Energy Regulatory Commission (FERC) •Clearwater MEU would acquire distribution assets from Duke Substations, feeders, service lines / meters 17© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC CLEARWATER MUNICIPAL ELECTRIC UTILITY 17 •Clearwater MEU would operate similarly to existing city utilities Natural gas utility (CGS Energy) •City does not own natural gas wells / pumping •Customers in Pinellas / Pasco counties Water utility •Purchases treated water and distributes to customers in the City and beyond 1818© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC CLEARWATER MEU SERVICE TERRITORY 18 19© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: MEU ANNUAL EFFECTIVE ALL-IN RATE ($/KWH) 19 •Operational Costs Purchase of wholesale power / transmission services Operation of distribution system / customer billing / customer care services Payment of administrative and general (A&G) costs •Non-Operational Costs Contributions to government and community non-profit groups for lost revenue (taxes, franchise fees, community organizations) Cash payments for system improvements Bond payment for assets (taxable and non-taxable bonds) Bond payment for operations / reserves (taxable and non-taxable bonds) •Total annual dollars divided by total annual energy sales Annual effective all-in rate ($/kWh) 20© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: CITY'S ABILITY TO PAY FOR ACQUISITION / STRUCTURE OF MEU 20 •Issue bonds –Revenue bonds pledged to MEU revenues from rates –Taxable bonds used for acquiring private assets, reserves –Tax-free bonds used for improvements, start-up costs –Reviewed with City’s bond counsel Byrant, Miller, & Olive (BMO) –Reviewed with City’s municipal advisor Public Resources Advisory Group (PRAG) •Utility structure / organization options –Department of the City •Similar to natural gas (CGS Energy) •Potential synergies with existing customer systems –Utility authority / commission •Independent system from City 21© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: OPPORTUNITY COSTS FOR CONSIDERATION (DUKE INVESTMENTS IN THE COMMUNITY) 21 •Since 2020, Duke and the Duke Energy Foundation have provided –$1.3 million in Donations and Sponsorships –$1.0 million in Grants / Employee Matching / Volunteer Rewards •Duke contributes to charitable organizations in the Clearwater area –Over $150,000 a year •Duke contributes to Pinellas County area organizations including –Pinellas County Urban League –Pinellas County Education Foundation –Habitat for Humanity –New World Reading –St. Pete College •Duke “Share the Light” Fund (low-income assistance) . 2222© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY REVENUE REQUIREMENT FOR CLEARWATER MEU YEAR 1 (2026) Line Item 2026 Cost ($000) (1) Operating Revenues $230,000 Projected Operating Expenses Power Supply $88,000 Transmission Expense $20,000 Distribution Expense $12,000 Customer Expense $9,000 General and Administrative Expense $13,000 Total Operating Expenses $142,000 Non-Operating Expenses Taxes / Franchise Fee / Community Replacement $19,000 Renewals and Replacements (Cash)$17,000 Annual Debt Service (2)$47,000 Total Non-Operating Expenses $83,000 Cash Required for Debt Service Coverage (3)$0 Cash Required for Reserves $5,000 Total Expenses $230,000 (1) Numbers may not add due to rounding. (2) System annual bond payment based on estimated value, including "going concern" and estimated value of land / easements, as well as severance / reintegration and initial reserve contributions. (3) Cash Required for Debt Service Coverage included in issuance costs for Year 1 and becomes a revenue requirement (cash) item in subsequent years. 22 23© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: ANNUAL EFFECTIVE ALL-IN RATE FOR CLEARWATER MEU COMPARISON TO DUKE 23 Item Year 1 (2026)Year 5 (2030)Year 10 (2035)Year 20 (2045) Total Clearwater MEU Revenue ($000)$230,141 $250,805 $280,412 $374,388 Total Annual Sales (MWh)1,778,491 1,872,967 1,995,432 2,264,006 Clearwater MEU Effective Rates ($/kWh)$0.1294 $0.1339 $0.1405 $0.1654 Total Duke Revenue in Clearwater ($000)$255,587 $273,237 $325,558 $461,976 Total Annual Sales (MWh)1,778,491 1,872,967 1,995,432 2,264,006 Duke Effective Rate in Clearwater ($/kWh)$0.14 $0.15 $0.16 $0.20 Difference between Clearwater MEU and Duke Revenue (Savings) – $000 (1)$25,445 $22,432 $45,146 $87,587 % Difference (10.0%)(8.2%)(13.9%)(19.0%) (1) Numbers may not add due to rounding. 24© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: WHAT DOES SAVINGS MEAN FOR INDIVIDUAL CUSTOMERS AND CLASSES 24 Item Unit Duke Clearwater MEU 2026 Effective All-In Rate $/kWh $0.1437 $0.1294 Residential $/kWh $0.1778 $0.1601 Commercial $/kWh $0.1159 $0.1044 Industrial $/kWh $0.0734 $0.0661 Public Authority $/kWh $0.1229 $0.1107 Lighting $/kWh $0.3119 $0.2809 Note: Analysis assumes same classification / proportionality as current Duke rates. City Council can change the proportion based on its policy objectives. Numbers may not add due to rounding. 25© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: ANNUAL EFFECTIVE ALL-IN RATE FOR CLEARWATER MEU COMPARISON TO DUKE 25 •In other words, 10% savings for customers in Year 1 •Over time, savings tend to increase •Savings based on 2026 estimated effective all-in rates: –Residential using 1,000 kWh (month): $17.70 savings –Commercial using 10,000 kWh (month): $115.00 savings •Clearwater MEU can customize rate classes 26 COMPARISON TO CONCENTRIC ENERGY ADVISORS’ STUDY 27© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: COMPARISON TO CONCENTRIC ENERGY ADVISORS’ (CEA) REPORT ($/MILLION) 27 Line Item CEA Report (1) NewGen Report Variance Assets to be Acquired High Value $540 $371 ($169) Low Value $477 $371 ($106) Separation & Reintegration Costs High Value $342 $68 ($274) Low Value $305 $68 ($237) Stranded Generation $230 $0 ($230) Start-Up Costs (2) High Value $136 $133 ($3) Low Value $122 $133 $11 Preliminary High-Level Valuation Costs High Value $1,248 $572 ($676) Low Value $1,134 $572 ($562) (1) CEA report in 2029 values. (2) Start-up costs include transaction costs. 28© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: NEWGEN COMPARISON TO CEA REPORT 28 •Timing –2029 (CEA) –2026 (NewGen) •Distribution-related asset cost –“Market” value (CEA) –Estimated RCNLD (NewGen) – inclusive of “going concern” per state law •Separation / reintegration cost –City municipal boundaries (CEA) –MEU service territory (NewGen) •Inclusive of enclaves within City municipal boundary 29© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: NEWGEN COMPARISON TO CEA REPORT 29 •“Stranded generation” costs –Lost revenue for Duke (CEA) –No stranded generation costs (NewGen) •Not entitled under State law •Clearwater MEU to purchase wholesale generation / transmission from Duke •Preliminary valuation estimates (all-in cost) –$1.1–$1.2 billion (CEA) –$572 million (NewGen) •Feasibility Study level estimates 30© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: YES, WE THOUGHT OF THAT. 30 Budgeted for professional management of distribution operation Focused on Clearwater area Storm Response Mutual aid available Contract for services Non-profit contributions Protecting general fund through revenue bonds Access to generation / transmission services at regulated rates Public Power Mutual Aid Guide. American Public Power Association 31 CONCLUSIONS / NEXT STEPS 32© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: CLEARWATER MEU RATE COMPARISON TO DUKE 32 •Duke’s annual effective all-in rates are higher than Clearwater MEU rates for all years of the Study •Duke’s effective all-in rates decrease in Year 2, consistent with the Florida PSC settlement •Clearwater MEU effective all-in rates increase at slower pace than Duke due to fixed amounts associated with bond payments 33© 2025 NEWGEN STRATEGIES AND SOLUTIONS, LLC FEASIBILITY STUDY: NEXT STEPS 33 •Move forward with the Clearwater MEU or proceed with franchise agreement? •If moving forward with Clearwater MEU, then: –Appraisal followed by negotiations with Duke •Mutually agreed purchase price, wholesale power agreement, and start date –Initiate legal proceedings •If not moving forward with Clearwater MEU, then: –Enter franchise agreement negotiations NEWGEN STRATEGIES AND SOLUTIONS, LLC 225 UNION BLVD., SUITE 450 LAKEWOOD, CO 80228 QUESTIONS SCOTT BURNHAM | (720) 259-1762 | SBURNHAM@NEWGENSTRATEGIES.NET JOHN P. COYLE | (202) 289-8400 | JPC@DUNCANALLEN.COM TOM GHIDOSSI | (970) 661-3488 | TGHIDOSSI@BARR.COM Residential Bills 1,000 kWh Alachua 1,200 kWh Alachua 2,500 kWh Clewiston Commercial Bills Non-Demand 750 kWh Alachua Non-Demand 1,500 kWh Alachua 30 kW - 6,000 kWh Moore Haven 40 kW - 10,000 kWh Mount Dora 75 kW - 15,000 kWh Mount Dora 75 kW - 30,000 kWh Mount Dora 150 kW - 30,000 kWh Moore Haven 150 kW - 60,000 kWh Mount Dora Industrial Bills 300 kW - 60,000 kWh Mount Dora 300 kW - 120,000 kWh Mount Dora 500 kW - 100,000 kWh Moore Haven 500 kW - 200,000 kWh Mount Dora Electric Bill Comparison Lowest Cost Utilities in Florida August 2025 Rates for municipal utilities include payments in lieu of taxes, or transfer to the city's general fund, and any applicable storm, conservation, environmental, and other charges generally applicable to customers. Rates for investor-owned utilities include any applicable conservation, capacity, environmental, storm recovery, and other charges or fees generally applicable to customers. Final total columns include average 6% franchise fees for investor-owned utilities. Compiled by the Florida Municipal Electric Association 020406080100120140160180200$/1,000 kWh1,000 kWh Residential Bill Comparison: August 2025 Municipals & IOUs, Lowest to HighestMunicipalIOUMunicipal Average = $125.47IOU Average = $160.96 020406080100120140160180200$/1,000 kWh1,000 kWh Residential Bill Comparison: September 2024 - August 2025 Municipals & IOUs, Lowest to HighestMunicipalIOUMunicipal Average = $124.58IOU Average = $154.81 020406080100120140160180$/1,000 kWh1,000 kWh Residential Bill Comparison: August 2025 Municipals Only, AlphabeticalBase RateFuel or Power Cost AdjustmentMunicipal Average = $125.47IOU Average = $160.96 Comparison of Electric RatesAugust 2025UtilityCustomer chargeBase rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Alachua 9.14 102.54 -2.00 100.54 123.12 -2.40 120.72 257.80 -5.00 252.80Bartow 9.40 64.16 55.83 119.99 75.11 67.00 142.11 146.30 139.58 285.88Blountstown 5.01 146.25 0.00 146.25 175.50 0.00 175.50 365.23 0.00 365.23Bushnell 10.00 100.65 14.00 114.65 118.78 16.80 135.58 236.63 35.00 271.63Chattahoochee 10.55 111.95 14.21 126.16 132.23 17.05 149.28 264.05 35.53 299.58Clewiston 6.81 93.51 10.00 103.51 110.85 12.00 122.85 223.81 25.00 248.81Fort Meade 12.96 94.56 50.00 144.56 112.88 60.00 172.88 231.96 125.00 356.96Fort Pierce 7.29 124.79 0.00 124.79 150.19 0.00 150.19 315.26 0.00 315.26Gainesville 17.00 101.60 35.00 136.60 125.86 42.00 167.86 283.55 87.50 371.05Green Cove Springs 18.48 151.41 10.00 161.41 179.06 12.00 191.06 358.79 25.00 383.79Havana 15.00 141.20 8.79 149.99 166.44 10.55 176.99 330.50 21.98 352.48Homestead 12.60 84.60 24.00 108.60 99.00 28.80 127.80 192.60 60.00 252.60Jacksonville 17.50 85.96 42.26 128.22 102.65 50.71 153.36 211.15 105.65 316.80Jacksonville Beach 4.50 95.74 24.05 119.79 113.99 28.86 142.85 232.60 60.13 292.73Key West 30.00 143.15 6.85 150.00 165.78 8.22 174.00 312.88 17.13 330.01Kissimmee 10.17 144.33 -32.77 111.56 186.34 -39.33 147.01 377.20 -81.93 295.27Lake Worth Beach 11.97 90.22 31.79 122.01 110.41 40.15 150.56 241.62 94.48 336.10Lakeland 14.00 69.24 41.50 110.74 81.82 49.80 131.62 170.18 103.75 273.93Leesburg 15.00 107.94 25.00 132.94 131.04 30.00 161.04 281.18 62.50 343.68Moore Haven 9.14 89.55 26.80 116.35 105.63 32.16 137.79 210.17 67.00 277.17Mount Dora 11.80 64.95 44.90 109.85 75.58 53.88 129.46 144.68 112.25 256.93New Smyrna Beach 8.25 98.41 6.00 104.41 119.55 7.20 126.75 256.96 15.00 271.96Newberry 10.13 119.33 7.50 126.83 141.17 9.00 150.17 283.13 18.75 301.88Ocala 20.00 121.26 28.15 149.41 141.51 33.78 175.29 273.15 70.38 343.53Orlando 18.50 86.33 38.67 125.00 104.90 46.40 151.30 225.58 96.68 322.26Quincy 6.00 98.41 26.25 124.66 116.89 42.00 158.89 237.03 87.50 324.53St. Cloud 19.24 89.78 40.22 130.00 109.09 48.26 157.35 234.59 100.55 335.14Starke 0.00 75.95 30.04 105.99 96.00 36.05 132.05 230.02 75.10 305.12Tallahassee 9.73 99.73 37.65 137.38 117.73 45.18 162.91 234.73 94.13 328.86Wauchula 18.00 124.00 7.50 131.50 148.20 9.00 157.20 305.50 18.75 324.25Williston 12.32 117.85 14.80 132.65 141.42 17.76 159.18 294.62 37.00 331.62Winter Park 16.98 88.38 20.47 108.85 107.28 26.56 133.84 230.09 66.18 296.270.000.000.000.000.000.000.000.000.000FPL 9.61 98.50 24.08 130.68 138.52 118.29 30.90 158.91 168.44 246.93 75.20 342.38 362.92FPL-NWFL 9.61 107.71 24.08 139.89 148.28 129.34 30.90 169.96 180.16 269.96 75.20 365.41 387.33Duke Energy13.83 138.16 36.30 174.46 184.93 164.51 45.70 210.21 222.82 335.76 106.80 442.56 469.11Tampa Electric 12.90 97.47 30.44 163.81 173.64 116.38 38.53 197.98 209.86 239.33 91.10 420.2 445.41FL Public Utilities 24.40 51.36 76.26 150.39 159.41 60.19 94.01 181.52 192.41 117.59 209.41 383.93 406.97Rates for municipal utilities include payments in lieu of taxes, or transfer to the city's general fund, and any applicable storm, conservation, environmental, and other charges generally applicable to customers. Rates for investor-owned utilities include any applicable conservation, capacity, environmental, storm recovery, and other charges or fees generally applicable to customers. Final total columns include average 6% franchise fees for investor-owned utilities.1,000 kWh - Residential 1,200 kWh - Residential 2,500 kWh - ResidentialCompiled by the Florida Municipal Electric AssociationPage 1/4 UtilityBase rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Alachua 85.56 -1.50 84.06 159.43 -3.00 156.43 687.11 -12.00 675.11 1,041.11 -20.00 1,021.11Bartow 60.60 41.87 102.47 111.79 83.75 195.54 465.89 334.98 800.87 660.89 558.30 1,219.19Blountstown 122.86 0.00 122.86 245.72 0.00 245.72 0.00 0.00 0.00 0.00 0.00 0.00Bushnell 87.90 10.50 98.40 165.79 21.00 186.79 541.70 84.00 625.70 830.70 140.00 970.70Chattahoochee 94.13 10.66 104.79 176.55 21.32 197.87 0.00 0.00 0.00 0.00 0.00 0.00Clewiston 82.83 7.50 90.33 158.35 15.00 173.35 633.20 60.00 693.20 996.00 100.00 1,096.00Fort Meade 85.23 37.50 122.73 153.18 75.00 228.18 560.88 300.00 860.88 923.28 500.00 1,423.28Fort Pierce 102.71 0.00 102.71 198.33 0.00 198.33 829.18 0.00 829.18 1,267.980.00 1,267.98Gainesville 118.85 26.25 145.10 202.70 52.50 255.20 902.70 210.00 1,112.701,315.00350.00 1,665.00Green Cove Springs 124.46 7.50 131.96 230.45 15.00 245.45 1,030.2060.00 1,090.201,556.72 100.00 1,656.72Havana 109.65 6.59 116.24 204.30 13.19 217.49 772.20 52.74 824.94 1,277.0087.90 1,364.90Homestead 74.78 18.00 92.78 134.55 36.00 170.55 578.70 144.00 722.70 870.80 240.00 1,110.80Jacksonville 73.03 31.70 104.73 123.05 63.39 186.44 423.20 253.56 676.76 690.00 422.60 1,112.60Jacksonville Beach 74.43 18.04 92.47 142.86 36.08 178.94 553.44 144.30 697.74 918.40 240.50 1,158.90Key West 138.66 5.14 143.80 237.33 10.28 247.61 989.10 41.10 1,030.201,559.5068.50 1,628.00Kissimmee 120.10 -24.57 95.53 229.11 -49.16 179.95 997.30 -196.62 800.68 1,536.24-327.70 1,208.54Lake Worth Beach 93.28 25.42 118.70 167.27 50.84 218.11 909.54 203.34 1,112.881,281.52 338.90 1,620.42Lakeland 57.08 31.13 88.21 98.16 62.25 160.41 464.06 249.00 713.06 643.47 415.00 1,058.47Leesburg 116.98 18.75 135.73 167.97 37.50 205.47 740.37 150.00 890.37 1,072.81 250.00 1,322.81Moore Haven 80.01 20.10 100.11 150.88 40.20 191.08 347.55 160.80 508.35 555.24 268.00 823.24Mount Dora 51.66 33.68 85.34 91.53 67.35 158.88 265.37 269.40 534.77 359.77 449.00 808.77New Smyrna Beach 80.08 4.50 84.58 150.41 9.00 159.41 576.88 36.00 612.88 951.96 60.00 1,011.96Newberry 101.61 5.63 107.24 191.53 11.25 202.78 826.25 45.00 871.25 1,236.55 75.00 1,311.55Ocala 100.33 21.11 121.44 177.65 42.23 219.88 712.20 168.90 881.10 1,064.00281.50 1,345.50Orlando 77.88 29.00 106.88 133.02 58.01 191.03 463.81 232.02 695.83 757.85 386.70 1,144.55Quincy 86.51 26.25 112.76 156.41 52.50 208.91 575.76 210.00 785.76 948.52 350.00 1,298.52St. Cloud 81.00 30.17 111.17 138.34 60.33 198.67 482.36 241.32 723.68 788.16 402.20 1,190.36Starke 76.50 22.53 99.03 144.00 45.06 189.06 549.00 180.24 729.24 909.00 300.40 1,209.40Tallahassee 66.60 28.24 94.84 119.98 56.48 176.46 768.70 225.90 994.60 1,052.06376.50 1,428.56Wauchula 120.75 5.63 126.38 211.50 11.25 222.75 695.00 45.00 740.00 1,059.0075.00 1,134.00Williston 92.19 11.10 103.29 184.38 22.20 206.58 0.00 0.00 0.00 0.00 0.00 0.00Winter Park 77.49 18.38 95.87 136.37 36.77 173.14 456.93 147.06 603.99 695.10 245.10 940.200.000.000.000.000.000.000.000.000.000.000.000.00FPL79.48 20.39 105.35 111.67 146.07 40.77 197.79 209.66 593.45 163.08 799.13 847.08 848.91 271.80 1,177.51 1,248.16FPL-NWFL87.23 20.39 113.10 119.89 161.57 40.77 213.29 226.09 639.47 163.08 845.15 895.86 923.21 271.80 1,251.81 1,326.92Duke Energy 110.02 29.44 139.46 147.83 202.72 58.88 261.60 277.30 699.27 235.50 934.77 990.86 1,037.05 392.50 1,429.55 1,515.32Tampa Electric 80.53 25.43 132.52 140.47 142.16 50.87 246.15 260.92 511.92 203.46 927.78 983.45 831.90 339.10 1,459.701,547.28FL Public Utilities 71.14 60.09 149.08 158.02 102.28 120.17 258.15 273.64 357.93 450.78 921.15 976.42 453.59 751.30 1,392.29 1,475.83Non-Demand - 750 kWh - Commercial Non-Demand - 1,500 kWh - Commercial Demand - 30 KW - 6,000 kWh - Commercial Demand - 40 KW-10,000 kWh - CommercialRates for municipal utilities include payments in lieu of taxes, or transfer to the city's general fund, and any applicable storm, conservation, environmental, and other charges generally applicable to customers. Rates for investor-owned utilities include any applicable conservation, capacity, environmental, storm recovery, and other charges or fees generally applicable to customers. Final total columns include average 6% franchise fees for investor-owned utilities.Compiled by the Florida Municipal Electric AssociationPage 2/4 UtilityBase rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Alachua 1,649.21 -30.001,619.21 2,700.71 -60.002,640.71 3,252.71 -60.003,192.71 5,355.71 -120.005,235.71Bartow 1,114.34837.45 1,951.79 1,464.89 1,674.903,139.79 2,205.89 1,674.903,880.79 2,906.99 3,349.806,256.79Blountstown 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00Bushnell 1,320.20210.001,530.202,190.20420.002,610.202,617.70420.003,037.704,357.70840.005,197.70Chattahoochee 1,777.50213.15 1,990.65 3,003.00426.303,429.303,279.00426.303,705.305,730.00852.006,582.00Clewiston 1,530.50150.001,680.502,756.00300.003,056.003,026.00300.003,326.005,477.00600.006,077.00Fort Meade 1,376.28750.002,126.282,356.501,500.003,856.503,063.001,500.004,563.004,671.003,000.007,671.00Fort Pierce 2,001.43 0.00 2,001.43 3,338.680.00 3,338.683,955.180.00 3,955.186,629.680.00 6,629.68Gainesville 2,090.25 525.002,615.25 3,203.25 1,050.004,253.25 4,069.501,050.005,119.506,295.502,100.008,395.50Green Cove Springs 2,464.62 150.002,614.62 4,022.82 300.004,322.82 4,855.32 300.005,155.32 7,971.72 600.008,571.72Havana 1,908.00131.85 2,039.85 3,801.00263.704,064.703,801.00263.704,064.707,587.00527.408,114.40Homestead 1,379.25 360.001,739.25 2,235.75 720.002,955.75 2,713.50720.003,433.504,426.501,440.005,866.50Jacksonville 1,329.95 633.901,963.85 1,826.901,267.803,094.702,456.901,267.803,724.703,450.802,535.605,986.40Jacksonville Beach 1,788.20360.75 2,148.95 2,922.65 721.503,644.15 3,560.15 721.504,281.65 5,829.05 1,443.007,272.05Key West 2,553.75 102.75 2,656.504,224.00205.504,429.505,161.50205.505,367.008,502.00411.008,913.00Kissimmee 2,409.94-491.55 1,918.39 4,097.59 -983.103,114.49 4,764.34-983.103,781.248,139.64-1,966.206,173.44Lake Worth Beach 2,052.72 508.35 2,561.07 2,937.27 1,016.703,953.97 3,958.02 1,016.704,974.72 5,727.12 2,033.407,760.52Lakeland 1,075.40622.501,697.901,402.05 1,245.002,647.05 2,094.301,245.003,339.302,747.602,490.005,237.60Leesburg 1,802.92 375.002,177.92 2,525.33 750.003,275.33 3,573.83 750.004,323.83 5,018.661,500.006,518.66Moore Haven 1,426.54402.001,828.542,843.93 804.003,647.93 1,593.70804.002,397.703,151.39 1,608.004,759.39Mount Dora 623.57 673.501,297.07 734.57 1,347.002,081.57 1,220.57 1,347.002,567.57 1,442.57 2,694.004,136.57New Smyrna Beach 1,783.4090.00 1,873.402,933.30180.003,113.303,533.30180.003,713.305,833.10360.006,193.10Newberry 1,994.00112.502,106.503,125.00225.003,350.003,940.25 225.004,165.25 6,202.25 450.006,652.25Ocala 1,695.00422.25 2,117.25 2,695.50844.503,540.003,363.00844.504,207.505,349.001,689.007,038.00Orlando 1,327.40580.05 1,907.45 1,719.801,160.102,879.902,619.801,160.103,779.903,404.602,320.205,724.80Quincy 1,459.05 525.001,984.05 2,295.15 1,050.003,345.15 2,857.65 1,050.003,907.65 4,529.85 2,100.006,629.85St. Cloud 1,380.55 603.301,983.85 1,788.701,206.602,995.302,724.701,206.603,931.303,541.002,413.205,954.20Starke 1,395.00450.601,845.602,709.00901.203,610.202,709.00901.203,610.205,409.001,802.407,211.40Tallahassee 1,785.16564.75 2,349.91 2,216.261,129.503,345.763,479.261,129.504,608.764,341.462,259.006,600.46Wauchula 1,685.00112.501,797.502,765.00225.002,990.0023,090.00225.0023,315.0044,375.00450.0044,825.00Williston 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00Winter Park 1,113.25 367.65 1,480.901,805.66735.302,540.962,207.13 735.302,942.43 3,591.941,470.605,062.540.000.000.000.000.000.000.000.000.000.000.000.00FPL 1,438.01 407.701,952.21 2,069.341,946.36815.402,868.263,040.362,845.61 815.403,874.01 4,106.45 3,862.31 1,630.805,706.11 6,048.48FPL-NWFL 1,553.06407.702,067.262,191.302,158.46815.403,080.363,265.183,075.71 815.404,104.11 4,350.364,286.51 1,630.806,130.31 6,498.13Duke Energy 1,721.40588.75 2,310.15 2,448.762,551.201,177.503,728.703,952.42 3,424.95 1,177.504,602.45 4,878.605,084.55 2,355.007,439.55 7,885.92Tampa Electric 1,503.00508.65 2,511.602,662.301,618.95 1,017.303,301.65 3,499.75 2,974.201,017.304,991.405,290.883,206.102,034.606,571.506,965.79FL Public Utilities 717.841,126.95 2,125.89 2,253.44835.442,253.903,651.543,870.63 1,317.69 2,253.904,133.79 4,381.82 1,552.89 4,507.807,185.09 7,616.2075 KW - 15,000 KWH - Commercial/Industrial 75 KW - 30,000 KWH - Commercial/Industrial 150 KW - 30,000 KWH - Commercial/Industrial150 KW - 60,000 KWH - Commercial/IndustrialRates for municipal utilities include payments in lieu of taxes, or transfer to the city's general fund, and any applicable storm, conservation, environmental, and other charges generally applicable to customers. Rates for investor-owned utilities include any applicable conservation, capacity, environmental, storm recovery, and other charges or fees generally applicable to customers. Final total columns include average 6% franchise fees for investor-owned utilities.Compiled by the Florida Municipal Electric AssociationPage 3/4 UtilityBase rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Base rate (includes customer charge)Fuel or cost adjustmentTotalTotal with all environmental, storm, and other fees, including transfer, as applicable**Alachua 6,459.71 -120.00 6,339.71 10,665.71 -240.00 10,425.71 10,735.71 -200.00 10,535.71 17,745.71 -400.00 17,345.71Bartow 4,298.39 3,349.807,648.19 5,624.99 6,699.6012,324.59 7,148.79 5,583.0012,731.79 9,359.79 11,166.0020,525.79Blountstown 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00Bushnell 5,212.70840.00 6,052.708,692.701,680.0010,372.708,672.701,400.0010,072.7014,472.702,800.0017,272.70Chattahoochee 6,558.00852.60 7,410.6011,460.001,705.2013,165.2010,930.001,421.0012,351.0019,100.002,842.0021,942.00Clewiston 6,017.00600.00 6,617.0010,919.001,200.0012,119.0010,005.001,000.0011,005.0018,175.002,000.0020,175.00Fort Meade 6,042.003,000.009,042.009,300.006,000.0015,300.0010,112.00500.00 10,612.0015,472.0010,000.0025,472.00Fort Pierce 7,862.680.00 7,862.6813,211.680.00 13,211.6813,072.680.00 13,072.6821,987.680.00 21,987.68Gainesville 7,825.562,100.009,925.5612,188.52 4,200.0016,388.52 12,968.603,500.0016,468.6020,240.207,000.0027,240.20Green Cove Springs 9,636.72 600.00 10,236.72 15,869.52 1,200.0017,069.52 16,011.92 1,000.0017,011.92 26,399.92 2,000.0028,399.92Havana 7,587.00527.40 8,114.4015,159.001,054.8016,213.8012,635.00879.00 13,514.0025,255.001,758.0027,013.00Homestead 5,382.001,440.006,822.008,808.002,880.0011,688.008,940.002,400.0011,340.0014,650.004,800.0019,450.00Jacksonville 4,710.802,535.607,246.406,698.605,071.2011,769.807,716.004,226.0011,942.0011,029.008,452.0019,481.00Jacksonville Beach 7,104.05 1,443.008,547.05 11,641.85 2,886.0014,527.85 11,829.25 2,405.0014,234.25 19,392.25 4,810.0024,202.25Key West 10,377.00411.00 10,788.0017,058.00822.00 17,880.0017,331.00685.00 18,016.0028,466.001,370.0029,836.00Kissimmee 9,473.14-1,966.207,506.9416,223.74-3,932.4012,291.3416,552.12 -3,277.0013,275.12 26,967.12 -6,554.0020,413.12Lake Worth Beach 7,768.62 2,033.409,802.02 11,306.82 4,066.8015,373.62 12,849.42 3,389.0016,238.42 18,746.42 6,778.0025,524.42Lakeland 4,132.102,490.006,622.105,438.69 4,980.0010,418.69 7,666.664,150.0011,816.669,383.32 8,300.0017,683.32Leesburg 7,115.661,500.008,615.6610,005.32 3,000.0013,005.32 12,491.002,500.0014,991.0016,886.005,000.0021,886.00Moore Haven 5,678.72 1,608.007,286.72 11,348.303,126.0014,474.305,228.31 2,680.007,908.31 10,420.61 5,360.0015,780.61Mount Dora 2,414.57 2,694.005,108.57 2,858.57 5,388.008,246.57 4,006.57 4,490.008,496.57 4,746.57 8,980.0013,726.57New Smyrna Beach 6,751.20360.00 7,111.2011,057.40720.00 11,777.4011,222.00600.00 11,822.0018,399.001,200.0019,599.00Newberry 7,832.75 450.00 8,282.75 12,356.75 900.00 13,256.75 13,022.75 750.00 13,772.75 20,562.75 1,500.0022,062.75Ocala 6,669.001,689.008,358.0010,641.003,378.0014,019.0011,387.002,815.0014,202.0017,967.005,630.0023,597.00Orlando 5,204.602,320.207,524.806,774.204,640.4011,414.608,651.003,867.0012,518.0011,267.007,734.0019,001.00Quincy 5,654.85 2,100.007,754.85 8,999.25 4,200.0013,199.25 9,384.45 3,500.0012,884.45 14,958.45 7,000.0021,958.45St. Cloud 5,413.002,413.207,826.207,045.604,826.4011,872.008,997.404,022.0013,019.4011,718.408,044.0019,762.40Starke 5,409.001,802.407,211.4010,809.003,604.8014,413.809,009.003,004.0012,013.0018,009.006,008.0024,017.00Tallahassee 6,867.462,259.009,126.468,591.864,518.0013,109.8611,390.163,765.0015,155.1614,390.167,530.0021,920.16Wauchula 6,635.00450.00 7,085.0010,955.00900.00 11,855.0011,035.00750.00 11,785.0018,235.001,500.0019,735.00Williston 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00Winter Park 4,452.001,470.605,922.607,179.21 2,941.2010,120.41 7,256.582,451.009,707.5811,801.93 4,902.0016,703.930.000.000.000.000.000.000.000.000.000.000.000.00FPL5,660.81 1,630.807,717.61 8,180.67 7,694.21 3,261.6011,381.81 12,064.72 10,001.262,715.0013,436.2614,242.4412,763.265,430.0018,913.2620,048.06FPL-NWFL6,121.01 1,630.808,177.81 8,668.488,542.61 3,261.6012,230.21 12,964.02 11,256.262,715.0014,691.2615,572.7414,018.265,430.0020,168.2621,378.36Duke Energy 6,832.05 2,355.009,187.05 9,738.27 10,151.25 4,710.0014,861.25 15,752.93 11,540.61 3,886.0015,426.61 16,352.21 17,050.61 7,772.0024,822.61 26,311.97Tampa Electric 5,916.602,034.609,951.0010,548.066,380.404,069.2013,111.2013,897.879,839.803,391.0016,563.8017,557.63 10,612.806,782.0021,830.8023,140.65FL Public Utilities 2,517.39 4,507.808,149.59 8,638.57 2,987.79 9,015.6014,252.19 15,107.32 5,189.55 7,297.0014,274.55 15,131.02 5,553.55 14,594.0023,723.55 25,146.96300 KW - 60,000 KWH - Commercial/Industrial300 KW - 120,000 KWH - Commercial/Industrial500 KW - 100,000 KWH - Commercial/Industrial500 KW - 200,000 KWH - Commercial/IndustrialRates for municipal utilities include payments in lieu of taxes, or transfer to the city's general fund, and any applicable storm, conservation, environmental, and other charges generally applicable to customers. Rates for investor-owned utilities include any applicable conservation, capacity, environmental, storm recovery, and other charges or fees generally applicable to customers. Final total columns include average 6% franchise fees for investor-owned utilities.Compiled by the Florida Municipal Electric AssociationPage 4/4 DUKE ENERGY FLORIDA September 29, 2025 Clearwater City Council c/o City Manager and City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa.Seixas@duke-energy.com VIA EMAIL Rosemarie. Call@myclearwater.com Jennifer.Poirrier@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, Duke Energy Florida remains committed to serving our Clearwater customers and looks forward to working with the City on the best path forward—renewing the franchise agreement. We value our relationship with Clearwater and will continue to work with the City each day on projects, opportunities and proactively addressing any concerns. Just last week, we announced local Duke Energy grant recipients, remembering last year's Hurricanes Helene and Milton, when we showed up for our customers when they needed us most. Our commitment to our customers remains stronger than ever. Please enter this letter into the record during your discussion at the city council meeting today of the NewGen feasibility study. As NewGen notes in its study, throughout this process, Duke Energy has cooperatively shared information with NewGen so that our customers and the City have accurate information as the City examines the feasibility of taking over Duke Energy's system. Along those lines, as you undertake a careful review of the study, we ask that you consider the following significant issues with the assumptions made by NewGen. These deficiencies and uncertainties in the study, when corrected, change the picture dramatically, likely eliminating any speculated savings to customers. It is crucial not to be misled by these "findings," as a thorough examination reveals the true impact and potential inaccuracies. ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $1 B ISSUE 2: An "overnight" transition to a city -owned utility cannot occur so costs will be higher ISSUE 3: NewGen's estimated start-up costs are inconsistent with their own example, and higher costs could increase taxpayer burden ISSUE 4: NewGen used obsolete Duke Energy rate data and assumptions in its rate analysis, virtually eliminating speculated savings 1 DU ENERKE GY@ FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Mehssa.Seixas@duke-energy.com ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $1B Although the NewGen study suggests rate reductions may be possible and makes recommendations based on a single "all -in" valuation number of $572 million, NewGen acknowledges there is a great deal of uncertainty as to the actual total cost. The report's authors state explicitly on page 4-11, "There can be no guarantee that Clearwater...will achieve cost savings." NewGen's "all -in" preliminary valuation ($572 million) is based on a methodology (AACE Class 5) where the inputs may be off by up to -50% or +100% (Page 2-7). That means NewGen's own study acknowledges the costs of this takeover range from $386 million to $942 million, putting the figure they did choose for analysis on the low side of their overall range. (Page 2-7). NewGen's study uses only $572 million to conduct a projected rate analysis. Yet the study does not outline the impacts to rates if the actual valuation is much higher. NewGen's math for a city takeover of the grid in Clearwater Cost estimates were developed using 2025 pricing estimates and were based on the Association of the Advancement of Cost Engineering's (AACE) Class 5 Estimate, defined cis within the range of 50% to +100%, which is an appropriate range of cost estimating for the purposes of this Study. There can be no guarantee that Clearwater... will achieve cost savings". Duke's Assets Carving out Clearwater Start-up costs Reserves 2 185M 68M 70M 386 MILLION 63M LOW 371M 68M 70M 63M 943 MILLION 742M 68M 70M 63M NEV/GEN HIGH 50%) 'ESTIMATE" (+100%) DUKE ENERGY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa. Seixas(gduke-energy.com ISSUE 2: An "overnight" transition to a city -owned utility cannot occur so costs will be higher Duke Energy's property is not for sale. Any acquisition would have to utilize the long process of eminent domain. NewGen states directly in their full report that they are assuming an overnight" conversion to a city -owned utility. In other words, NewGen uses today's dollars to estimate the acquisition costs, even while they also acknowledge on page 4-1 that "it would likely be a long process that could take several years to complete". In addition, the purported savings that NewGen projects depend on multiple assumptions that are outside the City's control and, we believe, are not accurately estimated in the study: wholesale power and transmission prices, fuel costs, litigation outcomes, interest rates, and the City's ability to serve—and seize—outside-boundary "enclave" areas, including two Duke Energy substations located in those enclaves. For example, the study assumes the City's MEU would have about 20,000 more customers than Duke Energy currently has. It remains unclear how the City would acquire these customers, which at the very least would require substantial time related to annexation and regulatory approvals. If the City is unsuccessful at annexing those areas, that would further reduce the purported benefits reflected in the study. ISSUE 3: NewGen's estimated start-up costs are inconsistent with their own example, and higher costs could increase taxpayer burden NewGen's study references the City of Boulder, which spent $29 million of taxpayer money to engage in a similar effort from 2010 through 2020. Despite this, NewGen proposes the Clearwater MEU start-up cost would be $11 million (including reserves), shown in Table 4-1. Higher acquisition and startup costs could eliminate any savings and increase the burden on taxpayers. ISSUE 4: NewGen used obsolete Duke Energy rate data and assumptions in its rate analysis, virtually eliminating speculated savings Duke Energy's 2026 rates on file with the Public Service Commission are not the rates used by NewGen to develop its purported $17.70 per 1,000 kWh residential customer savings in 2026. This error means NewGen's assumed Duke Energy rate is about 9% higher than Duke Energy's bill for those customers. If Duke Energy's 2026 rates were used, any speculated Clearwater MEU customer savings are essentially eliminated. In addition to the difference in 2026 rate assumptions, as to projected future rates, there is a significant error in assumed rate growth in the NewGen study. The effective future rates in the NewGen study (see NewGen presentation slide 23) have the hypothetical Duke Energy rates growing faster than the equivalent rates for Clearwater MEU. That doesn't make sense, 3 r DUKE ENERGY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa. Seixas©duke-energy. com especially if Clearwater purchases both power and transmission service from Duke Energy. If the Duke Energy effective rates were to escalate at the same rate as Clearwater MEU's, there is little difference between Duke Energy and Clearwater projected future rates. SOLUTIONS: NewGen highlights some potential "off ramps," including working with Duke Energy on undergrounding as well vegetation management, distribution system reliability and service metrics, and customer programs regarding affordability and economic development. All these items can be successfully addressed through franchise agreement negotiations. In fact, Duke Energy is already undergrounding one of the areas shown in the study on Myrtle Avenue between Court and Cleveland and is currently undergrounding lines in seven other areas in the City. Vegetation management was completed in the City earlier this year with enhanced notification procedures that successfully ensured our customers and the City are well informed about vegetation management activities in Clearwater and why. We welcome meaningful discussions on these topics prior to the agreement's expiration in December and are open to considering a shorter franchise agreement term, such as a ten-year renewal. We remain committed to working together, as we have for decades, to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, Melissa Seixas State President Florida Duke Energy 4 4‘'`14RGye September 29, 2025 Clearwater City Council c/o City Clerk Offices of the City Council P.O. Box 4748 Clearwater, FL 33758-4748 KATHRYN CHRISTIAN DIRECTOR, GOVERNMENT AND COMMUNITY RELATIONS VIA EMAIL City Clerk, Rosemarie Call Rosemarie.Callaa.mvclearwater.com) Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, As we have expressed, Duke Energy Florida remains committed to serving our Clearwater customers and looks forward to working with the City on the best path forward—renewing the franchise agreement. Please enter this and the attached letter from Concentric Energy Advisors ("Concentric") into the record during your discussion at the city council meeting on September 29 of the NewGen feasibility study. To ensure Duke Energy's customers and the City had a third -party analysis following the City's decision to examine the feasibility of taking over Duke Energy's operations, Duke Energy hired Concentric to provide an independent assessment of the company's system. Concentric has decades of experience studying, analyzing and consulting for utilities all over North America. After spending months studying the value of Duke Energy's service territory, Concentric experts determined it would cost over $1 billion for Clearwater to take over Duke Energy's assets and create a government -run power company. Concentric's study is available online at Concentric- Enerrv-Advisors-Clearwater-FL-M unicipalization-Analysis-Briefing. pdf. As you undertake a careful review of the NewGen study, we ask that you consider Concentric's analysis, as well as significant issues with the NewGen study identified in the attached letter from Concentric. It is important to have reliable information: A thorough review of NewGen's conclusions uncovers possible discrepancies. Thank you, Kathryn Christian Director, Government and Community Relations 1 CO CENTRIC September 29, 2025 Kathryn Christian Director, Government and Community Affairs Duke Energy Kathryn.Christian@Duke-Energy.com CLEARWATER MUNICIPAL FEASIBILITY STUDY RE: NEWGEN CLEARWATER MUNICIPAL FEASIBILITY STUDY Dear Kathryn, At the request of Duke Energy, Concentric Energy Advisors has performed a preliminary high-level review of NewGen Strategies & Solutions' ("NewGen") Municipal Utility Feasibility Study ("Study") prepared for the City of Clearwater, FL. NewGen's analysis reflects careful attention to the relevant Florida legal framework, detailed field assessments of Duke's assets, and a well -structured financial model that clearly lays out potential rate impacts over a 30 -year horizon. However, based on Concentric's initial high-level review, there are differences in NewGen's approach and underlying assumptions compared to Concentric's Preliminary Analysis of Costs to the City of Clearwater, Florida to Assume Duke Energy Florida's Distribution System. These differences may have a material impact on forecasts of average rates. More issues may be identified as we continue to review the analysis. Long-term rate reduction forecast is inconsistent with the scale of distribution costs: The forecasted savings are based on NewGen's forecast of a long-term rate differential between Clearwater MEU and Duke Energy. However, a 24% "all -in" rate differential in 2055 based on a forecasted reduction in distribution is difficult to reconcile to the current rate structures. Annexation risks: NewGen's analysis assumes the Clearwater MEU would serve about 20,000 more customers than are currently served in Clearwater. Expansion into unincorporated areas poses substantial uncertainties and may require incremental costs. Asset inventory errors: NewGen's estimates of total distribution line miles and customer count implies only 26ft of distribution lines per customer. Concentric's understanding is that Duke Energy's estimate for Clearwater is 110ft per customer and the total system average is 130ft per customer. Additionally, the number of distribution poles reported in the NewGen report appears to be in error. Substation complications: The annexation of the Bayview and East Clearwater substations may create unduly onerous arrangements. The assumption that the City would only acquire assets below 69kV implies that the East Clearwater substation would essentially be split in half. Such joint ownership of a substation is uncommon. Valuation flaws: Reproduction Cost New Less Depreciation ("RCNLD") results are distorted by the understated distribution line miles. The Study also appears to overstate accumulated depreciation, which averaged 53% in the Study. Duke Energy's average system accumulated depreciation for distribution assets is 20%. Next, NewGen's reproduction cost new estimate of $48 million for three CONCENTRIC ENERGY ADVISORS I PG. I CLEARWATER MUNICIPAL FEASIBILITY STUDY large substations appears to be understated but may be impacted by the assumption of split ownership of the East Clearwater substation. Finally, the RCNLD analysis did not mention the subaqueous cables that serve Clearwater Beach and represent a significant share of the total system value. Separation costs: Concentric's estimate of $305-$342M (2029$) for separation costs meaningfully deviates from NewGen's $68M estimate. While NewGen's assumption of modified City boundaries would indeed lower separation costs, the analysis appears to overlook the need for new Duke Energy substations that would be needed if the City acquires the Bayview and East Clearwater substations. Finally the NewGen study does not address the reliability concerns for Morton Plant Hospital, which today is served by redundant feeders, one of which would be eliminated under municipalization. Ongoing distribution investments: NewGen assumes approximately $18M/year, while Duke Energy historically invested approximately $30M/year in Clearwater. In addition to renewal and replacement of distribution assets, Duke's investments in Clearwater's distribution system include storm hardening. However, NewGen's assumptions appear to omit investments for storm hardening and resiliency improvements. Power supply costs: NewGen's $48/MWh (excluding transmission) benchmark is inconsistent with Concentric's review of actual wholesale supply costs in Florida for a full -requirements portfolio for energy and firm generation capacity. Sales growth: NewGen assumes 1.3% annual load growth versus Duke Energy's 0.7% historical rate. This assumption for annual load growth above historical levels increases forecast sales by approximately 17% by 2055. Because fixed system costs are spread across total system sales, this assumption significantly lowers the MEU's rate forecast. TOTAL SYSTEM VALUATION The table below compares Concentric's preliminary valuation for Clearwater assets, which is based on an assumed 2029 municipalization date, with the estimates developed by NewGen. Concentric's valuation applies "fair market value" principles, designed to estimate what a third -party buyer would pay for these assets in a competitive arms -length market solicitation. It highlights both areas of agreement and significant differences in assumptions. While some of the variation reflects different methodologies, some of NewGen's assumptions materially reduce the Study's total estimate. For the purposes of comparing Concentric's results to the NewGen study we have omitted future stranded generation costs from the table. However, there may be stranded generation costs in the future. CONCENTRIC ENERGY ADVISORS I PG. 2 Concentric Estimate Low High NewGen Estimate Value of Distribution Assets 368M 431M 371M Future Capital Investments 109M 109M 0M Separation & Reintegration Costs 305M 342M 68M Start Up 108M 122M 133M Total 890M 1,005M 572M For the purposes of comparing Concentric's results to the NewGen study we have omitted future stranded generation costs from the table. However, there may be stranded generation costs in the future. CONCENTRIC ENERGY ADVISORS I PG. 2 Sincerely, CONCENTRIC ENERGY ADVISORS 1 1 oshua C. Nowak, Vice President 508.263.62781 jnowakOceadvisors.com CLEARWATER MUNICIPAL FEASIBILITY STUDY CONCENTRIC ENERGY ADVISORS 1 PG. 3 br DU ENERGY FLORIDA 1 September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie.Call@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am General Manager of Emergency Preparedness and Regional Incident Commander for Duke Energy Florida. I was born here in Clearwater at Morton Plant Hospital; my kids were born at the same hospital. My roots, my family and my friends all call this area home. I have held numerous positions throughout my career at Duke Energy over the past 34+ years, from Lineman to Vegetation Management to my current role in Emergency Preparedness. Throughout my career here at Duke our customers have always been our focus. Last year was a historic hurricane season, responding to Debby, Helene and Milton. In Debby we restored -350K customers with 95% being restored within the first 24 hours. In Helene we restored -800k customers with 95% being restored within the first 24 hours. And, in Milton were restored -1 M customers with 95% being restored within the first 96 hours. Although it was a very challenging year for us, there were not the only storms we responded to. Prior to Debby, we deployed to Houston where we spent 2 weeks assisting with the restoration of Hurricane Beryl. Between Debby and Helene we deployed to New Orleans where we spent almost a week assisting with the restoration of Hurricane Francine. It's the assistance we provide in a time of need that enables us to lean on peer Investor-owned utilities when we are in need. For Hurricane Debby we mobilized -3,000 resources, in Helene we mobilized -8,000 resources and for Milton we mobilized -16,000 resources to achieve the restoration times that were accomplished. These resource numbers would not be possible if it weren't for the size of Duke Energy and its footprint and for the members of the Mutual Assistance groups across the country which are made up of Investor -Owned utilities. If you recall, after Hurricane Helene devastated our west coast of Florida it continued north causing record flooding in Georgia and Tennessee and the Carolina's. Many resources had been acquired by those states and were currently in restoration when Milton was approaching. We were able to reach out to or peer investor -own utilities and member 1 DUKE ENERGY FLORIDA Mutual Assistance groups across the county and mobilize resources from as far away and Canada and California. We have been nationally recognized by Edison Electrical Institute and the Southeastern Electrical Exchange for our storm response. A recent benchmark study was conducted and shows the Duke Energy Florida is restoring as much as 6.3 times faster than peer utilities and almost 174% more customers per day than other utilities. I am asking you to consider the impact it would have on the Clearwater community, many which are my friends and family, if the decision is made to move away from Duke Energy's nationally recognized storm response and our energetic employees that many also call Clearwater home. I hope we will get the chance to work with you and discuss these issues to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, rod 1 FOV 'LtaJ,vv Todd Fountain 2 f; DUKE ENERGY FLORIDA 1 September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie.Call@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am Vice President of Operations for this area for Duke Energy Florida. I work in Clearwater at the Clearwater Operations Center at 2166 Palmetto Street. I want to reiterate on behalf of all Duke Energy Florida employees who live and work in the Clearwater community that we remain committed to serving our Clearwater customers. Personally, I have worked daily on projects in Clearwater like the City Hall project and proactively addressing any concerns. Please enter this letter into the record during your discussion at the city council meeting today of the NewGen feasibility study. When Hurricanes Helene and Milton hit last year, I was stationed at the Duke Mobile Command Center on the beach, where I worked along with 27,000 others to restore power to our battered community. Mayor Rector, you rode along with me in our beach community, as we saw the devastation as well as the scope and scale of Duke's storm response. After the storm, and we got the lights back on, Duke employees in "Duke Energy in Action" shirts were cleaning up the Clearwater beaches and helping restore the Clearwater community. As you undertake a careful review of the study, we ask that you consider the impact that Duke Energy's world-class storm response and energetic employees have on the Clearwater community and what it would mean to our community to lose that. We have invested millions of dollars in the electric grid in Clearwater and in the Clearwater community. NewGen highlights some potential "off ramps," including working with Duke Energy on undergrounding, distribution system reliability and service metrics. Those are things I work on every day. I am confident all these items can be successfully addressed through franchise agreement negotiations. In fact, Duke Energy is already undergrounding one of the areas shown in the study on Myrtle Avenue between Court and Cleveland and is currently undergrounding lines in seven other areas in the City. I hope we will get the chance to work with you and discuss these issues for the best interests of Clearwater citizens. Thank you, A it'on o- Prices Antonio Price 1 DUKE Nk., ENERGY, September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie.Call@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am Anthony Coody, Director of Vegetation for Duke Energy. I work in Clearwater on vegetation management for Duke Energy. Since vegetation management is important to the City and our customers, I wanted to share some information about recent trimming we completed in Clearwater. In response to feedback from the Clearwater community, we enhanced our notification procedures with these signs and magnets (pictured below) that provide contact information for anyone with questions, which we used in addition to our standard notification procedures including door to door notification, door hangers (pictured below), and follow up with phone calls or in person meeting. DUKE ENERGY VEGETATION MANAGEMENT WORK IN PROGRESS QUESTIONS? Call ::-:8.20/1406 Email: vcgetationmanagementc ?duke-energy.com ter' ENERGY. 1 Maintaining lines brings reliable power. simpom tfE1F.ClY DUKE ENERGY FLORIDA When we recently trimmed in the Clearwater area, we rode the area to be trimmed and provided the maps shown below to the City's arborist and met with customers personally in their homes and discussed their concerns. DORY FNFRGY-DISTRIBUTION VISITATION MARAS(MINI PAIROI ARIAS (IFARWATFR 1/ 1St MI5 legend mg Pad Maes WO* p ("ref Dowdy, ED CMDIM 025 05Mies Vegetation management was completed in the City earlier this year with the enhanced notification procedures that successfully ensured our customers and the City are well informed about vegetation management activities in Clearwater and why. NewGen highlights some potential "off ramps," including working with Duke Energy on vegetation management. I hope we will get the chance to work with you and discuss these issues to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, T4 nhoivt y Coody Anthony Coody 2 MN OM S tlrallwi j raw f 025 05 Mies Vegetation management was completed in the City earlier this year with the enhanced notification procedures that successfully ensured our customers and the City are well informed about vegetation management activities in Clearwater and why. NewGen highlights some potential "off ramps," including working with Duke Energy on vegetation management. I hope we will get the chance to work with you and discuss these issues to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, T4 nhoivt y Coody Anthony Coody 2 f' DUKEtENERGY FLORIDA September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie. Call@myclearwater. com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am Phil McGee. I'm currently the Lead Environmental Health and Safety Consultant for the South Coastal area including the City of Clearwater. I was born and raised here in Clearwater, Florida and have proudly called it Home for 69 years. I have worked at Duke Energy for 47 years and have been involved in the Electrical Utility Industry for over 5 decades in this area, including the City of Clearwater. I've held many positions over those 47 years, including serving as a lineman restoring power on clear blue sky days and in our darkest hours during storm restoration. I spent 10 years as the line skills trainer teaching our employees to safely work on energized lines and equipment. I work every day in our community to ensure Duke's work is done safely for our employees, our customers and members of the general public. In fact, Duke Energy is widely recognized in the electrical utility industry as having the best line tech training program in the business. We attract talent from all over the country to come work and live in our local communities within the Tampa Bay area, including the city Clearwater. I personally have worked for over 20 years providing crucial Electrica Safety information and coordinating training with our community's first responders, including City Public Workers, Police, Firefighters and emergency management personnel. Duke Energy regularly hosts Electrical Safety training along with Live Line trailer demonstrations to keep our first responders safe when they encounter electrical hazards in their line of duty. This adds to the wealth of expertise, skill and care that Duke Energy employees bring to our work every day. Many of us have lived and worked in this community for decades and we know our system better than anyone. As the City considers the feasibility of taking over Duke Energy's system in Clearwater, I hope the City will consider the skill, dedication and commitment of the Duke Energy workforce in Clearwater and the impact it would have on the community to lose those resources. I hope we will get the chance to work with you and discuss these further to remain focused on the best interests of the City of Clearwater and its citizens. Thank you, Phil McGee 1 DUKE ENERGY FLORIDA September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie.Call@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am Director of Customer Services and Experience. I work and live in Clearwater, like many Duke employees. In fact, I have grown up in Clearwater the last 39 years. I graduated from Dunedin High School, St. Petersburg College, and now attending University of South Florida. I am an active City of Clearwater volunteer. My focus is on customer service. During Duke Energy's hurricane response, I was stationed at Mobile Customer Care Centers on the beaches, including one on Clearwater beach, where we met our customers where they were and provided a number of needed services to our customers. That time will forever be memorable to me as a Duke Energy employee and a neighbor to those severely impacted by the hurricane. As you undertake a careful review of the study, we ask that you consider the impact that Duke Energy's world-class storm response and energetic employees have on the Clearwater community and what it would mean to our community to lose that. NewGen highlights some potential "off ramps," including working with Duke Energy on customer programs regarding affordability. As you undertake a careful review of the study, I hope you will consider that Duke Energy has a number of programs in place to help customers lower their bills including home energy checks, home improvement rebates, and EnergyWise home program. To help customers save energy and money, we offer a variety of payment options including budget billing (about 10% of Clearwater customers currently enrolled), flexible rate options, installment/payment plans, usage alerts, pick -your -due -date, due date extension. For low-income customers, we offer utility bill assistance (less than 10% of Clearwater customers currently receiving aid), a low-income Clean Energy Connection program, low- income weatherization to help income -qualified customers save energy and reduce expenses through the installation of energy conservation measures in their homes, and a Neighborhood Energy Saver program that offers free walkthrough energy assessments designed to help customers learn how their homes use energy and how they can lower their monthly electric bills. Qualified customers receive up to 21 free energy-saving products installed at no cost. We are very focused on providing value to our customers. Duke Energy's 2025 rates include some rather extraordinary storm recovery costs due to the three hurricanes that affected Pinellas County in 2024. Duke Energy announced a substantial rate reduction as a result of the company's annual rate adjustment. Beginning in March 2026: 1 DUKE ENERGY FLORIDA Bills are expected to decrease by approximately $44.16 for residential customers using 1,000 kilowatt-hours of electricity when compared to February 2026. Commercial and industrial customers should expect to see bill decreases ranging from9.6% to 15.8% when compared to February 2026, though the specific impact will vary depending on several factors. I am asking you to consider the benefits these programs have for our customers and what it would mean to our community to lose that. As a Clearwater resident myself, I personally do not want electric services provided by anyone other than Duke Energy. I hope we will get the chance to work with you and discuss how to increase awareness of and enrollment in these programs to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, Stepha n3cfrvte' Stephanie Barnes 2 DUKE ENERGY FLORIDA September 29, 2025 Clearwater City Council c/o City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 VIA EMAIL Rosemarie.Call@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, I am Manager of Lighting Programs. I work in Clearwater at the Clearwater Operations Center at 2166 Palmetto Street. I want to reiterate on behalf of all Duke Energy Florida employees who live and work in the Clearwater community that we remain committed to serving our Clearwater customers. I have worked in this community for many years, and I care deeply about the Clearwater community and what Duke does here. I am proud of the service Duke Energy provides to the Clearwater community and of my part in caring for our customers. In the 21 years I have worked for Duke, I have held many positions from meter reader to currently Florida's Manager of Lighting Programs, one of the most rewarding positions I have held included serving as a Journeyman Lineman restoring power on blue sky days and in our darkest hours. Within the last year, my team has repaired hundreds of streetlights in Clearwater. And, when Hurricanes Helene and Milton hit last year, just like the citizens of Clearwater I was also personally affected by the storms, I looked at Duke Energy as a customer to restore my power as you all do in a timely fashion and they delivered. I have the privilege of leading Duke Energy's Road Clearing Crews coordinating with County State efforts, making sure the roads were clear of downed lines so first responders and line techs could restore the community quickly and safely. Based on my experience, I know how hard it is to keep the lights on. This is especially true in Clearwater, where there are unique aspects to Duke Energy's system, including underwater cables that serve the beaches and a very unique underground network downtown that requires an entire team of specially trained workers to operate and maintain that network. Duke Energy also recently installed "self -healing" technology in the grid in Clearwater. This technology connects customers in Clearwater with other areas of Duke Energy's grids to reduce outage time. The way it works is that when there is an outage in one area of Clearwater, the self -healing technology re-routes power from other areas of Duke's grid to the area where the outage occurred, instantly restoring power, when possible, without the need of waiting for line techs to be dispatched. If Clearwater customers are cut off from the rest of Duke's system, they will lose the benefit of this self -healing technology. As you undertake a careful review of the study, we ask that you consider the impact to Duke Energy's customers by cutting Clearwater off from Duke Energy. I hope we will get the chance 1 DU('KE ENERGY FLORIDA to work with you to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, WU! lia vw Mac told/ William MacDonald DU ENERKE GYQ FLORIDA September 29, 2025 Clearwater City Council c/o City Manager and City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa.Seixas@duke-energy.com VIA EMAIL Rosemarie.Call@myclearwater.com Jennifer.Poirrier@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, Duke Energy Florida remains committed to serving our Clearwater customers and looks forward to working with the City on the best path forward—renewing the franchise agreement. We value our relationship with Clearwater and will continue to work with the City each day on projects, opportunities and proactively addressing any concerns. Just last week, we announced local Duke Energy grant recipients, remembering last year's Hurricanes Helene and Milton, when we showed up for our customers when they needed us most. Our commitment to our customers remains stronger than ever. Please enter this letter into the record during your discussion at the city council meeting today of the NewGen feasibility study. As NewGen notes in its study, throughout this process, Duke Energy has cooperatively shared information with NewGen so that our customers and the City have accurate information as the City examines the feasibility of taking over Duke Energy's system. Along those lines, as you undertake a careful review of the study, we ask that you consider the following significant issues with the assumptions made by NewGen. These deficiencies and uncertainties in the study, when corrected, change the picture dramatically, likely eliminating any speculated savings to customers. It is crucial not to be misled by these "findings," as a thorough examination reveals the true impact and potential inaccuracies. ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $1B ISSUE 2: An "overnight" transition to a city -owned utility cannot occur so costs will be higher ISSUE 3: NewGen's estimated start-up costs are inconsistent with their own example, and higher costs could increase taxpayer burden ISSUE 4: NewGen used obsolete Duke Energy rate data and assumptions in its rate analysis, virtually eliminating speculated savings 1 742M 70M 68M j DUKE ENERGY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Meli ssa, Seixas@duke-energy. com ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $16 Although the NewGen study suggests rate reductions may be possible and makes recommendations based on a single "all -in" valuation number of $572 million, NewGen acknowledges there is a great deal of uncertainty as to the actual total cost. The report's authors state explicitly on page 4-11, "There can be no guarantee that Clearwater...will achieve cost savings." NewGen's "all -in" preliminary valuation ($572 million) is based on a methodology (AACE Class 5) where the inputs may be off by up to -50% or +100% (Page 2-7). That means NewGen's own study acknowledges the costs of this takeover range from $386 million to $942 million, putting the figure they did choose for analysis on the low side of their overall range. (Page 2-7). NewGen's study uses only $572 million to conduct a projected rate analysis. Yet the study does not outline the impacts to rates if the actual valuation is much higher. NewGen's math for a city takeover of the grid in Clearwater Cost estimates were developed using 2025 pricing estimates and were based on the Association of the Advancement of Cost Engineering's (AACE) Class 5 Estimate, defined as within the range of 50% to +100%, which is an appropriate range of cost estimating for the purposes of this Study. There can be no guarantee that Clearwater... will achieve cost savings". Feasibiiity study p. `-1 ) Duke's Assets Carving out Clearwater Start-up costs Reserves 2 386 MILLION 185M 68M 70M 63M LOW 371M 68M 70M 63M 943 MILLION 63M NE `-:C=i HIGH 50%) ''ESTIMATE" (+100%) DUKE C ENERGY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa.Seixas@duke-energy.com especially if Clearwater purchases both power and transmission service from Duke Energy. If the Duke Energy effective rates were to escalate at the same rate as Clearwater MEU's, there is little difference between Duke Energy and Clearwater projected future rates. SOLUTIONS: NewGen highlights some potential "off ramps," including working with Duke Energy on undergrounding as well vegetation management, distribution system reliability and service metrics, and customer programs regarding affordability and economic development. All these items can be successfully addressed through franchise agreement negotiations. In fact, Duke Energy is already undergrounding one of the areas shown in the study on Myrtle Avenue between Court and Cleveland and is currently undergrounding lines in seven other areas in the City. Vegetation management was completed in the City earlier this year with enhanced notification procedures that successfully ensured our customers and the City are well informed about vegetation management activities in Clearwater and why. We welcome meaningful discussions on these topics prior to the agreement's expiration in December and are open to considering a shorter franchise agreement term, such as a ten-year renewal. We remain committed to working together, as we have for decades, to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, 4400.&tivo Melissa Seixas State President Florida Duke Energy 4 ENERGY September 29, 2025 Clearwater City Council c/o City Clerk Offices of the City Council P.O. Box 4748 Clearwater, FL 33758-4748 KATHRYN CHRISTIAN DIRECTOR, GOVERNMENT AND COMMUNITY RELATIONS VIA EMAIL City Clerk, Rosemarie Call Rosemarie.Call aamvclearwater.com) Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, As we have expressed, Duke Energy Florida remains committed to serving our Clearwater customers and looks forward to working with the City on the best path forward—renewing the franchise agreement. Please enter this and the attached letter from Concentric Energy Advisors ("Concentric") into the record during your discussion at the city council meeting on September 29 of the NewGen feasibility study. To ensure Duke Energy's customers and the City had a third -party analysis following the City's decision to examine the feasibility of taking over Duke Energy's operations, Duke Energy hired Concentric to provide an independent assessment of the company's system. Concentric has decades of experience studying, analyzing and consulting for utilities all over North America. After spending months studying the value of Duke Energy's service territory, Concentric experts determined it would cost over $1 billion for Clearwater to take over Duke Energy's assets and create a government -run power company. Concentric's study is available online at Concentric- Energv-Advisors-Clearwater-FL-Municipalization Analysis-Briefinq.pdf. As you undertake a careful review of the NewGen study, we ask that you consider Concentric's analysis, as well as significant issues with the NewGen study identified in the attached letter from Concentric. It is important to have reliable information: A thorough review of NewGen's conclusions uncovers possible discrepancies. Kathryn Christian Director, Government and Community Relations 1 CQ . CETKc September 29, 2025 Kathryn Christian Director, Government and Community Affairs Duke Energy Kathryn.Christian@Duke-Enerfor.comy.com CLEARWATER MUNICIPAL FEASIBILITY STUDY RE: NEWGEN CLEARWATER MUNICIPAL FEASIBILITY STUDY Dear Kathryn, At the request of Duke Energy, Concentric Energy Advisors has performed a preliminary high-level review of NewGen Strategies & Solutions' ("NewGen") Municipal Utility Feasibility Study ("Study") prepared for the City of Clearwater, FL. NewGen's analysis reflects careful attention to the relevant Florida legal framework, detailed field assessments of Duke's assets, and a well -structured financial model that clearly lays out potential rate impacts over a 30 -year horizon. However, based on Concentric's initial high-level review, there are differences in NewGen's approach and underlying assumptions compared to Concentric's Preliminary Analysis of Costs to the City of Clearwater, Florida to Assume Duke Energy Florida's Distribution System. These differences may have a material impact on forecasts of average rates. More issues may be identified as we continue to review the analysis. Long-term rate reduction forecast is inconsistent with the scale of distribution costs: The forecasted savings are based on NewGen's forecast of a long-term rate differential between Clearwater MEU and Duke Energy. However, a 24% "all -in" rate differential in 2055 based on a forecasted reduction in distribution is difficult to reconcile to the current rate structures. Annexation risks: NewGen's analysis assumes the Clearwater MEU would serve about 20,000 more customers than are currently served in Clearwater. Expansion into unincorporated areas poses substantial uncertainties and may require incremental costs. Asset inventory errors: NewGen's estimates of total distribution line miles and customer count implies only 26ft of distribution lines per customer. Concentric's understanding is that Duke Energy's estimate for Clearwater is 110ft per customer and the total system average is 130ft per customer. Additionally, the number of distribution poles reported in the NewGen report appears to be in error. Substation complications: The annexation of the Bayview and East Clearwater substations may create unduly onerous arrangements. The assumption that the City would only acquire assets below 69kV implies that the East Clearwater substation would essentially be split in half. Such joint ownership of a substation is uncommon. Valuation flaws: Reproduction Cost New Less Depreciation ("RCNLD") results are distorted by the understated distribution line miles. The Study also appears to overstate accumulated depreciation, which averaged 53% in the Study. Duke Energy's average system accumulated depreciation for distribution assets is 20%. Next, NewGen's reproduction cost new estimate of $48 million for three CONCENTRIC ENERGY ADVISORS I PG. 1 CLEARWATERMUNICIPAL FEASIBILITY STUDY large substations appears to be understated but may be impacted by the assumption of split ownership of the East Clearwater substation. Finally, the RCNLD analysis did not mention the subaqueous cables that serve Clearwater Beach and represent a significant share of the total system value. Separation costs: Concentric's estimate of $305-$342M (2029$) for separation costs meaningfully deviates from NewGen's $68M estimate. While NewGen's assumption of modified City boundaries would indeed lower separation costs, the analysis appears to overlook the need for new Duke Energy substations that would be needed if the City acquires the Bayview and East Clearwater substations. Finally the NewGen study does not address the reliability concerns for Morton Plant Hospital, which today is served by redundant feeders, one of which would be eliminated under municipalization. Ongoing distribution investments: NewGen assumes approximately $18M/year, while Duke Energy historically invested approximately $30M/year in Clearwater. In addition to renewal and replacement of distribution assets, Duke's investments in Clearwater's distribution system include storm hardening. However, NewGen's assumptions appear to omit investments for storm hardening and resiliency improvements. Power supply costs: NewGen's $48/MWh (excluding transmission) benchmark is inconsistent with Concentric's review of actual wholesale supply costs in Florida for a full -requirements portfolio for energy and firm generation capacity. Sales growth: NewGen assumes 1.3% annual load growth versus Duke Energy's 0.7% historical rate. This assumption for annual load growth above historical levels increases forecast sales by approximately 17% by 2055. Because fixed system costs are spread across total system sales, this assumption significantly lowers the MEU's rate forecast. TOTAL SYSTEM VALUATION The table below compares Concentric's preliminary valuation for Clearwater assets, which is based on an assumed 2029 municipalization date, with the estimates developed by NewGen. Concentric's valuation applies "fair market value" principles, designed to estimate what a third -party buyer would pay for these assets in a competitive arms -length market solicitation. It highlights both areas of agreement and significant differences in assumptions. While some of the variation reflects different methodologies, some of NewGen's assumptions materially reduce the Study's total estimate. For the purposes of comparing Concentric's results to the NewGen study we have omitted future stranded generation costs from the table. However, there may be stranded generation costs in the future. CONCENTRIC ENERGY ADVISORS PG.2 Concentric Estimate Low High NewGen Estimate Value of Distribution Assets 368M 431M 371M Future Capital Investments 109M 109M 0M Separation & Reintegration Costs 305M 342M 68M Start Up 108M 122M 133M Total 890M 1,005M 572M For the purposes of comparing Concentric's results to the NewGen study we have omitted future stranded generation costs from the table. However, there may be stranded generation costs in the future. CONCENTRIC ENERGY ADVISORS PG.2 Sincerely, CONCENTRIC ENERGY ADVISORS i oshua C. Nowak, Vice President 508.263.6278 1 jnowak0ceadvisors.com CLEARWATERMUNICIPAL FEASIBILITY STUDY CONCENTRIC ENERGY ADVISORS 1 PG. 3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0117 Agenda Date: 9/29/2025 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the September 18, 2025 City Council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 9/23/2025 City Council Meeting Minutes September 18, 2025 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, September 18, 2025 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes September 18, 2025 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Bruce Rector, Vice Mayor Lina Teixeira, Councilmember David Allbritton, Councilmember Ryan Cotton and Councilmember Michael Mannino Also Present: Jennifer Poirrier – City Manager, Daniel Slaughter – Assistant City Manager, Alfred Battle – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk, and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Rector The meeting was called to order at 6:00 p.m. 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) - Given 4.1 Constitution Week Proclamation, September 17-23, 2025 – Meri-Jo Gibson, Daughters of the American Revolution 4.2 End of Session Report - Representative Kimberly Berfield 4.3 USA Youth Ambassador Program - Sean Schrader, Clearwater Representative 4.4 Storm Water Resiliency Update 5. Approval of Minutes 5.1 Approve the minutes of the September 4, 2025 city council meeting and the September 3, 2025 special city council meeting as submitted in written summation by the City Clerk. Vice Mayor Teixeira moved to approve the minutes of the September 4, 2025 city council meeting and the September 3, 2025 Draft City Council Meeting Minutes September 18, 2025 Page 3 City of Clearwater special city council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted. 6.1 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. (consent) 6.2 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) 6.3 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) 6.4 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) 6.5 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) 6.6 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) 6.7 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) Draft City Council Meeting Minutes September 18, 2025 Page 4 City of Clearwater 6.8 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) 6.9 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) 6.10 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. (consent) 6.11 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) 6.12 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) 6.13 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) 6.14 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) 6.15 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 Draft City Council Meeting Minutes September 18, 2025 Page 5 City of Clearwater 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) 6.16 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) 6.17 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) 6.18 Approve addendum to agreement with Bryant Miller Olive and task order with Public Resources Advisory Group. Councilmember Allbritton moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 7.1 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. 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. Draft City Council Meeting Minutes September 18, 2025 Page 6 City of Clearwater Ordinances 9851-25 and 9852-25 were presented and read by title only. Councilmember Mannino moved to 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. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 7.2 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. 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 Draft City Council Meeting Minutes September 18, 2025 Page 7 City of Clearwater experiences, tourism, and national sporting events. One individual spoke in support. Ordinance 9825-25 was presented and read by title only. Councilmember Cotton that this Ordinance be passed on first reading. The motion was duly seconded and carried by the following vote: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8. Second Readings - Public Hearing 8.1 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. Ordinance 9828-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9828-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.2 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). Ordinance 9829-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9829-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.3 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). Ordinance 9830-25 was presented and read by title only. Draft City Council Meeting Minutes September 18, 2025 Page 8 City of Clearwater Councilmember Mannino moved to adopt Ordinance 9830-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.4 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. Ordinance 9831-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9831-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.5 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). Ordinance 9832-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9832-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.6 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). Ordinance 9833-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9833-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino Draft City Council Meeting Minutes September 18, 2025 Page 9 City of Clearwater 8.7 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. Ordinance 9837-25 was presented and ready by title only. Councilmember Mannino moved to adopt Ordinance 9837-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.8 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). Ordinance 9838-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9838-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.9 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). Ordinance 9839-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9839-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.10 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. Draft City Council Meeting Minutes September 18, 2025 Page 10 City of Clearwater Ordinance 9841-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9841-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 9. City Manager Reports – None. 10. City Attorney Reports – None. 11. Other Council Action 11.1 Resolution for Red Star City – Mayor Rector Mayor Rector requested consideration to adopt a resolution designating Clearwater a Red Star City. He said the organization supports families of military service members, veterans, and first responders who committed suicide and promotes suicide awareness and prevention efforts. There was council consensus to adopt a resolution at the next council meeting. 12. Closing comments by Councilmembers (limited to 3 minutes) Vice Mayor Teixeira said the tragic killing of Charlie Kirk is a sobering reminder that violence has no place in our society. While his views were often the subject of passionate debate, no one should face harm for their beliefs or voice. We must stay committed to addressing our differences through dialogue and democratic engagement, never through violence. She offered her condolences to his family and to those who mourn his loss. She said society has been shaken by another school shooting in Colorado, the anniversary of September 11, and the politically motivated murders of Melissa Hortman and her husband. In the face of such sorrow, we must strive to stay positive and remind ourselves of the loved ones we still have. 13. Closing Comments by Mayor The Mayor offered his sympathies to the family and friends of Charlie Kirk. He said it is a tragedy for the Kirk family and the country. He said Charlie Kirk was exercising his freedom of speech and trying to engage others on college campuses. He said The Baycare Sound celebrated its 100th show on Monday. He encouraged all who have not attended an event at the facility to do so. Draft City Council Meeting Minutes September 18, 2025 Page 11 City of Clearwater 14. Adjourn The meeting adjourned at 6:54 p.m. Mayor City of Clearwater Attest City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0873 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Declare as surplus for the purpose of transfer to Adel Youssef and Vivien Kandiel, certain unaddressed real property located at Heather Ct.; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. SUMMARY: The unaddressed City-owned property located at Heather Ct. is 0.160 acres in size. Staff believes this parcel to be an uneconomic remainder of land and a confirmation of such status shall be made by the City Council through the approval of this agenda item. The Pinellas County Property Appraiser defines this property under property use code 9600 (sewage disposal, solid waste, drainage reservoirs, borrow pit, marsh, mangrove, sand dune, waste land) and has assigned a “just market” value of $85.00 to the property. The request for letters of interest was published on May 14, 2025. Respondents were given 30 days to submit a letter of interest. One submission was received from the individual who owns the adjacent property, a homesteaded single-family residence. The letter of interest included an offer of $85.00 for the parcel, which aligns with the Property Appraiser’s Just Market Value. On July 28, 2025, the Technical Review Committee convened and issued a positive recommendation for the submitted letter of interest. Based on this, staff now recommends declaring the subject property as surplus and proceeding with its disposition and sale, for the proposed sale price of $85.00. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 9/23/2025 1 REAL PROPERTY TRANSFER AGREEMENT THIS REAL PROPERTY TRANSFER AGREEMENT (this “Agreement”) is made on this ____ day of ___________, 2025, by and between the City of Clearwater, Florida, a Florida municipal corporation (the “City”), whose address is 600 Cleveland Street, Suite 600, Clearwater, FL 33755, and Adel Youssef and Vivien Kandiel (together, “Buyer”), whose address is 2914 Heather Ct., Clearwater, FL 33761 (collectively, the City and Buyer are the “Parties”). RECITALS: WHEREAS, the City is the owner of a certain parcel of real property located at the northwest corner of Landmark Drive and Heather Trail in the City of Clearwater bearing the Parcel Identification Number: 29-28-16-00000-110-0200 (the “Property”); and WHEREAS, Buyer owns property located at 2914 Heather Court, Clearwater FL 33761 which is adjacent to the Property; and WHEREAS, Buyer wishes to acquire the Property which has been determined by the City of Clearwater City Council to be an uneconomic remainder of land; and NOW THEREFORE, in consideration of the mutual covenants herein contained, and the mutual benefits to be derived hereunder, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: 1. The recitals set forth above are true and correct and are incorporated herein by reference. 2. This Agreement describes the respective responsibilities of each party in providing for the transfer of the Property. 3. The Property is legally described as follows: Commencing at the Northeast corner of Section 29, Township 28 South, Range 16 East, Pinellas County, Florida; thence S. 89°45'35" W., along the North line of said section, 900.91 feet to the Point of Beginning, said point also being the Northwest corner of Timber Ridge of Countryside Unit Two, as recorded in Plat Book 75, pages 67 and 68, Public Records of Pinellas County, Florida; thence along the West line of said plat by the following two courses: S. 00°14'25" E., 90.00 feet: S. 23°14'04" W., 38.67 feet to a point on the Northerly right of way line of Landmark Drive (A 100 foot right of way); thence along said line by a curve to the left, Radius 550.00 feet, Arc 107.84 feet, Chord N. 72°22'59"W., 107.66 feet; thence N. 78°00'00" W., 173.79 feet; thence along the arc of a curve to the right, Radius 650.00 feet, Arc 153.39 feet, Chord N. 71°14'25" W., 153.04 feet; thence leaving said line N. 00°00'16" E., 5.78 feet to the aforementioned North line of Section 29; thence N. 89°45'35" E., along said line, 432.39 feet to the Point of Beginning. Parcel Number: 29/28/16/00000/110/0200 4. The Parties agree the value of the Property is Eighty-Five Dollars and 00/100 Cents ($85.00). 5. The City agrees to convey and transfer to Buyer, all of the City’s right, title, and interest in and to the Property subject to the terms, conditions, and provisions herein in return for a 2 sale price of Eighty Five Dollars and 00/100 Cents ($85.00). The transfer of the Property contemplated by this Agreement shall be conveyed by quit claim deed without warranty. The City makes no warranties as to the Property’s marketability, and transfers the Property in “as-is, where-is, with all faults” condition. This provision shall survive the termination or expiration of this Agreement irrespective of any executed deed for the sale of the Property. 6. Buyer shall have at its own expense, the right to conduct inspections and determine feasibility of accepting the transfer of the Property. For purposes of physical inspection of the Property, the City grants Buyer, its agents, and professionals engaged by such parties, the right to enter upon the Property. Buyer shall not perform any inspections or tests requiring invasive methods without prior written consent of the City and shall hold the City harmless and indemnify the City for any liability resulting from Buyer’s entry to the Property. 7. Buyer will pay all closing costs associated with the transfer of the Property, including but not limited to settlement fees, title insurance, appraisal fees, taxes, and recording fees. 8. Buyer shall purchase title insurance at its own expense. Any matters set forth in the title commitment, including any defects, or liens and encumbrances, shall be the responsibility of Buyer to cure or accept as exceptions to the title policy. 9. Whenever this Agreement requires or permits any consent, notice, request, or demand from one party to the other (collectively “Notice”), such Notice must be in writing and shall be delivered either by hand delivery or by U.S. certified mail. Notice shall be effective as of the date of actual delivery or, if delivery is refused by the receiving party, the date on which such delivery was attempted. Each party’s initial address for delivery of any Notice is designated below, but any party from time to time may designate a different address for delivery of any Notice by delivering to the other party Notice of such different address: If to City: City of Clearwater Attn: City Manager P.O. Box 4748 Clearwater, FL 33758 If to Buyer: Adel Youssef & Vivien Kandiel 2914 HEATHER CT CLEARWATER, FL 33761 10. This Agreement may not be assigned by Buyer without the express written consent of the City, which consent shall be in the City’s sole discretion. 11. This Agreement, together with any exhibit(s) attached hereto, constitutes the entire Agreement between the Parties and no representation, warranty, promise, or inducement not expressly included in the Agreement shall be binding upon any party hereto, their legal representative, successors and assigns. 12. The “Effective Date” of this Agreement shall be the date on which both the Parties have executed this Agreement. 3 IN WITNESS WHEREOF, the Parties hereto have duly executed this Agreement on the day and year first above written. (CITY OF CLEARWATER SIGNATURE PAGE) CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. ___________________________ Bruce Rector Mayor Date: ______________________ Approved as to form: Attest: ___________________________ ________________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk Date: ______________________ Date: ____________________________ 4 (BUYER SIGNATURE PAGE) ______________________________ Adel Youssef Date: _________________________ ______________________________ Vivien Kandiel Date: ________________________ STATE OF FLORIDA ) COUNTY OF PINELLAS ) The foregoing instrument was acknowledged before me by means ☐ physical presence or ☐ online notarization, this ___ day of ____________________, 2025 by _________________, who ☐ is/are personally known to me or ☐ who has/have produced a driver’s license as identification. _____________________________________ Notary Public, State of Florida (NOTARIAL SEAL) Name of Notary: My Commission Expires: My Commission No.: STATE OF FLORIDA ) COUNTY OF PINELLAS ) The foregoing instrument was acknowledged before me by means ☐ physical presence or ☐ online notarization, this ___ day of ____________________, 2025 by _________________, who ☐ is/are personally known to me or ☐ who has/have produced a driver’s license as identification. _____________________________________ Notary Public, State of Florida (NOTARIAL SEAL) Name of Notary: My Commission Expires: My Commission No.: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1010 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Continue to 10/15/2025: Declare as surplus for the purpose of donating to C.I.M.H.Z Management LLC., certain real property located at 1164 La Salle St, for the development of affordable housing; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. SUMMARY: Page 1 City of Clearwater Printed on 9/23/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0900 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize award of a construction contract to C and T Contracting Services, LLC, for Northeast Water Reclamation Facility (NE WRF) Sand Filters Rehabilitation in the amount of $5,469,339.00 pursuant to ITB 23-0045-UT and authorize the appropriate officials to execute the same. SUMMARY: The Public Utilities Engineering Department issued Invitation to Bid (ITB) 23-0045-UT, Northeast Water Reclamation Facility Sand Filters Rehabilitation (NE WRF), and received three bids on July 23, 2025. The lowest responsible bid meeting all the plans and specifications was submitted by C&T Contracting Services, LLC. The Engineer of Record (EOR), Tetra Tech, evaluated the bids and recommended awarding the contract to C&T Contracting Services, LLC. The project, located at the NE WRF, 3290 SR 580, Safety Harbor, FL 34695, includes rehabilitating 12 sand filters, replacing valves and actuators, addressing structural concerns, and removing and replacing a 30 in. x 42 in. sluice gate. These improvements aim to enhance the filtration process, ensure optimal water quality, and extend the lifespan of the filtration system. On May 16, 2024, City Council approved an initial work order to EOR Tetra Tech for design, bidding, engineering and inspection services during construction in the amount of $315,951.00. Construction is scheduled to take 420 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 NE WRF. APPROPRIATION CODE AND AMOUNT: 3277327-530100-M1906 $5,469,339.00 To provide additional funding needed for this project, a first quarter budget amendment will transfer Utility R&R revenue of $1,200,000.00 from project 327-96212, Sanitary Sewer Upgrades/Improvements, and $2,200,000.00 from project 327-96664, Water Pollution Control R&R. These projects are funded by revenues from the Water and Sewer Utility Enterprise Fund. 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 will help ensure the continued efficiency and reliability of the City’s wastewater treatment operations. Page 1 City of Clearwater Printed on 9/23/2025 August 5, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 23-0045-UT, NE WRF Sand Filters Rehab, to C&T Contracting Services, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $5,469,339.00, which includes a 10% Owner’s Contingency of $497,212.00. 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 City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab RESPONSE DEADLINE: July 23, 2025 at 2:00 pm Report Generated: Tuesday, August 5, 2025 C&T Contracting Services, LLC Response CONTACT INFORMATION Company: C&T Contracting Services, LLC Email: ctcontractingservicesllc@gmail.com Contact: Christopher Telson Address: 11023 Countryway Blvd. Tampa, FL 33626 Phone: N/A Website: www.ctcontractinggroup.com Submission Date: Jul 23, 2025 1:54 PM (Eastern Time) [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jul 22, 2025 2:45 PM by Christopher Telson 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: 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 [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 3 records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 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. [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 4 D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 4. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... 4._Scrutinized_Company_Cert.pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... 5._Compliance_Anti_Human_Trafficking.pdf 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... 6._C&T_Bid_Bond.pdf Proposal.pdf [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 5 6._Non_Collusion_Affidavit.pdf Affidavit.pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) C&T_W-9.pdf PRICE TABLES NE WRF SAND FILTERS REHAB 23-0045-UT Line Item Description Quantity Unit of Measure Unit Cost Total I. GENERAL 1 Mobilization and Demobilization 1 LS $260,000.00 $260,000.00 2 Indemnification 1 LS $10.00 $10.00 3 General Requirements 1 LS $109,000.00 $109,000.00 II. FILTER CLEANING 4 Filter Media and Debris Removal, Hauling, Disposal 180 Ton $970.00 $174,600.00 5 Filter Cell Cleaning 10,000 SF $1.30 $13,000.00 III. FILTER INSPECTIONS [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total 6 Filter Inspections - Filter Equipment Manufacturer 13 EA $4,938.00 $64,194.00 IV. CONCRETE REPAIR 7 Crack Repairs - Epoxy Injection 75 LF $123.00 $9,225.00 8 Concrete Surface Rehab - Level 1 Repair 900 SF $25.00 $22,500.00 9 Concrete Surface Rehab - Level 2 Repair 200 SF $208.00 $41,600.00 10 Concrete Surface Rehab - Level 3 Repair 150 SF $264.00 $39,600.00 11 Concrete Surface Rehab - Level 4 Repair 30 SF $1,368.00 $41,040.00 12 Spall Repair at Floor 5 SF $712.00 $3,560.00 13 Protective Coatings 9,000 SF $50.00 $450,000.00 V. FILTER REHABILITATION 14 Furnish and Install I-Beam Hold Down Assemblies (Including Fasteners & Hardware) 12 EA $743.00 $8,916.00 15 Furnish and Install Hold Down Clip Angles (Including Fasteners & Hardware) 360 EA $154.00 $55,440.00 16 Furnish and Install Wire Mesh Screen 60 EA $723.00 $43,380.00 17 Furnish and Install 1/8"x1" Core Sealing Gasket (100' Roll) 10 EA $625.00 $6,250.00 18 Furnish and Install 3/16"x3" Closed Cell Neoprene Gasket (50' Roll) 48 EA $503.00 $24,144.00 19 Furnish and Install Long Loose Perimeter Angles 120 EA $461.00 $55,320.00 [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 20 Furnish and Install Short Loose Perimeter Angles 120 EA $593.00 $71,160.00 21 Furnish and Install Hold Down I-Beam 360 EA $1,234.00 $444,240.00 22 Furnish and Install Level Sensors 24 EA $558.00 $13,392.00 23 Kit-Holddown 360 EA $74.00 $26,640.00 24 Backwash Trough Support Angle 12 EA $656.00 $7,872.00 25 Backwash Trough Support Tabs 96 EA $872.00 $83,712.00 26 Level Existing V-Notch Weir 144 EA $54.00 $7,776.00 27 Furnish and Install Filter Media 180 Ton $1,448.00 $260,640.00 VI. VALVES 28 Replace Existing 20-Inch Backwash Effluent Trough Valve 12 EA $28,917.00 $347,004.00 29 Replace Existing 20-Inch Backwash Effluent Trough Actuator 12 EA $28,412.00 $340,944.00 30 Replace Existing 18-Inch Inlet Trough Valve 10 EA $24,578.00 $245,780.00 ITEM DESCRIPTION 31 Replace Existing 18-Inch Inlet Trough Actuator 12 EA $21,000.00 $252,000.00 32 Replace Existing 18-Inch Backwash Inlet Valve 8 EA $25,000.00 $200,000.00 33 Replace Existing 18-Inch Backwash Inlet Actuator 12 EA $21,938.00 $263,256.00 [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total 34 Replace Existing 18-Inch Filtrate Valve 8 EA $29,421.00 $235,368.00 35 Replace Existing 18-Inch Filtrate Actuator 12 EA $18,000.00 $216,000.00 36 Replace Existing 16-Inch Effluent Pump Check Valve 2 EA $48,385.00 $96,770.00 37 Replace Poly Tubing for Pneumatic Actuators 3,000 LF $9.00 $27,000.00 38 Install 1/2" Push to Connect X 1/2" Straight Fitting for Connection to New Actuator 72 EA $303.00 $21,816.00 VII. AIR PIPING & DIFFUSERS 39 Remove Existing 3-Inch GSP Low Pressure Air Manifold & Replace with 3-Inch Type 304 SST Pipe Manifold (30') 16 EA $8,223.00 $131,568.00 40 Furnish and Install PVC Diffusers 240 EA $113.00 $27,120.00 41 Furnish and Install 3-inch Air Manifold SST Supports 24 EA $513.00 $12,312.00 VIII. CHEM CLEAN SYSTEM 42 Reprogram PLC for Proper Operation of Chemical Cleaning System 1 LS $47,538.00 $47,538.00 IX. GATE REMOVAL AND REPLACEMENT 43 Sliding Gate Replacement, Actuator Replacement and Bypass 1 LS $170,440.00 $170,440.00 TOTAL $4,972,127.00 CONTINGENCY 10% based on subtotal from lines 1-43 above. [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT ITB No. 23-0045-UT NE WRF Sand Filters Rehab [C&T CONTRACTING SERVICES, LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - NE WRF Sand Filters Rehab Page 9 Line Item Description Quantity Unit of Measure Unit Cost Total 44 Contingency (10% ) 1 LS $497,212.00 $497,212.00 TOTAL $497,212.00 Compliance with Anti-Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below (“Entity”), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Date: ____________________, 20___ Signed: Entity: Name: Title: Chris Telson Operations Manager July 22 25 C&T Contracting Services SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing no later than fiwe (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. Authorized Signature Cheisteler TesPrinted Name Qperatins ManTitle 4T Gntradin Senices Name of Entity/Corporation STATE OF Florida COUNTY OF Hilisborough The foregoing instrument was acknowledged before me by means of physical presence or ☐ online notarization on, this 22 day of July ,20 25, by Christopher Telson (name of person whose signature is being notarized) as the Operations Manager (title) of C+T Contracting Services (name of corporation/entity), personally known ✗, or produced N/A (type of identification) as identification, and who did/did not take an oath PU NOTARYOF FLO HANNAH LAMON Notary Public - State of Florida Commission #HH 658387 My Comm. Expires Mar 30, 2029 Bonded through National Notary Assn. Hanmarh Lamon Notary Public Hannah Lamon Printed Name My Commission Expires: 3/30/2029 NOTARY SEAL ABOVE SECTION V- Contract Documents STATE OF FLORIDA AFFIDAVIT (To be filled in and executed if the bidder is a corporation) COUNTY OF Pinellas ) Chris Telsow being duly sworn, deposes and says that (he she is Secretary of Operatins Mannge/ at C+T Contracting Services a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: 11023 Cannteyrey Blvd. Jomee Hll(Street & Number)ty)(County)(State) Affiant further says that he is familiar with the records, minute books and by-laws of (4T Contendh Sorvives(Name of Corporation) Affiant further says that Cant Tebn(Officer's Name) is Operabins Mrg(Title) of the corporation, is duly authorized to sign the Proposal for C+T Contracting Services or said corporation by virtue of N/A (state whether a provision of by laws or a Resolution of Board of Directors. If by Resolution give date of adoption). Swornto before methis 72 day of July NOTARY P HANNAH LAMON Notary Public - State of Florida Commission # HH 658387 OFLO My Comm. Expires Mar 30, 2029 Bonded through National Notary Assn. Christopner TelsonAffiant 20 25 Hamd ZaroNotary Public Hannah Lamon Type/print/stamp name of Notary Project Engineer Title or rank, and Serial No., if any SECTIONV Page 9 of 16 Updated: 6/3/2024 SECTION V- Contract Documents NON-COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTYOF Aboarah Chris Tesi being, first duly sworn, deposes and says that he is Qperatins Maт Of CAT Contractina Sernces the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or datarelative thereto to any association or to any member or agent thereof. Sworn to and subscribed before me this Affiant 22 day of July 2025 PU FLO HANNAH LAMON Notary Public - State of Florida Commission # HH 658387 My Comm. Expires Mar 30, 2029 Bonded through National Notary Assn. HaSanom Hannah Lamon Notary Public SECTION V Page 10 of 16 Updated: 6/3/2024 SECTION V – Contract Documents SECTION V Page 12 of 16 Updated: 6/3/2024 PROPOSAL (2) Attached hereto is a bond or certified check on __________________________________________ ____________________________________ Bank, for the sum of __________________________ ______________________________________________________________ ($_________________) (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub-contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: ________________________________________ _________________________________________ ________________________________________ _________________________________________ ________________________________________ _________________________________________ ________________________________________ _________________________________________ Signature of Bidder: ____________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation. Principal: ___________________________________________________________________________ By: ___________________________________ Title: _____________________________________ Company Legal Name: _______________________________________________________________ Doing Business As (if different than above): _______________________________________________ Business Address of Bidder: ____________________________________________________________ City and State: _________________________________________________ Zip Code _______________ Phone: ________________________ Email Address: ________________________________________ Dated at ___________________________, this ______ day of _______________________, A.D., 20__. 7/23/25 Chris Telson 11023 Countryway Blvd. Tampa Fl Jose Cisneros 11023 Countryway Blvd. Tampa Fl. Chris Telson C&T Contracting Services Operations Manager C&T Contracting Services 11023 Countryway Blvd. Tampa Fl 33626 813-616-3210 July 2522 chris@ctcontractingservices.com SECTION V Page 13 of 16 Updated: 6/3/2024 SECTION V – Contract Documents CITY OF CLEARWATER ADDENDUM SHEET PROJECT: ______________________________ Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ ____________________________________ (Name of Bidder) ____________________________________ (Signature of Officer) ____________________________________ (Title of Officer) ____________________________________ (Date) NE WRF Sand Filters Rehab 1 7/10/25 C&T Contracting Services Operations Manager 7/22/25 Selected Line Item Description QuantityUnit of Measure Unit Cost TotalI. GENERALX1Mobilization and Demobilization 1 LS $260,000.00 $260,000.00X2Indemnification1 LS $10.00 $10.00X3General Requirements 1 LS $109,000.00 $109,000.00II. FILTER CLEANIX4Filter Media and Debris Removal, Hauling, Disposal180 Ton $970.00 $174,600.00X5Filter Cell Cleaning10000 SF $1.30 $13,000.00III. FILTER INSPECX6Filter Inspections - Filter Equipment Manufacturer13 EA $4,938.00 $64,194.00IV. CONCRETE REX7Crack Repairs - Epoxy Injection 75 LF $123.00 $9,225.00X8Concrete Surface Rehab - Level 1 Repair900 SF $25.00 $22,500.00X9Concrete Surface Rehab - Level 2 Repair200 SF $208.00 $41,600.00X10Concrete Surface Rehab - Level 3 Repair150 SF $264.00 $39,600.00X11Concrete Surface Rehab - Level 4 Repair30 SF $1,368.00 $41,040.00X12Spall Repair at Floor5 SF $712.00 $3,560.00X13Protective Coatings9000 SF $50.00 $450,000.00V. FILTER REHABX14Furnish and Install I-Beam Hold Down Assemblies (Including Fasteners & Hardware)12 EA $743.00 $8,916.00X15Furnish and Install Hold Down Clip Angles (Including Fasteners & Hardware)360 EA $154.00 $55,440.00X16Furnish and Install Wire Mesh Screen60 EA $723.00 $43,380.00X17Furnish and Install 1/8"x1" Core Sealing Gasket (100' Roll)10 EA $625.00 $6,250.00X18Furnish and Install 3/16"x3" Closed Cell Neoprene Gasket (50' Roll)48 EA $503.00 $24,144.00X19Furnish and Install Long Loose Perimeter Angles120 EA $461.00 $55,320.00X20Furnish and Install Short Loose Perimeter Angles120 EA $593.00 $71,160.00X21Furnish and Install Hold Down I-Beam360 EA $1,234.00 $444,240.00X22Furnish and Install Level Sensors24 EA $558.00 $13,392.00X23Kit-Holddown360 EA $74.00 $26,640.00X24Backwash Trough Support Angle12 EA $656.00 $7,872.00X25Backwash Trough Support Tabs96 EA $872.00 $83,712.00X26Level Existing V-Notch Weir144 EA $54.00 $7,776.00X27Furnish and Install Filter Media180 Ton $1,448.00 $260,640.00VI. VALVESX28Replace Existing 20-Inch Backwash Effluent Trough Valve12 EA $28,917.00 $347,004.00X29Replace Existing 20-Inch Backwash Effluent Trough Actuator12 EA $28,412.00 $340,944.00NE WRF Sand Filters RehabC&T Contracting Services, LLC X30Replace Existing 18-Inch Inlet Trough Valve10 EA $24,578.00 $245,780.00ITEM DESCRX31Replace Existing 18-Inch Inlet Trough Actuator12 EA $21,000.00 $252,000.00X32Replace Existing 18-Inch Backwash Inlet Valve8 EA $25,000.00 $200,000.00X33Replace Existing 18-Inch Backwash Inlet Actuator12 EA $21,938.00 $263,256.00X34Replace Existing 18-Inch Filtrate Valve 8 EA $29,421.00 $235,368.00X35Replace Existing 18-Inch Filtrate Actuator12 EA $18,000.00 $216,000.00X36Replace Existing 16-Inch Effluent Pump Check Valve2 EA $48,385.00 $96,770.00X37Replace Poly Tubing for Pneumatic Actuators3000 LF $9.00 $27,000.00X38Install 1/2" Push to Connect X 1/2" Straight Fitting for Connection to New Actuator72 EA $303.00 $21,816.00VII. AIR PIPING &X39Remove Existing 3-Inch GSP Low Pressure Air Manifold & Replace with 3-Inch Type 304 SST Pipe Manifold (30')16 EA $8,223.00 $131,568.00X40Furnish and Install PVC Diffusers240 EA $113.00 $27,120.00X41Furnish and Install 3-inch Air Manifold SST Supports24 EA $513.00 $12,312.00VIII. CHEM CLEANX42Reprogram PLC for Proper Operation of Chemical Cleaning System1 LS $47,538.00 $47,538.00IX. GATE REMOVX43Sliding Gate Replacement, Actuator Replacement and Bypass1 LS $170,440.00 $170,440.00Total$4,972,127.00Selected Line Item Description QuantityUnit of Measure Unit Cost TotalX44Contingency (10% )1 LS $497,212.00 $497,212.00Total$497,212.00GRAND TOTAL5,469,339.0000CONTINGENCYC&T Contracting Services, LLC v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 23-0045-UT NE WRF SAND FILTERS 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/175712.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: NE WRF Sand Filters Rehab Project Number: 23-0045-UT Scope of Work: The project scope includes addressing issues at the Northeast Water Reclamation Facility (NE WRF), located at 3290 SR 580, Safety Harbor, FL 34695. The work involves rehabilitating twelve (12) sand filters, replacing valves and actuators, addressing structural concerns, and removing and replacing the v. 7.2024 9 30” x 42” sluice gate. The project's goal is to enhance the filtration process, ensuring optimal water quality and extending the longevity of the filtration system. No permits are required. 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 01005: PROJECT REQUIREMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Work to be done consists of the furnishing of all labor, materials, and equipment, and the performance of all Work included in this Contract. The summary of the work is presented in Section 01010: Summary of Project. 2. Work Included: a. The Contractor shall furnish all labor, superintendence, materials, plant power, light, heat, fuel, water, tools, appliances, equipment, supplies, and means of construction necessary for proper performance and completion of the Work. The Contractor shall obtain and pay for all necessary local building and other regulatory permits. The Contractor shall perform and complete the Work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the Engineer, and in strict accordance with the Contract Documents. The Contractor shall clean up the Work and maintain it during and after construction, until accepted, and shall do all Work and pay all costs incidental thereto. He shall repair or restore all structures and property that may be damaged or disturbed during performance of the Work. b. The cost of incidental work described in these Project Requirements, for which there are no specific Contract Items, shall be considered as part of the general cost of doing the Work and shall be included in the prices for the various Contract Items. No additional payment will be made therefore. v. 7.2024 10 c. The Contractor shall provide and maintain such modern plant, tools, and equipment as may be necessary, in the opinion of the Engineer, to perform in a satisfactory and acceptable manner all the Work required by this Contract. Only equipment of established reputation and proven efficiency shall be used. The Contractor shall be solely responsible for the adequacy of his workmanship, materials, and equipment, prior approval of the Engineer notwithstanding. 3. Public Utility Installations and Structures: a. Public utility installations and structures shall be understood to include all poles, tracks, pipes, wires, conduits, vaults, manholes, and all other appurtenances and facilities pertaining thereto whether owned or controlled by the Owner, other governmental bodies, or privately owned by individuals, firms, or corporations, used to serve the public with transportation, traffic control, gas, electricity, telephone, sewerage, drainage, water, or other public or private property which may be affected by the Work shall be deemed included hereunder. b. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. These data are not guaranteed as to their completeness or accuracy and it is the responsibility of the Contractor to make his own investigations to inform himself fully of the character, condition, and extent of all such installations and structures as may be encountered and as may affect the construction operations. c. The Contractor shall protect all public utility installations and structures from damage during the Work. Access across any buried public utility installation or structure shall be made to avoid any damage to these facilities. All required protective devices and construction shall be provided by the Contractor at his expense. All existing public utilities damaged by the Contractor shall be repaired by the Contractor, at his expense. No separate payment shall be made for such protection or repairs to public utility installations or structures. d. Public utility installations or structures owned or controlled by the Owner or other governmental body which are shown on the Drawings to be removed, relocated, replaced, or rebuilt by the Contractor shall be considered as a part of the general cost of doing the Work and shall be included in the prices bid for the various Contract Items. No separate payment shall be made therefor. e. Where public utility installations of structures owned or controlled by the Owner or other governmental body are encountered during the course of the Work, and are not indicated on the Drawings or in the Specifications, and when, in the opinion of the Engineer, removal, relocation, replacement, or rebuilding is v. 7.2024 11 necessary to complete the Work under this Contract, such Work shall be accomplished by the utility having jurisdiction, or such Work may be ordered, in writing by the Engineer, for the Contractor to accomplish. If such work is accomplished by the utility having jurisdiction it will be carried out expeditiously, and the Contractor shall give full cooperation to permit the utility to complete the removal, relocation, replacement, or rebuilding as required. If such work is accomplished by the Contractor, it will be paid for as extra work as provided in the Agreement. f. The Contractor shall, at all times in performance of the Work, employ acceptable methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury, damage, or destruction of public utility installations and structures; and shall, at all times in the performance of the Work, avoid unnecessary interference with, or interruption of, public utility services, and shall cooperate fully with the owners thereof to that end. g. The Contractor shall give written notice to Owner and other governmental utility departments and other owners of public utilities of the location of his proposed construction operations, at least 48-hours in advance of breaking ground in any area or on any unit of the Work. h. The maintenance, repair, removal, relocation, or rebuilding of public utility installations and structures, when accomplished by the Contractor as herein provided, shall be done by methods approved by the owners of such utilities. i. Contractor will need to coordinate with Evoqua well in advance of construction, and in advance of necessary inspections, to ensure a representative is available. 1.02 DRAWINGS AND PROJECT MANUAL A. Drawings: When obtaining data and information from the Drawings, figures shall be used in preference to scaled dimensions, and large-scale drawings in preference to small-scale drawings. B. Supplementary Drawings: 1. When, in the opinion of the Engineer, it becomes necessary to explain more fully the Work to be done or to illustrate the Work further or to show any changes which may be required, drawings known as Supplementary Drawings, with specifications pertaining thereto, will be prepared by the Engineer, and the Contractor will be furnished one (1) complete set of Construction Drawings (24 inches by 36 inches) and one (1) reproducible copy of the Project Manual. 2. The Supplementary Drawings shall be binding upon the Contractor with the same force as the Contract Drawings. Where such Supplementary Drawings require either less or more than the estimated quantities of Work, credit to the Owner or compensation therefor to the Contractor shall be subject to the terms of the Agreement. v. 7.2024 12 C. Contractor to Check Drawings and Data: 1. The Contractor shall verify all dimensions, quantities, and details shown on the Drawings, Supplementary Drawings, schedules, Specifications, or other data received from the Engineer, and shall notify him of all errors, omissions, conflicts, and discrepancies found therein. Failure to discover or correct errors, conflicts, or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom, nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the Engineer, should such errors or omissions be discovered. 2. All schedules are given for the convenience of the Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility or the making of estimates of the size, kind, and quality of materials and equipment included in work to be done under the Contract. D. Specifications: The Technical Specifications consist of three (3) parts: General, Products, and Execution. The General part of a Specification contains General Requirements which govern the Work. The Products and Execution parts modify and supplement the General Requirements by detailed requirements for the Work and shall always govern whenever there appears to be a conflict. E. Intent: 1. All Work called for in the Specifications applicable to this Contract, but not shown on the Drawings in their present form, or vice versa, shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications, but involved in carrying out their intent or in the complete and proper execution of the Work, is required and shall be performed by the Contractor as though it were specifically delineated or described. 2. The apparent silence of the Specifications as to any detail, or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, the interpretation of these Specifications shall be made upon that basis. 1.03 MATERIALS AND EQUIPMENT A. Manufacturer: 1. All transactions with the manufacturers or subcontractors shall be through the Contractor, unless the Contractor shall request and at the Engineer's option, that the manufacturer or subcontractor deal directly with the Engineer. Any such transactions shall not in any way release the Contractor from his full responsibility under this Contract. v. 7.2024 13 2. Any two (2) or more pieces of material or equipment of the same kind, type, or classification, and being used for identical types of service, shall be made by the same manufacturer. B. Delivery: 1. The Contractor shall deliver materials in ample quantities to ensure the most speedy and uninterrupted progress of the Work so as to complete the Work within the allotted time. 2. The Contractor shall also coordinate deliveries in order to avoid delay in, or impediment of, the progress of the work of any related Contractor. 3. The Contractor shall be fully responsible for all tarrifs associated with materials, equipments, and their delivery. C. Tools and Accessories: 1. The Contractor shall, unless otherwise stated in the Contract Documents, furnish with each type, kind, or size of equipment, one (1) complete set of suitably marked high grade special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment. Such tools and appliances shall be furnished in approved painted steel cases, properly labeled and equipped with good grade cylinder locks and duplicate keys. 2. Spare parts shall be furnished as specified herein and as recommended by the manufacturer necessary for the operation of the equipment, not including materials required for routine maintenance. 3. Each piece of equipment shall be provided with a substantial nameplate, securely fastened in place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, weight, and principal rate data. D. Service of Manufacturer's Engineer: 1. The Contract Prices for equipment shall include the cost of furnishing a competent and experienced engineer or superintendent who shall represent the manufacturer and shall assist the Contractor, when required, to install, adjust, test, and place in operation, the equipment in conformity with the Contract Documents. 2. After the equipment is placed in permanent operation by the Owner, such engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct such personnel as may be designated by the Owner in the proper operation and maintenance of such equipment. 1.04 INSPECTION AND TESTING v. 7.2024 14 A. General: 1. For tests specified to be made by the Contractor, the testing personnel shall make the necessary inspections and tests, and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Five (5) copies of the reports shall be submitted, and authoritative certification thereof must be furnished to the Engineer as a prerequisite for the acceptance of any material or equipment. 2. If, in the making of any test of any material or equipment, it is ascertained by the Engineer that the material or equipment does not comply with the Contract Documents, the Contractor will be notified thereof, and he will be directed to refrain from delivering said material or equipment, or to remove it promptly from the site or from the Work and replace it with acceptable material, without cost to the Owner. 3. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with the recognized test codes of the ANSI, ASME, or the IEEE, except as may otherwise be stated herein. 4. The Contractor shall be fully responsible for the proper operation of equipment during testing and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. B. Costs: 1. All inspection and testing of materials furnished under this Contract will be provided by the Contractor, unless otherwise expressly specified. 2. The cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents shall be borne by the Contractor, and such costs shall be deemed to be included in the Contract Price. 3. Materials and equipment submitted by the Contractor as the equivalent to those specifically named in the Contract may be tested by the Owner for compliance. The Contractor shall reimburse the Owner for the expenditures incurred in making such tests of materials and equipment which are rejected for non-compliance. C. Certificate of Manufacture: 1. Contractor shall furnish to Engineer authoritative evidence in the form of a certificate of manufacture that the materials to be used in the Work have been manufactured and tested in conformity with the Contract Documents. 2. These certificates shall be notarized and shall include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer. v. 7.2024 15 D. Shop Tests: 1. Each piece of equipment for which pressure, duty, capacity, rating, efficiency, performance, function, or special requirements are specified shall be tested in the shop of the maker in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents. 2. Five (5) copies of the manufacturer's actual test data and interpreted results thereof, accompanied by a certificate of authenticity sworn to by a responsible official of the manufacturing company and/or independent laboratory, shall be submitted to the Engineer for approval. 3. The cost of shop tests and of furnishing manufacturer's preliminary and shop test data of operating equipment shall be borne by the Contractor. E. Start-up Tests: 1. As soon as conditions permit, the Contractor shall furnish all labor, materials, and instruments and shall make start-up tests of equipment. 2. If the start-up tests disclose any equipment furnished under this Contract which does not comply with the requirements of the Contract Documents, the Contractor shall, prior to demonstration tests, make all changes, adjustments, and replacements required. The furnishing Contractor shall assist in the start-up tests as applicable. F. Demonstration Tests: 1. Prior to Contractor's request for a Substantial Completion inspection, all equipment and piping installed under this Contract shall be subjected to demonstration tests as specified or required to prove compliance with the Contract Documents. 2. The Contractor shall furnish labor, fuel, energy, water, and all other materials, equipment, and instruments necessary for all demonstration tests, at no additional cost to the Owner. Contractor shall assist in the demonstration tests as applicable. 1.05 LINES AND GRADES A. Grade: 1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings, or as given by the Engineer. The full responsibility for keeping alignment and grade shall rest upon the Contractor. 2. Adjustments of grades shown on Drawings may be necessary to conform to actual field conditions or to maintain cover under proposed future grades. Such adjustments shall be considered part of the job conditions and no extra compensation will be allowed for such changes, except where specifically otherwise noted in the Drawings or v. 7.2024 16 Specifications. Such adjustments must be approved by the Engineer prior to being made. B. Surveys: 1. The Contractor shall furnish and maintain, at his own expense, stakes and other such materials. 2. The Contractor shall check such reference marks by such means as he may deem necessary and, before using them, shall call the Engineer's attention to any inaccuracies. 3. The Contractor shall, at his own expense, establish all working or construction lines and grades as required from the reference marks set by the Engineer, and shall be solely responsible for the accuracy thereof. He shall, however, be subject to the check and review by the Engineer. C. Safeguarding Marks: 1. The Contractor shall safeguard all points, stakes, grade marks, monuments, and bench marks made or established on the Work, bear the cost of re-establishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes, and marks. 2. The Contractor shall safeguard all existing and known property corners, monuments, and marks adjacent to but not related to the Work and shall bear the cost of re-establishing them if disturbed or destroyed. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.2 SECTION 01010: SUMMARY OF PROJECT PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. This Contract is for the Northeast WRF Sand Filter Rehabilitation project as shown on the Drawings and specified herein. The Work consists of furnishing all labor, equipment, and materials for the repair of the structure consisting of, but not limited to, the following: v. 7.2024 17 A. Removal, hauling, and disposal of all filter media and debris. B. Cleaning of all filter cells. C. Repair of concrete walls and floor as recommended by the Engineer. D. Rehabilitate filter components as recommended by the Filter Equipment Manufacturer (Evoqua). E. Replace air supply piping and diffusers as shown on the drawings and specified herein. F. Replace various valves, actuators, and related components and pneumatic tubing as shown on the drawings and specified herein. G. Remove and replace the 30” x 42” Sluice Gate located at the opening of the Equalization Pump Station Wet well. 1.02 CONTRACTOR’S USE OF PREMISES A. The Contractor shall assume full responsibility for the protection and safekeeping of products and materials at the job site. If additional storage or work areas are required, they shall be obtained by the Contractor at no additional cost to the Owner. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. 1.03 PROJECT SEQUENCE A. Refer to Section IV - Scope of Work for sequencing requirements. END OF SECTION 4.3 SECTION 01041: PROJECT COORDINATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish personnel and equipment that will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress that will ensure the completion of the work within the Contract Time. If at any time, such personnel appear to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work, he may order the Contractor to increase the efficiency, change the character or increase the personnel and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress. v. 7.2024 18 1.02 TECHNICAL SPECIFICATION CONFLICTS A. Where conflicts exist between the City of Clearwater Technical Specifications and the Tetra Tech Supplemental Technical Specifications and/or Contract Drawings, the more stringent requirements shall apply. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 PIPE LOCATIONS A. All pipes shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 3.02 OPEN EXCAVATIONS A. Contractor shall adequately safeguard all open excavations by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by workmen. All open excavations shall comply with applicable OSHA Standards. 3.03 TEST PITS A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor. Test pits shall be backfilled immediately after their purpose has been satisfied and maintained in a manner satisfactory to the Engineer. The costs for such test pits shall be borne by the Contractor. 3.04 CARE AND PROTECTION OF PROPERTY v. 7.2024 19 A. The Contractor shall be responsible for the preservation of all public and private property and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the Engineer. 3.05 PROTECTION OF CONSTRUCTION AND EQUIPMENT A. All newly constructed work shall be carefully protected from damage in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions damaged shall be reconstructed by the Contractor at no additional expense to the Owner. B. Protect all structures in a suitable manner to prevent damage. Should any part of a structure become heaved, cracked or otherwise damaged, all such damaged portions of the work shall be completely repaired and made good by the Contractor at his own expense and to the satisfaction of the Engineer. If, in the final inspection of the work, any defects, faults or omissions are found, the Contractor shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the Contractor shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the Contract. C. Further, the Contractor shall take all necessary precautions to prevent damage to any structure due to water pressure during and after construction and until such structure is accepted and taken over by the Owner. 3.06 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority (County, City, FDOT, etc.), all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. All maintenance of traffic plans required for construction shall be approved by the local governmental entity having jurisdiction. C. The Contractor shall take precautions to prevent injury to the public due to open excavation. Night watchmen may be required where special hazards exist, or police protection provided for traffic while v. 7.2024 20 work is in progress. The Contractor shall be fully responsible for damage or injuries whether police protection has been provided. 3.07 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside the site, except by written permission of the appropriate owners. Contractor shall provide Owner a copy of such written permission prior to entering private land. B. The Contractor shall ensure that all individuals are signed-in and signed-out of the site using the City log located on the first floor of the Maintenance Building each day. List all individual names and do not sign-in or sign-out as a group. 3.08 COOPERATION WITHIN THIS CONTRACT A. The Contractor shall, prior to interrupting a utility service (water, sewer, etc.) for the purpose of making cut-ins to the existing lines or for any other purposes, contact the Owner and make arrangements for the interruption, which will be satisfactory to the Owner. 3.09 COOPERATION WITH OTHER CONTRACTS A. This Contract may require a portion of the work to be connected to work done under other contract(s). It will be necessary for the Contractor to plan his work and cooperate with other contractors insofar as possible to prevent any interference and delay. END OF SECTION 4.4 SECTION 01070: ABBREVIATIONS AND SYMBOLS PART 1 - GENERAL 1.01 STANDARDS AND ABBREVIATIONS A. Referenced Standards: Any reference to published specifications or standards of any organization or association shall comply with the requirements of the specification or standard which is current on the date of Advertisement for Bids. In case of a conflict between the referenced specifications or standards, the one having the more stringent requirements shall govern. v. 7.2024 21 In case of conflict between the referenced specifications or standards and the Contract Documents, the Contract Documents shall govern. B. Abbreviations: AA Aluminum Association AAA American Arbitration Association AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHO The American Association of State Highway Officials ABA American Bar Association ABMA American Boiler Manufacturers Association ABPA Acoustical and Board Products Association ACI American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies AFBMA Anti-Friction Bearing Manufacturers Association AGA American Gas Association AGC Associated General Contractors of America AGMA American Gear Manufacturers Association AHA American Hardboard Association AI The Asphalt Institute AIA American Institute of Architects AIA American Insurance Association AIEE American Institute of Electrical Engineers (Now IEEE) AIMA Acoustical and Insulating Materials Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Condition Association ANSI American National Standard Institute v. 7.2024 22 APA American Plywood Association API American Petroleum Institute APWA American Public Works Association AREA American Railway Engineering Association ARI American Refrigeration Institute ASA American Standards Association (Now ANSI) ASAHC American Society of Architectural Hardware Consultants ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSCBC American Standard Safety Code for Building Construction ASSHTO American Association of State Highway Transportation Officials ASTM American Society for Testing and Materials AWG American Wire Gauge AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWPB American Wood Preservers Bureau AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Institute of America (formerly SCPI) CDA Copper Development Association CFS Cubic Feet Per Second CMAA Crane Manufacturers Association of America CRSI Concrete Reinforcing Steel Institute CS Commercial Standard DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association DOT Spec Standard Specification for Road and Bridge Construction Florida Department of Transportation, 1982 E/A Engineer and/or Architect v. 7.2024 23 EDA Economic Development Association EEI Edison Electric Institute EPA Environmental Protection Agency FCI Fluid Control Institute FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation Fed Spec Federal Specification FGS Florida Geological Survey FPS Feet Per Second FS Federal Standards GPM Gallons Per Minute GSP Galvanized Steel Pipe HMI Hoist Manufacturers Institute HP Horsepower HSBII Hartford Steam Boiler Inspection and Insurance Co. ID Inside Diameter IEEE Institute of Electrical and Electronic Engineers IFI Industrial Fasteners Institute IPCEA Insulated Power Cable Engineers Association IPS Iron Pipe Size MGD Million Gallons Per Day MHI Materials Handling Institute MMA Monorail Manufacturers Association NaOCl Sodium Hypochlorite NBFU National Board of Fire Underwriters NBHA National Builders' Hardware Association NBS National Bureau of Standards NCSA National Crushed Stone Association NCSPA National Corrugated Steel Pipe Association ND Nominal Diameter NEC National Electrical Code NECA National Electrical Contractors' Association v. 7.2024 24 NEMA National Electrical Manufacturers' Association NFPA National Fire Protection Association NLA National Lime Association NPC National Plumbing Code NPT National Pipe Threads NSC National Safety Council NSF National Sanitation Foundation OD Outside Diameter OSHA U.S. Department of Labor, Occupational Safety and Health Act PCA Portland Cement Association PCI Prestressed Concrete Institute PS United States Products Standards PSI Pounds per Square Inch PSIA Pounds per Square Inch Absolute PSIG Pounds per Square Inch Gauge RAS Return Activated Sludge RPM Revolutions Per Minute SAE Society of Automotive Engineers SDI Steel Decks Institute SJI Steel Joists Institute SWFWMD Southwest Florida Water Management District SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSI Scaffolding and Shoring Institute SSPC Steel Structures Painting Council SSPC Structural Steel Painting Council SST Stainless Steel STA Station (100 feet) TDH Total Dynamic Head TH Total Head UBC Uniform Building Code UL Underwriter's Laboratories, Inc. USASI or United States of America Standards Institute v. 7.2024 25 USGS United States Geological Survey WAS Waste Activated Sludge C. Additional abbreviations and symbols are shown on the Drawings. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.5 SECTION 01091: REFERENCE SPECIFICATIONS PART 1 - GENERAL 1.01 GENERAL A. Applicable Publications. Whenever in these specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the drawings shall be waived because of any provision of or omission from said standards or requirements. B. Assignment of Specialists. In certain instances, specification test requires (or implies) that specific Work is to be assigned to specialist or expert entities who must be engaged for the performance of the Work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work. They are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of Work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS v. 7.2024 26 A. Without limiting the generality of other requirements of the specifications, all Work specified herein shall conform to or exceed the requirements of such documents are not in conflict with the requirements of these specifications not the applicable codes. B. References herein to "Building Code" shall mean the Florida Building Code (FBC). The latest edition of the code as approved and used by the local agency as of the date of award as adopted by the agency having jurisdiction shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings, and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or labor. The Contractor shall bid the most stringent requirements. D. Applicable Standard Specifications. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.6 SECTION 01100: SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.01 PUBLIC NUISANCE A. The Contractor shall not create a public nuisance including, but not limited to, encroachment on adjacent lands, flooding of adjacent lands, or excessive noise. B. Sound levels measured by the Engineer shall not exceed 50 dBA from 7 P.M. to 7 A.M. or 60 dBA 7 A.M. to 7 P.M. This sound level shall be measured at the exterior of the nearest exterior wall of the nearest residence. Levels at the equipment shall not exceed 85 dBA at any time. Sound levels in excess of these values are sufficient cause to have the Work halted until equipment can be quieted to these levels. Work stoppage by the Engineer or Owner for excessive noise shall v. 7.2024 27 not relieve the Contractor of the other portions of this Specification including, but not limited to, completion dates and bid amounts. C. No extra charge may be made for time lost due to work stoppage resulting from the creation of a public nuisance. 1.02 PIPE LOCATIONS AND EXISTING UTILITIES A. Pipe Locations. All pipes shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. B. Utility Conflicts. Contractor must identify all locations where there is the possibility of conflicts with existing utilities. Contractor will promptly notify the Owner and Engineer in writing in accordance with these documents. Contractor acknowledges that resolving utility conflicts, can sometimes require permitting. The Owner will grant additional days to the Contractor to cover the length of unanticipated delay in writing. However, under no circumstances will the Contractor be eligible for remobilization costs. 1.03 LANDSCAPING RESTORATION A. Contractor shall be responsible for replacing all landscaping disturbed during construction with landscaping of equal or better quality, quantity, material, and size. The extent of existing landscaping is not shown on drawing and shall be the responsibility of Contractor and field inspected prior to bidding. 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by workmen. 1.05 TEST PITS A. Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the Contractor. Test pits shall be backfilled immediately after their purpose has been satisfied and maintained in a manner satisfactory to the Engineer. The costs for such test pits shall be borne by the Contractor. 1.06 JURISDICTIONAL DISPUTES A. It shall be the responsibility of the Contractor to pay all costs that may be required to perform any of the Work shown on the Drawings or specified herein in order to avoid any work stoppages due to jurisdictional disputes. The basis for subletting Work in question, if any, shall conform to precedent agreements and v. 7.2024 28 decisions on record with the Building and Construction Trades Department, AFL- CIO, dated June, 1973, including any amendments thereto. 1.07 INCLEMENT WEATHER A. In the event of inclement weather, or whenever the Engineer directs; the Contractor shall, and shall cause subcontractors to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any portion of work or materials have been damaged or injured by reason of failure on the part of the Contractor or any subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of the Contractor. 1.08 COORDINATION OF WORK A. The Contractor shall cooperate fully so as to eliminate or minimize the creation of conflicts. Adjustments from time to time may be required in the Contractor's work location and/or schedule provided a reasonable notice is given by the Owner or Engineer. 1.09 USE OF PUBLIC/PRIVATE STREETS A. The use of public/private streets and roads shall be such as to provide a minimum of an inconvenience to the public and to other traffic. Any earth or other excavated materials spilled from trucks shall be removed by the Contractor and the streets and roads cleaned to the satisfaction of the Owner. B. Access to properties along the Project must always be maintained throughout the duration of the Project as shown in the Drawings. 1.10 TRAFFIC A. All safety precautions shall be taken and all traffic controls be furnished satisfactorily to the City, FDOT, and/or other government agencies having jurisdiction, where partial or complete obstruction of highways, roadways, streets, drives or sidewalks is required in the performance of the Work. 1.11 CHEMICALS A. All chemicals used during project construction, or furnished for project operations, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of the State Department of Health, Florida Department of Environmental Protection and if required, also the EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with the manufacturer's instructions or recommended use procedures. 1.12 SAFETY AND HEALTH REGULATIONS A. The Contractor shall comply with the Department of Labor Safety & Health Regulations for construction promulgated under the Occupational Safety & Health Act of 1970, (PL 91-596) and under Section 107 of the Contract Work Hours & Safety Standards Act (PL 91-54). v. 7.2024 29 B. All equipment furnished and installed under this Contract shall comply to Part 1910, Occupational Safety & Health Standards & Amendments thereto. C. The Contractor shall comply with the Florida Trench Safety Act (90-96, Florida Law). 1.13 STATE AND FEDERAL PERMITS A. Construction in Florida Department of Transportation rights-of-way, wetlands and navigable water bodies will be governed by applicable State and Federal permits. All conditions set forth on the permits shall be a part of the Contract and they shall be attached by addendum. 1.14 INSPECTION A. The authorized representatives and agents of the Environmental Protection Agency and Controlling State and Local Pollution Control Agencies shall be permitted to inspect all work, material, payrolls, personnel records, invoices of materials and any other relevant data and records. The Owner and Engineer shall be permitted access to any work area for the inspection of work and materials. The Owner may, at the Contractor's expense, order the uncovering or removal of any finished work if circumstances indicate faulty work or materials were used in the original installation. The Owner and Engineer shall also be permitted to inspect material invoices, payrolls or any other relevant data or records as may be necessary or required to satisfy the requirements of the Contract. 1.15 ENVIRONMENTAL PROTECTION A. General: 1. Contractor shall comply with all Federal, State and Local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In the event of conflict between such laws and regulations and the requirements of the Specifications, the more restrictive requirements shall apply. Environmental protection requirements specified in other Sections shall be considered as supplementing the requirements of this Section. 2. Failure of the Contractor to fulfill any of the requirements of this Section may result in the Owner ordering the stopping of construction operations. 3. Failure on the part of the Contractor to perform the necessary measures to control erosion, siltation, and pollution will result in the Owner notifying the Contractor to take such measures. In the event that the Contractor fails to perform such measures within 24 hours after receipt of such notice, the Owner may stop the Work as provided above, or may proceed to have such measures performed by others. The cost of such work performed by others plus related fees by the Engineer will be deducted from monies due the Contractor on his Contract. v. 7.2024 30 4. All erosion and pollution control features installed by the Contractor shall be acceptably maintained by the Contractor during the time that construction work is being done. 5. Repair or replace damaged or inoperative erosion and pollution control devices as directed by the Engineer or the Owner's Representative. 6. Where there is a high potential for erosion and possible water pollution, the Contractor shall not expose, by his construction methods or procedures, an area of erosive land at any one time larger than the minimum amount required for the proper and efficient construction operation. If the exposure of any incomplete work corresponding to the exposure period required for erosion is anticipated, temporary protective measures shall be taken to prevent the erosion or collapse of land in that immediate construction area. B. Erosion and Pollution Control Schedule: At or prior to the preconstruction conference, the Contractor shall submit to the Owner for his information, three (3) copies of his erosion and pollution control work schedule. This schedule shall show the time relationship between phases of the Work which must be coordinated to reduce erosion and pollution and shall describe construction practices and temporary control measures which will be used to minimize erosion and pollution. The schedule shall also show the Contractor's proposed method of erosion control on haul roads and borrow and material pits, and his plan for disposal of waste materials or other sources of pollution. Maps or other documents may also be required to show the proposed final surface gradient of proposed borrow pits, soil type base course pits, and waste areas. No work shall be started until the erosion and pollution control schedules and methods of operations have been submitted to the Owner for his information. C. Air Pollution Controls: 1. Contractor shall control dust caused by his operations in the construction of the Project, including but not specifically limited to the following: a. Clearing, grubbing, and stripping. b. Excavation and placement of embankment. c. Cement and aggregate handling. d. Limerock stabilization. e. Use of haul roads. f. Sandblasting or grinding. 2. Contractor shall control air pollution from the following causes in constructing the project: a. Volatiles escaping from asphalt and cutback materials. b. Use of herbicides or fertilizers. v. 7.2024 31 3. Control of dust and other air pollutants by the Contractor shall include: a. Exposing the minimum area of land. b. Applying temporary mulch with or without seeding. c. Use of water sprinkler trucks. d. Use of covered haul trucks. e. Use of stabilizing agents in solution. f. Use dust palliatives and penetration asphalt on temporary roads. g. Use of wood chips in traffic and work areas. h. Use of vacuum-equipped sandblasting systems. i. Use of plastic sheet coverings. j. Restricting the application rate of herbicides to recommended dosage. Materials shall be covered and protected from the elements. Application equipment and empty containers shall not be rinsed and discharged so as to pollute a stream, river, lake, pond, water impoundment, or the ground water. k. Relay of operations until climate or wind conditions dissipate or inhibit the potential pollutants. D. Open Burning of Combustible Wastes: No open burning of combustible waste materials or vegetation shall be permitted. All waste materials shall be removed from the site or within public rights-of-way and disposed in a legal manner. E. Permanent and Temporary Water Pollution Control (Soil Erosion): 1. Sufficient precautions shall be taken during construction to minimize the run-off of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans, fish, or other life, into the supplies and surface waters of the State. Control measures must be adequate to assure that turbidity in the receiving water will not be increased more than allowed by the State or controlling agency. Such measures may consist of construction of berms, dikes, dams, drains and sediment basins, or use of fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray and other erosion control devices or methods approved by the State or controlling agency. 2. The Contractor shall promptly clear all waterways and drainage patterns of false work, piling, debris, or other obstructions placed during construction work and not a part of the finished work. v. 7.2024 32 3. The Contractor shall remove and dispose of silt accumulations as directed by the Engineer or the Owner's Representative. 4. If new and additional erosion control structures are to be installed, under this project, to prevent possible future erosion as a result of work under this contract, they shall be constructed concurrently with the other work, as early as possible, and as conditions permit. F. Noise Control: The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment in order to comply with all current City ordinances and these Specifications. Sound levels shall be measured at the exterior of the nearest exterior wall of the nearest residence or building. Levels at construction equipment shall not exceed 85 dBA at any time. Sound levels in excess of allowable values are sufficient cause to have the work halted until equipment can be quieted to these levels. Work stoppage by the Engineer or Owner for excessive noise shall not relieve the Contractor of the other portions of this Specification including, but not limited to completion dates and bid amounts. 1.16 SITE CLEANUP AND RESTORATION A. The Contractor shall keep the working area free at all times of tools, materials, and equipment not essential to the progress of the Work. Debris, waste materials, and rubbish shall be properly disposed of and not allowed to accumulate. If the Contractor should fail to do this, the Owner will make the necessary arrangements to affect the cleanup by others and will back charge the cost to the Contractor. If such action becomes necessary on the part of and in the opinion of the Owner, the Owner will not be responsible for the inadvertent removal of material which the Contractor would not have disposed of had he effected the required cleanup. B. Where material or debris has washed or flowed into or been placed in watercourses, ditches, gutters, drains, catch basins, or elsewhere as result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the Work, and the ditches, channels, drains etc., kept in a clean and neat condition. C. On or before the completion of the Work, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures built by him; shall remove all temporary works, tools, and machinery or other construction equipment furnished by him; shall remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around privies, houses, and other buildings used by him; shall remove all rubbish from any grounds he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. D. The Contractor shall restore the entire project site to its original or better condition, except for any area(s) designated for alteration by the Contract Documents. The Contractor shall restore or replace; when and as directed, any public or private property damaged by his work, equipment, or employees to a condition at least equal to that existing immediately prior to the beginning of operations. To this end the Contractor shall do as required all necessary highway or driveway, walk, and landscaping work. Suitable materials, equipment, and methods shall be used for such restoration. v. 7.2024 33 E. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the Work shall deliver it undamaged and in fresh and new appearing condition. 1.17 LAWS AND REGULATIONS A. It shall be the responsibility of the Contractor to give all notices and comply with all the laws, rules, regulations, ordinances, etc., that may be applicable at the time the Work is started on the project. Should the Contractor discover the Drawings or Specifications are contradictory to, or in variance with the above, he shall notify the Engineer immediately, in writing, in order that any required changes or modifications can be made. It is not the Contractor's responsibility to make certain that the Drawings or Specifications are in non-compliance with any of the above; however, should he be aware of any existing discrepancy, or have reason to believe such may exist and performs work without proper notice to the Engineer, the Contractor shall be responsible for any cost involved in making the necessary alterations or corrections. 1.18 CONTRACTOR'S USE OF PREMISES A. All project construction work will be accomplished on the Owner's property, public/private rights-of-way/easements or within temporary construction easements and the Contractor shall confine his activity to those designated areas. The Contractor shall not enter upon private property for any reason without securing prior permission from the property owner. Such permission, including any stipulations, shall be in writing and a copy shall be delivered to the Engineer prior to the Contractor's entry or occupation of the subject property. This requirement will be rigidly enforced, particularly with regard to the utilization of vacant areas adjacent to the work site for the storage of materials or parking equipment. B. The Contractor shall perform his work in such manner that he will not damage adjacent public or private property. Any damage to existing physical structures or utility services shall be repaired or restored promptly at no expense to the Owner. C. The Contractor shall avoid damage to and preserve all existing vegetation (grass, shrubs, trees, etc.) on or near the work area which do not, within reason, interfere with construction. The Contractor will be responsible for and required to replace or restore all such vegetation damaged or destroyed at no cost to the Owner. The Contractor will also be responsible for any unauthorized cutting or damage to trees, shrubs, etc., and also damage caused by careless operation of equipment, storage of materials and rutting or tracking of grass by equipment. D. The Contractor shall conduct access, hauling, filling, and storage operations as specified herein and as shown on the Contract Drawings. 1. On-site borrow areas are designated as follows: Suitable material, as approved by Engineer, from excavations for project structures. Any additional borrow material required shall be provided by the Contractor from off-site. v. 7.2024 34 2. On-site spoil areas will become property of the Contractor and are to be disposed off-site. E. Construct all fill areas so runoff will not flood improved areas. F. All connections to existing piping systems shall be made as shown or indicated on the Drawings after consultation, cooperation, and coordination with the Owner. Some such connections may have to be made during off-peak hours (late night or early morning hours). The Contractor shall give a minimum of 72 hours’ notice to the Owner when tie-ins with the existing plant utilities are required. 1.19 HAZARDOUS LOCATIONS A. The Contractor shall be responsible for identification of hazardous locations, appropriate construction methods, and all other safety issues. 1.20 ADDITIONAL PROVISIONS A. The Contractor shall provide at his own cost all necessary temporary facilities for access to, and for protection of, all existing structures. The Contractor is responsible for all damage to existing structures, equipment, and facilities caused by his construction operations, and must repair all such damage when and as ordered by the Engineer. B. All coatings and materials that come in contact with reclaimed water shall comply with ANSI-NSF Standard 61. The manufacturer shall provide documentation to demonstrate certification and compliance. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.7 SECTION 01200: PROJECT MEETINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall cooperate and coordinate with the Engineer to schedule and administer the preconstruction meeting, periodic progress meetings, and specifically called meetings throughout the progress of the Work. The Contractor shall: a. Prepare agenda for meetings. b. Make physical arrangements for meetings. c. Preside at Progress meetings. d. Take and distribute meeting minutes. v. 7.2024 35 2. Representatives of Contractor, subcontractors, and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. The Owner shall attend meetings to ascertain that the Work is expedited consistent with Contract Documents and construction schedules. 4. The Contractor shall record the preconstruction meeting and each progress meeting in its entirety, and shall provide the Engineer with a copy of such recording, having good quality and clarity, and a typed transcript of the minutes of each meeting. A copy of the minutes of each progress meeting shall be available five business days after the meeting. B. Related Requirements Described Elsewhere: 1. Construction Progress Schedules: Section 01310. 2. Shop Drawings, Working Drawings, and Samples: Section 01340. 3. Project Record Documents: Section 01720. 1.02 PRECONSTRUCTION MEETING A. Engineer will schedule a preconstruction meeting no later than twenty (20) days after date of Notice to Proceed. The meeting shall be scheduled at the convenience of all parties. B. Location: A local site, convenient for all parties, designated by the Owner. C. Attendance: 1. Owner's representative. 2. Engineer and his professional consultants. 3. Resident project representative. 4. Contractor and his superintendent. 5. Major subcontractors. 6. Representatives of major suppliers and manufacturers as appropriate. 7. Governmental representatives as appropriate. 8. Others as requested by the Contractor, Owner, and Engineer. D. The Engineer shall preside at the preconstruction meeting. The Contractor shall provide for keeping minutes and distribution of minutes to the Owner, v. 7.2024 36 Engineer and others. The purpose of the preconstruction meeting is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. E. Contractor shall provide a preliminary construction schedule to demonstrate complete fulfillment of contract requirements utilizing critical path method at the Pre-Construction Meeting. F. The suggested agenda for the preconstruction meeting would include the following: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected schedules. c. Schedule of Values. 2. Critical work sequencing: Relationships and coordination with other contracts and/or work. 3. Major equipment deliveries and priorities. 4. Project coordination: Designation and responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Request for Information. d. Submittals. d. Change Orders. f. Applications for Payment. 6. Submittal of Shop Drawings, project data and samples. 7. Adequacy of distribution of Contract Documents. 8. Procedures for maintaining Record Documents 9. Use of premises: a. Office, work, and storage areas. b. Owner's requirements. c. Access and traffic control. v. 7.2024 37 10. Construction facilities, controls, and construction aids. 11. Temporary utilities. 12. Safety and first aid procedures. 13. Check of required Bond and Insurance certifications. 14. Completion time for contract and liquidated damages. 15. Request for extension of Contract Time. 16. Procedures for periodic monthly (or whatever interval is deemed appropriate or necessary, however, a minimum of monthly meetings will be required) progress meetings, for all involved. 17. Security procedures. 18. Procedures for making partial payments. 19. Guarantees on completed work. 20. Equipment to be used. 21. Project layout and staking of work. 22. Project inspection. 23. Labor requirements. 24. Laboratory testing of material requirements. 25. Provisions for material stored (well casing only) on site and monthly inventory of materials stored. 26. Requirements of other organizations such as utilities, railroads, highway departments, building departments. 27. Rights-of-way and easements. 28. Housekeeping procedures. 29. Liquidated damages. 30. Posting of signs and installation of Project Sign. 31. Pay request submittal dates. 32. Equal opportunity requirements. v. 7.2024 38 1.03 PROGRESS MEETINGS A. The Engineer shall schedule regular periodic meetings. The progress meetings will be held as needed and at other times as required by the progress of the Work. The first meeting shall be held within thirty (30) days after the preconstruction meeting. B. Hold called meetings as required by progress of the Work. C. Location of the meetings: Owner's Offices. D. Attendance: 1. Engineer and his professional Subconsultants as needed. 2. Resident Project Representative. 3. Contractor and his Superintendent. 4. Owner's representatives. 5. Subcontractors (active on the site, as appropriate to the agenda). 6. Others as appropriate to the agenda (suppliers, manufacturers, other subcontractors, etc.). E. The Contractor shall preside at the meetings and provide for keeping minutes and distribution of the minutes to the Owner, Engineer, and others. The purpose of the meetings will be to review the progress of the Work. Contractor shall provide updated progress construction schedule at each progress meeting. F. The suggested agenda for the progress meetings will include but not be limited to the following: 1. Review approval of minutes of previous meeting. 2. Review of Work progress since previous meeting and Work scheduled (3-week look ahead schedule). 3. Field observations, problems, conflicts. 4. Problems which impede construction schedule. 5. Review of off-site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Status of approved Construction Schedule and revisions to the Construction Schedule as appropriate. 8. Progress schedule during succeeding work period. 9. Coordination of schedules. v. 7.2024 39 10. Review status of submittals and submittal schedule, expedite as required. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Shop drawing problems. 14. Review proposed changes for: a. Effect on Construction Schedule and on completion date. b. Effect on other contracts of the Project. 15. Critical/long lead items. 16. Other business. G. The Contractor is to attend progress meetings and is to study previous meeting minutes and current agenda items, and be prepared to discuss pertinent topics and provide specific information including but not limited to: 1. Status of all submittals and what specifically is being done to expedite them. 2. Status of all activities behind schedule and what specifically will be done to regain the schedule. 3. Status of all material deliveries, latest contact with equipment manufacturer, and specific actions taken to expedite materials. 4. Status of open deficiencies and what is being done to correct the same. H. The Contractor is to provide a current submittal log at each progress meeting in accordance with Section 01340: Shop Drawings, Working Drawings, and Samples. PART 2- PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.8 SECTION 01310: CONSTRUCTION PROGRESS SCHEDULES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: v. 7.2024 40 1. Promptly after award of the Contract, prepare and submit to the Engineer estimated construction progress schedules demonstrating complete fulfillment of all Contract requirements utilizing a Critical Path Method (hereinafter referred to as CPM) in planning, coordinating, and performing the Work under this Contract (including all activities of subcontractors, equipment vendors, and suppliers). The principles and definition of CPM terms used herein shall be as set forth in the Associated General Contractors of America (AGC) publication, The Use of CPM in Construction, A Manual for General Contractors and the Construction Industry, Copyright 1976, but the provisions of this Specification shall govern the planning, coordinating, and performance of the Work. 2. Submit revised progress schedules on a monthly basis. No partial payments shall be approved until there is an updated construction progress schedule on hand. B. Related Requirements Described Elsewhere: 1. Conditions of the Contract. 2. Summary of Project: Section 01010. 3. Project Meetings: Section 01200. 4. Shop Drawings, Working Drawings, and Samples: Section 01340. 5. Schedule of Values: Section 01370. 1.02 QUALIFICATIONS A. A statement of computerized CPM capability shall be submitted and shall verify that either Contractor's organization has in-house capability to use the CPM technique or that Contractor will employ a CPM consultant who is so qualified. 1.03 FORM OF SCHEDULES A. Prepare schedules in the form of a horizontal bar chart. 1. Provide a separate horizontal bar for each trade or operation within each structure or item. 2. Horizontal time scale: a. Show starting and completion dates for each activity in terms of the number of days after Notice to Proceed. All completion dates shown shall be within the period specified for contract completion. b. Identify the first work day of each month. v. 7.2024 41 3. Scale and Spacing: Sufficient to allow space for notations and future revisions. 4. Maximum Sheet Size: 24 inches by 36 inches. B. Format of Listings: The chronological order of the start of each item of work for each structure. C. Identification of Listings: By major specification section numbers as applicable and by structure. D. Construction Progress Schedules shall be computer generated using software equal to Primavera Project Planner for Windows by the following: A. Primavera Systems, Inc. B. Bala Cynwyd, P.A. C. Microsoft Project D. Equal as approved by the City PM and EOR 1.04 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity and by structure. 2. Show the dates for the beginning and completion of each major element of construction in no more than a two (2) week increment scale. 3. Show projected percentage of completion for each item, as of the first day of each month. 4. Show projected dollar cash flow requirements for each month of construction and for each activity as indicated by the approved Schedule of Values. B. Submittals for construction progress schedules shall be in accordance with Section 01340: Shop Drawings, Work Drawings, and Samples. Indicate on the schedule the following: 1. The dates for Contractor's submittals. 2. The dates submittals will be required for Owner-furnished products, if applicable. 3. The dates approved submittals will be required from the Engineer. C. A typewritten list of all long lead items (equipment, materials, etc.). v. 7.2024 42 D. Failure to include any element of work required for the performance of this Contract shall not excuse the Contractor from completing all work required within any applicable completion date. E. Scheduling Constraints: The work within Owner's property must be completed within the maximum number of days start to finish, as indicated in the Contract. Additionally, work must proceed on a continuous basis, without stoppages, except for nights and weekends. There shall be no lapses between phases of construction. 1.05 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended, and its effect. 3. The effect of changes on schedules of other prime contractors. D. If the Work falls behind the critical path schedule by two (2) weeks or more, the Contractor shall prepare a recovery schedule. 1.06 SUBMISSIONS A. Submittal Requirements. 1. Logic network and/or time-phased bar chart, computer generated. 2. Narrative description of the logic and reasoning of the schedule. B. Time of Submittals: Within ten (10) working days after Notice to Proceed, Contractor shall submit a network diagram describing the activities to be accomplished in the project and their dependency relationships, (predecessor/successor) as well as a tabulated schedule as herein defined. The total length of time indicated on the initial CPM schedule shall equal the exact number of days as defined in the Contract. The schedule produced and submitted shall also indicate calendar dates, including project starting and completion dates, based on the Contract Commencement and completion dates indicated in the Notice to Proceed. The Engineer will complete the review of the complete schedule within fifteen (15) working days after receipt. During the review process, v. 7.2024 43 the Engineer may meet with a representative of Contractor to review the proposed plan and schedule to discuss any clarifications that may be necessary. C. Within ten (10) working days after the conclusion of the Engineer's review period, Contractor shall revise the network diagram as required and resubmit the network diagram and a tabulated schedule produced therefrom. The revised network diagram and tabulated schedule shall be reviewed and accepted or rejected by the Engineer within fifteen (15) working days after receipt. The network diagram and tabulated schedule, when accepted by the Engineer, shall constitute the project work schedule unless a revised schedule is required due to substantial changes in the Work, a change in Contract Time or a recovery schedule is required and requested. D. Acceptance. The finalized schedule will be acceptable to the Engineer when, in the opinion of the Engineer, it demonstrates an orderly progression of the Work to completion in accordance with the Contract Documents. Such acceptance will neither impose on the Engineer responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of shop drawing submittals will be acceptable to the Engineer when, in the opinion of the Engineer, it demonstrates a workable arrangement for processing the submittals in accordance with the requirements. The finalized Schedule of Values (lump sum price breakdown), as applicable, will be acceptable to the Engineer as to form and content when, in the opinion of the Engineer, it demonstrates a substantial basis for equitably distributing the Contract Price. When the network diagram and tabulated schedule have been accepted, the Contractor shall submit to the Engineer six (6) copies of the time-scaled network diagram, six (6) copies of a computerized tabulated schedule in which the activities have been sequenced by numbers, six (6) copies of a computerized tabulated schedule in which the activities have been sequenced by early starting date, and six (6) copies of a computerized, tabulated schedule in which activities have been sequenced by total float, and six (6) copies sorted by predecessor/successor. E. Revised Work Schedules. Contractor, if requested by the Engineer, shall provide a revised work schedule if, at any time, the Engineer considers the completion date to be in jeopardy because of "activities behind schedule." The revised work schedule shall include a new diagram and tabulated schedule conforming to the requirements of Paragraph 1.09 herein, designed to show how Contractor intends to accomplish the Work to meet the completion date. The form and method employed by Contractor shall be the same as for the original work schedule. No payment will be made if activities fall more than two (2) weeks behind schedule and a revised work schedule is not furnished. F. Schedule Revisions. The Engineer may require Contractor to modify any portions of the work schedule that become infeasible because of "activities behind schedule" or for any other valid reason. An activity that cannot be completed by its original latest completion date shall be deemed to be behind schedule. No change may be made to the sequence, duration, or relationships of any activity without approval of the Engineer. v. 7.2024 44 1.07 DISTRIBUTION A. Distribute copies of the reviewed schedules to: 1. Engineer. 2. Jobsite file. 3. Subcontractors. 4. Other concerned parties. 5. Owner (two copies). B. Instruct recipients to report promptly to the Contractor, in writing, any problems anticipated by the projections shown in the schedules. 1.08 CHANGE ORDERS A. Upon approval of a change order, the approved changes shall be reflected in the next scheduled revision or update submittal of the construction progress schedule by the Contractor. 1.09 CPM STANDARDS A. CPM, as required by this Section, shall be interpreted to be generally as outlined in the Associated General Contractor's (AGC) publication, The Use of CPM in Construction, A Manual for General Contractors and the Construction Industry, Copyright 1976. B. Work schedules shall include a graphic network and computerized, tabulated schedules as described below. To be acceptable the schedule must demonstrate the following: 1. A logical succession of work from start to finish. 2. Definition of each activity. Activities shall be identified by major specification section numbers, as applicable, and by major structure. 3. A logical flow of work crews/equipment (crews are to be defined by manpower category and man-hours; equipment by type and hours). 4. Show all work activities and interfaces including submittals as well as major material and equipment deliveries. C. Networks. 1. The CPM network, or diagram, shall be in the form of a time-scaled diagram of the customary activity-on-type and may be divided into a number of separate pages with suitable notation relating the interface points among the pages. Notation on each activity line shall include a brief work description and a duration, as described in Paragraph 1.09, D. herein. v. 7.2024 45 2. All construction activities and procurement shall be indicted in a time-scaled format, and a calendar shall be shown on all sheets along the entire sheet length. Each activity arrow shall be plotted so the beginning and completion dates of said activity can be determined graphically by comparison with the calendar scale. All activities shall be shown using the symbols that clearly distinguish between critical path activities, non-critical path activities, and float for each non-critical activity. All non-critical path activities shall show estimated performances time and float time in scaled form. D. The duration indicated for each activity shall be in calendar days and shall represent the single best time considering the scope of the work and resources planned for the activity including time for inclement weather. Except for certain non-labor activities, such as curing concrete or delivering materials, activity durations shall not exceed fourteen (14) days nor be less than one (1) day unless otherwise accepted by the Engineer. E. Tabulated Schedules. The initial schedule shall include the following minimum data for each activity. 1. Activity Beginning and Ending Numbers (i-j numbers) (single activity numbers may be used). 2. Duration. 3. Activity Description. 4. Early Start Date (Calendar Dated). 5. Late Start Date (Calendar Dated). 6. Early Finish Date (Calendar Dated). 7. Late Finish Date (Calendar Dated). 8. Identified Critical Path. 9. Total Float (Note: No activity may show more than 20 days float). 10. Cost of Activity. 11. Equipment Hours, by type; Man-Power Hours, by crew or trade. F. Project Information. Each tabulation shall be prefaced with the following summary data. 1. Project Name. 2. Contractor. 3. Type of Tabulation (Initial or Updated). 4. Project Duration. v. 7.2024 46 5. Project Scheduled Completion Date. 6. Effective or Starting Date of the Schedule. 7. New Project Completion Date and Project Status (if an updated or revised schedule). 8. Actual Start Date and Actual Finish Date (for all updated schedules.) 1.10 SCHEDULE MONITORING A. At not less than monthly intervals or when specifically requested by Engineer, Contractor shall submit to the Engineer a computer printout of an updated schedule for those activities that remain to be completed. Typically, the updated schedule will be submitted with the application for payment as specified below. B. The updated schedule shall be submitted in the form, sequence, and number of copies requested for the initial schedule. 1.11 PROGRESS MEETINGS For the monthly progress meeting, Contractor shall submit a revised CPM schedule and a three-week look-ahead schedule, showing all activities completed, in progress, uncompleted, or scheduled to be worked during the weeks. The three weeks include the current week plus the next two weeks. All activities shall be from the approved CPM and must be as shown on the CPM unless behind or ahead of schedule. One copy of the revised CPM schedule shall be submitted with each copy of that month's application for payment, six (6) copies minimum. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.9 SECTION 01340: SHOP DRAWINGS, WORKING DRAWINGS, AND SAMPLES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall submit to the Engineer for review and approval, such Shop Drawings, Test Reports, and Product Data on materials and equipment (hereinafter in this Section called Data), and material samples (hereinafter in this Section called Samples) as are required for the proper control of work, including but not limited to those Shop Drawings, Data, and Samples for materials and equipment specified elsewhere in the Specifications and in the Drawings. v. 7.2024 47 2. Within fourteen (14) calendar days after the Effective Date of the Agreement, the Contractor shall submit to the Engineer a complete list of preliminary data on items for which Shop Drawings are to be submitted. Included in this list shall be the names of all proposed manufacturers furnishing specified items. Review of this list by the Engineer shall in no way expressed or implied relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final review of Shop Drawings. 3. The Contractor is to maintain an accurate updated submittal log and will bring this log to each scheduled progress meeting with the Owner and the Engineer. This log should include the following items: a. Submittal description and number assigned. b. Date to Engineer. c. Date returned to Contractor (from Engineer). d. Status of submittal (Approved, Approved as Noted, Amend and Resubmit, and Rejected). e. Date of resubmittal and return (as applicable). f. Date material release (for fabrication). g. Projected date of fabrication. h. Projected date of delivery to site. i. Status of O&M manuals submittal. j. Specification Section. k. Drawings sheet number. B. Related Requirements Described Elsewhere: A. General Requirements: Division 1 B. Construction Progress Schedules: Section 01310 C. Shop Drawings, Working Drawings, and Samples: Section 01340 4. Material and Equipment: Section 01600 5. Project Record Documents: Section 01720 1.02 CONTRACTOR'S RESPONSIBILITY A. It is the responsibility of the Contractor to check all drawings, data and samples prepared before submitting them to the Engineer for review. Each and every copy of the Drawings and data shall bear the Contractor's stamp showing v. 7.2024 48 that they have been so checked. Shop drawings submitted to the Engineer without the Contractor's stamp will be returned to the Contractor for conformance with this requirement. Shop drawings shall indicate any deviations in the submittal from requirements of the Contract Documents. If the Contractor takes exception to the specifications, the Contractor shall note the exception in the letter of transmittal to the Engineer. The City of Clearwater does not pay the contractor for shop drawing review. B. Determine and verify: 1. Field measurements. 2. Field construction criteria 3. Catalog numbers and similar data. 4. Conformance with Specifications. C. The Contractor shall furnish the Engineer a schedule of Shop Drawing submittals fixing the respective dates for the submission of shop and working drawings, the beginning and ending of manufacture, testing, and installation of materials, supplies, and equipment. This schedule shall indicate those that are critical to the progress schedule. D. The Contractor shall not begin any of the work covered by a Shop Drawing, Data, or a Sample returned for correction until a revision or correction thereof has been reviewed and returned to him, by the Engineer, with approval. E. The Contractor shall submit to the Engineer all drawings and schedules sufficiently in advance of construction requirements to provide no less than thirty (30) calendar days for checking and appropriate action from the time the Engineer receives them. F. All submittals shall be accompanied with a transmittal letter prepared in duplicate containing the following information: 1. Date. 2. Project Title and Number. 3. Contractor's name and address. 4. The number of each Shop Drawings, Project Data, and Sample submitted. 5. Notification of Deviations from Contract Documents. a. The Contractor shall indicate in bold type at the top of the cover sheet of submittal of shop drawing if there is a deviation from the Drawings, Specifications, or referenced specifications or codes. v. 7.2024 49 b. The Contractor shall also list any deviations from the Drawings, Specifications, or referenced specifications or codes and identify in green ink prominently on the applicable Shop Drawings. 6. Submittal Log Number conforming to Specification Section Number. G. The Contractor shall submit five (5) copies of descriptive or product data information and Shop Drawings to the Engineer plus the number of copies which the Contractor requires returned. H. The Contractor shall be responsible for and bear all costs of damages which may result from the ordering of any material or from proceeding with any part of Work prior to the completion of the review by the Engineer of the necessary Shop Drawings. I. The Contractor shall be fully responsible for observing the need for and making any changes in the arrangement of piping, connections, wiring, manner of installation, etc., which may be required by the materials/equipment he proposes to supply both as pertains to his own work and any work affected under other parts, headings, or divisions of the Drawings and Specifications. J. The Contractor shall not use Shop Drawings as a means of proposing alternate items to demonstrate compliance with the Drawings and Specifications. K. Each submittal will bear a stamp indicating that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. The Contractor stamp shall be similar to the sample given below. v. 7.2024 50 (OWNER'S NAME) (PROJECT NAME) (PROJECT NUMBER) SHOP DRAWING NO.: SPECIFICATION SECTION: DRAWING NO._______ WITH RESPECT TO THIS SHOP DRAWING OR SAMPLE, I HAVE DETERMINED AND VERIFIED ALL QUANTITIES, DIMENSIONS, SPECIFIED PERFORMANCE CRITERIA, INSTALLATION REQUIREMENTS, MATERIALS, CATALOG NUMBERS, AND SIMILAR DATA WITH RESPECT THERETO AND REVIEWED OR COORDINATED THIS SHOP DRAWING OR SAMPLE WITH OTHER SHOP DRAWINGS AND SAMPLES AND WITH THE REQUIREMENTS OF THE WORK AND THE CONTRACT DOCUMENTS. NO VARIATION FROM CONTRACT DOCUMENTS VARIATION FROM CONTRACT DOCUMENTS AS SHOWN (CONTRACTOR'S NAME) (CONTRACTOR'S ADDRESS) BY:___________________________________________________ AUTHORIZED SIGNATURE DATE:_________________________________________________ L.. Drawings and schedules shall be checked and coordinated with the work of all trades and sub-contractors involved, before they are submitted for review by the Engineer and shall bear the Contractor's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the Contractor for resubmission. 1.03 ENGINEER'S REVIEW OF SHOP DRAWINGS A. The Engineer's review of Shop Drawings, Data, and Samples as submitted by the Contractor will be to determine if the items(s) generally conforms to the information in the Contract Documents and is compatible with the design concept. The Engineer's review and exceptions, if any, will not constitute an approval of dimensions, connections, quantities, and details of the material, equipment, device, or item shown. B. The review of drawings and schedules will be general, and shall not be construed: v. 7.2024 51 1. As permitting any departure from the Contract Documents. 2. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials. 3. As approving departures from details furnished by the Engineer, except as otherwise provided herein. C. If the drawings or schedules as submitted describe variations and show a departure from the Contract Documents which the Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or contract time, the Engineer may return the reviewed drawings without noting an exception. D. "Approved As Noted" - Contractor shall incorporate Engineer's comments into the submittal before release to manufacturer. The Contractor shall send a letter to the Engineer acknowledging the comments and their incorporation into the Shop Drawing. E. "Amend And Resubmit" - Contractor shall resubmit the Shop Drawing to the Engineer. The resubmittal shall incorporate the Engineer's comments highlighted on the Shop Drawing. F. "Rejected" - Contractor shall correct, revise and resubmit Shop Drawing for review by Engineer. G. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, to revisions other than the corrections requested by the Engineer on previous submissions. The Contractor shall make any corrections required by the Engineer. H. If the Contractor considers any correction indicated on the drawings to constitute a change to the Drawings or Specifications, the Contractor shall give written notice thereof to the Engineer. I. When the Shop Drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. J. No partial submittals will be reviewed. Submittals not deemed complete will be stamped "Rejected" and returned to the Contractor for resubmittal. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items for: 1. Systems. 2. Processes. 3. As indicated in specific Specifications Sections. v. 7.2024 52 All drawings, schematics, manufacturer's product data, certifications, and other Shop Drawing submittals required by a system specification shall be submitted at one time as a package to facilitate interface checking. K. Only the Engineer shall utilize the color "red" in marking Shop Drawing submittals. L. Shop drawing and submittal data shall be reviewed by the Engineer for each original submittal and first resubmittal; thereafter review time for subsequent resubmittals shall be charged to the Contractor and the Contractor shall reimburse the Owner for services rendered by the Engineer as specified in the Supplementary Conditions. 1.04 SHOP DRAWINGS A. When used in the Contract Documents, the term "Shop Drawing" shall be considered to mean Contractor's plans for materials and equipment which become an integral part of the Project. Shop Drawings shall be complete and detailed and shall consist of fabrication, erection, setting and schedule drawings, manufacturer's scale drawings, and wiring and control diagrams. Catalogs cuts, catalogs, pamphlets, descriptive literature, and performance and test data shall be considered only as supportive information to required Shop Drawings as defined above. As used herein, the term "manufactured" applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements. B. Manufacturer's catalog sheets, brochures, diagrams, illustrations, and other standard descriptive data shall be clearly marked to identify pertinent materials, products, or models. Delete information which is not applicable to the Work by striking or cross-hatching. C. Each Shop Drawing shall be submitted with an 8-1/2" by 11" cover sheet which shall include a title block for the submittal. Each Shop Drawing cover sheet shall have a blank area 3-1/2 inches high by 4-1/2 inches wide, located adjacent to the title block. The title block/cover sheet shall display the following: 1. Project Title and Number. 2. Name of project building or structure. 3. Number and title of the Shop Drawing. 4. Date of Shop Drawing or revision. 5. Name of Contractor and subcontractor submitting drawing. 6. Supplier/manufacturer. 7. Separate detailer when pertinent. 8. Specification title and Section number. 9. Applicable Drawing number. v. 7.2024 53 D. Data on materials and equipment shall include, without limitation, materials and equipment lists, catalog data sheets, catalog cuts, performance curves, diagrams, verification of conformance with applicable standards or codes, materials of construction, and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent Data. E. For all mechanical and electrical equipment furnished, the Contractor shall provide a list including the equipment name, and address, and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. F. If drawings show variations from Contract requirements because of standard shop practice or for other reasons, the Contractor shall describe such variations in his letter of transmittal. If acceptable, proper adjustment in the Contract shall be implemented where appropriate. If the Contractor fails to describe such variations, he shall not be relieved of the responsibility for executing the Work in accordance with the Contract, even though such drawings have been reviewed. G. All manufacturers or equipment suppliers who propose to furnish equipment or products shall submit an installation list to the Engineer along with the required shop drawings. The installation list shall include at least five (5) installations where identical equipment has been installed and has been in operation for a period of at least two (2) years unless specified otherwise in the Specification Section applicable. 1.05 WORKING DRAWINGS A. When used in the Contract Documents, the term "Working Drawings" shall be considered to mean the Contractor's plan for temporary structures such as temporary bulkheads, support of open cut excavation, support of utilities, ground water control systems, forming and falsework for underpinning, and for such other work as may be required for construction but does not become an integral part of the Project. B. Copies of working drawings as noted in paragraph 1.05 A. above, shall be submitted to the Engineer where required by the Contract Documents or requested by the Engineer, and shall be submitted at least thirty (30) calendar days (unless otherwise specified by the Engineer) in advance of their being required for the Work. C. Working Drawings shall be signed by a registered Professional Engineer, currently licensed to practice in the State of Florida, and shall convey, or be accompanied by, calculations or other sufficient information to completely explain the structure, machine, or system described and its intended manner of use. Prior to commencing such work, working drawings must have been reviewed without specific exceptions by the Engineer, which review will be for general conformance and will not relieve the Contractor in any way from his responsibility with regard to the fulfillment of the terms of the Contract. All risks to new or existing work are assumed by the Contractor; the Owner and Engineer shall have no responsibility therefor. 1.06 SAMPLES v. 7.2024 54 A. The Contractor shall furnish, for the approval of the Engineer, samples required by the Contract Documents or requested by the Engineer. Samples shall be delivered to the Engineer as specified or directed. The Contractor shall prepay all shipping charges on samples. Materials or equipment for which samples are required shall not be used in the Work until approved by the Engineer. B. Samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product, with integrally related parts and attachment devices. 2. Full range of color, texture, and pattern. 3. A minimum of two (2) samples of each item shall be submitted. C. Each sample shall have a label indicating: 1. Name of Project. 2. Name of Contractor and subcontractor. 3. Material or equipment represented. 4. Place of origin. 5. Name of producer/supplier and brand (if any). 6. Location in Project. 7. Submittal and specification numbers. (Samples of finished materials shall have additional marking that will identify them under the finished schedules.) D. The Contractor shall prepare a transmittal letter and a description sheet for each shipment of samples. The description sheet shall contain the information required in Paragraphs 1.06B and C above. He shall enclose a copy of the letter and description sheet with the shipment and send a copy of the letter and description sheet to the Engineer. Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to change or modify any Contract requirements. E. Approved samples not destroyed in testing shall be sent to the Engineer or stored at the site of the Work. Approved Samples of the hardware in good condition will be marked for identification and may be used in the Work. Materials and equipment incorporated in the Work shall match the approved Samples. Samples which failed testing or were not approved will be returned to the Contractor at his expense, if so requested at time of submission. PART 2 - PRODUCTS (NOT USED) v. 7.2024 55 PART 3 - EXECUTION (NOT USED) END OF SECTION 4.10 SECTION 01370: SCHEDULE OF VALUES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Submit to the Engineer a Schedule of Values allocated to the various lump sum portions of the Work, at the Pre-Construction Conference. 2. Upon request of the Engineer support the values with data which will substantiate their correctness. The data shall include, but not be limited to quantity of materials, all sub-elements of the activity, and their units of measure. The City of Clearwater does not pay the contractor for shop drawing review. 3. The Schedule of Values shall establish the actual value for each activity of the Work to be completed taken from the Critical Path Method (CPM) Construction Schedule, and shall be used as the basis for the Contractor's Applications for Payment. B. Related Requirements Described Elsewhere: 1. Conditions of the Construction Contract. 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2 inch x 11 inch white paper. Contractor's standard forms and computer printouts may be considered for approval by the Engineer upon Contractor's request. Identify schedule with: 1. Title of project and location. 2. Owner and purchase order number. 3. Engineer and project number. 4. Name and address of Contractor. 5. Contract designation. 6. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing item prices for progress payments during construction. v. 7.2024 56 C. Identify each line item with the number and the title of the respective section of the Specifications. D. For each major item of the Work, list sub-values of major products or operations under the major item. E. For the various portions of the Work: 1. The amount for each item shall reflect a total installed cost including a directly proportional amount of the Contractor's overhead and profit. Payment will only be made for that portion of the work, which is fully installed including all materials, labor and equipment. F. Round off figures to nearest dollar amount. G. The sum of the costs of all items listed in the schedule shall equal the total Contract Price. H. For each item which has an installed value of more than $15,000, provide a breakdown of costs to list major products or operations under each item. 1.03 SUBSCHEDULE OF UNIT MATERIAL VALUES A. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Copies of paid invoices for component material shall be included with the payment request in which the material first appears. B. Materials of standard use such as conduit, wire, small-diameter pipe, steel, etc., shall not be accepted for payment. C. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. 1.04 REVIEW AND RESUBMITTAL A. After review by Engineer, revise and resubmit Schedule of Values and Schedule of Unit Material Values as required. B. Resubmit revised schedules in same manner. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.11 SECTION 01505: MOBILIZATION AND DEMOBILIZATION v. 7.2024 57 PART 1 - GENERAL 1.01 DEFINITION AND SCOPE A. Mobilization shall include the obtaining of all permits, insurance, and bonds; moving onto the site of all equipment; and furnishing and erecting temporary construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items. 1. Move onto the site all Contractor's plant and equipment required for first month operations. 2. Install temporary construction power, wiring, and lighting facilities, as required. 3. Establish fire protection plan and safety program. 4. Secure construction water supply. 5. Provide on-site sanitary facilities and potable water facilities as required by agencies having jurisdiction. 6. Arrange for and erect Contractor's work and storage yard and employee's parking facilities. 7. Submit all required insurance certificates and bonds. 8. Obtain all required permits. 9. Post all OSHA, EPA, Department of Labor, and all other required notices. 10. Submit a detailed construction schedule acceptable to the Engineer as specified. 11. Submit a schedule of values of the Work. Mobilization and Demobilization shall not be more than 5.0% of the bid amount. 12. Submit a schedule of submittals. 13. Install project sign. 1.02 DEMOBILIZATION v. 7.2024 58 A. Demobilization is the timely and proper removal of all Contractor owned material, equipment or plant, from the job site and the proper restoration or completion of work necessary to bring the site into full compliance with the Contract Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.12 SECTION 01600: MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Material and equipment incorporated into the Work: 1. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. c. Two (2) or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 2. Do not use material or equipment for any purpose other than that for which it is designed or specified. 1.02 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION A. Contractor will need to coordinate with Evoqua well in advance of construction, and in advance of necessary inspections, to ensure a representative is available. B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including five copies of the Engineer. 1. Maintain one (1) set of complete instructions at the job site during installation and until completion. v. 7.2024 59 C. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. 2. Do not proceed with work without clear instructions. D. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with progress schedules, coordinate to avoid conflict with work and conditions at the site. City employees will not accept deliveries, sign receipts for materials, inspect deliveries, assist in unloading or participate in any activities related to the Contractor receiving materials or equipment. Deliveries shall be scheduled during normal working hours and a representative of the Contractor must be present to receive all shipments. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. 1.04 STORAGE AND PROTECTION A. The Contractor shall furnish a covered, weather-protected storage structure providing a clean, dry, noncorrosive environment for all mechanical equipment, valves, architectural items, electrical and instrumentation equipment, and special equipment to be incorporated into this Project. Storage of equipment shall be in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc. Corroded, damaged or deteriorated equipment and parts shall be replaced before acceptance of the project. B. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather-tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. v. 7.2024 60 3. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. 4. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. C. All materials and equipment to be incorporated in the work shall be handled and stored by the Contractor before, during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. D. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural and miscellaneous steel, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete beams shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking and spalling to a minimum. E. All materials, which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the work, and the Contractor shall receive no compensation for the damaged material or its removal. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. G. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove covering when no longer needed. H. The Contractor shall be responsible for all material, equipment and supplies sold and delivered to the Owner under this Contract until final inspection of the work and acceptance thereof by the Owner. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, the Contractor shall replace same without additional cost to the Owner. I. Should the Contractor fail to take proper action on storage and handling of equipment supplied under this Contract within seven (7) days after written notice to do so has been given, the Owner retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from the Contractor's Contract. These costs may be comprised of expenditures for labor, equipment usage, administrative, clerical, engineering and any other costs associated with making the necessary corrections. 1.05 STORAGE AND HANDLING OF EQUIPMENT ON SITE v. 7.2024 61 A. Because of the long period allowed for construction, special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed: 1. Materials shall not be shipped until approved by the Engineer. The intent of this requirement is to avoid unnecessary delivery of unapproved materials and to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall major equipment or finish products be delivered to the site more than one month prior to installation without written authorization from the Engineer. Materials shipped to the site, or temporarily stored off-site in approved locations, shall be stored in accordance with Paragraph 1.04, herein. 2. All equipment having moving parts such as gears, electric motors, etc. and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 3. All equipment shall be stored fully lubricated with oil, grease, etc. unless otherwise instructed by the manufacturer. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half the load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. Mechanical equipment to be used in the work, if stored for longer than ninety (90) days, shall have the bearings cleaned, flushed and lubricated prior to testing and startup, at no extra cost to the Owner. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. 8. Payment will only be made for that portion of the work, which is fully installed including all materials, labor and equipment. v. 7.2024 62 1.06 SPARE PARTS A. Spare parts for certain equipment provided under Divisions 11: Equipment; 13: Special Construction; 15: Mechanical; and 16: Electrical have been specified in the pertinent sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivered cost. 1.07 GREASE, OIL AND FUEL A. All grease, oil and fuel required for testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied. B. The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three (3) weeks of operation. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.13 SECTION 01650: START-UP AND DEMONSTRATION PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Demonstrate to Owner and Engineer that the Work functions as a complete and operable system under normal and emergency operating conditions. B. Requirements A. Contractor shall provide all materials, personnel, equipment and expendables as needed and as specified to perform the required start-up and demonstration tests. B. Equipment testing and facility start-up is requisite to satisfactory completion of the contract and, therefore, shall be completed within the required contract time for substantial completion. C. Related Work Described Elsewhere: 1. Construction Progress Schedules: Section 01310. 2. Equipment: Division 11. v. 7.2024 63 PART 2 - PRODUCTS 2.01 START-UP PLAN A. Submit for approval by the Engineer a detailed start-up plan outlining the schedule and sequence of all tests and start-up activities, including submittal of check-out forms. Start-up and commissioning may not begin until the plan is approved by the Engineer. PART 3 - EXECUTION 3.01 COMPONENT TEST AND CHECK-OUT A. Start-up Certification: Prior to system start-up, successfully complete all the testing required of the individual components of the Work. Electronically submit check-out forms for each set of two (2) filters, signed by the Contractor or the subcontractor. These forms shall be completed and submitted before submitting requests for initiating any final inspections. B. Demonstrate to the Engineer and the Owner's representative, that all temporary jumpers and/or bypasses have been removed and that all of the components are operating under their own controls as designated. C. Coordinate start-up activities with the Owner's operating personnel at the site and with the Engineer prior to commencing system start-up. 3.02 START-UP A. Each filter shall be started up and placed on line as soon as the mechanical rehabilitation work associated with the specific filter cell has been completed, and the cell has been cleared and is ready for service. B. Confirm that all equipment is properly energized. C. Observe the component operation and make adjustments as necessary to optimize the performance of the Work. D. In each filter cell, level sensors shall be tested by filling the filter cell with water. Contractor shall confirm the following: A. Level sensor on/off elevations are installed at the setpoint elevations recommended by the filter equipment manufacturer (Evoqua). B. Level sensors are wired in the normally open (NO) position. C. Upper switch activates Backwash routine. D. Lower switch activates Air Mix/Pulse Mix routine v. 7.2024 64 E. The Chem Clean System shall be tested as recommended and approved by the filter equipment manufacturer to be cleared for service. F. Filter Influent and Backwash Trough valves shall be tested as recommended and approved by the valve manufacturer to be cleared for service. H. Coordinate with Owner for any adjustments desired or operational problems requiring debugging. H. Make adjustments as necessary. 3.03 START-UP DEMONSTRATION AND TESTING (PER SET OF TWO (2) FILTERS) A. After all Work components have been constructed, field tested, and started up in accordance with the individual Specifications and manufacturer requirements, and after all Check-Out Forms have been completed and submitted, perform the Start-Up Demonstration and Testing. B. The demonstration period shall be held upon completion of all systems at a starting date to be agreed upon in writing by the Owner or Engineer. C. The Start-Up Demonstration Testing will be as instructed by the Filter Equipment Manufacturer. D. Repairs and additional tests shall be made by the Contractor at no additional cost to the Owner. E. Acceptability of the Work's performance will be based on the Filter Equipment Manufacturers criteria which shall be identified and agreed upon prior to commencement of Work. The intent of the start-up demonstration and testing is for the Contractor to demonstrate to the Owner and the Engineer that the Work will function as a complete and operable system under normal, as well as emergency operating conditions, and is ready for final acceptance. F. Electronically submit to the Engineer a Certificate of Completed Demonstration Form, for each item of equipment or system in the Work, signed by the Contractor, Subcontractor, Engineer, and the Owner. Samples of the Check Out Form and Certificate of Completed Demonstration Form are provided at the end of this Section. CHECK OUT FORM [] OWNER City of Clearwater No. Copies ____ CHECK- OUT [] ENGINEER: Tetra Tech No. Copies ____ MEMO NO. ______ [] ARCHITECT: ________________ No. Copies ____ [] CONTRACTOR: ________________ No. Copies ____ [] FIELD: ________________ No. Copies ____ [] OTHER: ________________ No. Copies ____ _________________________________________________________________________ v. 7.2024 65 PROJECT DATA CONTRACT DATA NAME: _________________ NUMBER: _________ _________ LOCATION: _________________ DATE: ________ __________ OWNER: _________________ DRAWING NO: __________________ OTHER: _________________ SPECIFICATION SECTION: __ ________________ __________________________________________________________________________ Name of equipment checked: Name of manufacturer of equipment: 1. The equipment furnished by us has been checked on the job by us. We have reviewed, where applicable, the performance verification information submitted to us by the Contractor. 2. The equipment is properly installed, except for items noted below.* 3. The equipment is operating satisfactorily, except for items noted below.* Checked By: __________________________________ ______________________________ ____ Name of Manufacturer's Rep. Name of General Contractor __________________________________ ______________________________ _____ Address and Phone # of Rep. Authorized Sig./Title/Date __________________________________ ______________________________ _____ Sig./Title/Pers. Making Chk. Name of Subcontractor __________________________________ ______________________________ _____ Date Checked Authorized Sig./Title/Date Manufacturer's Representative Notations: Exceptions noted at time of check were: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ v. 7.2024 66 Manufacturer's Representative to note adequacy of related equipment that directly affects operation, performance or function of equipment checked. (No comment presented herein will indicate adequacy of related systems or equipment): ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ CERTIFICATE OF COMPLETED DEMONSTRATION FORM [] OWNER City of Clearwater No. Copies ____ CERTIFICATE [] ENGINEER: Tetra Tech No. Copies ____ OF COMPLETED [] ARCHITECT: ________________ No. Copies ____ DEMONSTRATION [] CONTRACTOR: ________________ No. Copies ____ MEMO NO. ______ [] FIELD: ________________ No. Copies ____ [] OTHER: ________________ No. Copies ____ _________________________________________________________________________ PROJECT DATA CONTRACT DATA NAME: _________________ NUMBER: _________ _________ LOCATION: _________________ DATE: ________ __________ OWNER: _________________ DRAWING NO: __________________ OTHER: _________________ SPECIFICATION SECTION: __ ________________ __________________________________________________________________________ NOTE TO CONTRACTOR: Submit five (5) copies of all information listed below for checking at least one (1) week before scheduled demonstration of the Work. After all information has been approved by the Engineer, give the Owner a Demonstration of Completed Systems as specified and have the Owner sign five (5) copies of this form. After this has been done, a written request for a final inspection of the system shall be made. MEMORANDUM: This memo is for the information of all concerned that the Owner has been given a Demonstration of Completed Systems on the work covered under this Specification Section. This conference v. 7.2024 67 consisted of the system operation, a tour on which all major items of equipment were explained and demonstrated, and the following items were given to the Owner: (a) Owner's copy of Operation and Maintenance Manual for equipment or systems specified under this Section containing approved submittal sheets on all items, including the following: (1) Maintenance information published by manufacturer on equipment items. (2) Printed warranties by manufacturers of equipment items. (3) Performance verification information as recorded by the Contractor. (4) Check-Out Memo on equipment by manufacturer's representative. (5) Written operating instructions on any specialized items. (6) Explanation of guarantees and warranties on the system. (b) Prints showing actual "As-Built" conditions. (c) A demonstration of the system in operation and of the maintenance procedures which will be required. ______________________________________________ (Name of General Contractor) By: ______________________________________________ (Authorized Signature, Title and Date ______________________________________________ (Name of Subcontractor) By: ______________________________________________ (Authorized Signature, Title and Date Operation and Maintenance Manuals, Instruction Prints, Demonstration and Instruction in Operation Received: _______________________ ____________ (Name of Owner) By: ___________________________________ (Authorized Signature/Title/Date END OF SECTION 4.14 SECTION 01700: CONTRACT CLOSEOUT PART 1 - GENERAL v. 7.2024 68 1.01 DESCRIPTION A. Scope of Work: Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the Work. B. Related Requirements Described Elsewhere: 1. Contract Closeout: Section 01700. 2. Project Housekeeping/Cleaning: Section 01710. 3. Project Record Documents: Section 01720. 4. Warranties and Bonds: Section 01740. 1.02 SUBSTANTIAL COMPLETION A. The Work will not be substantially complete, and Contractor may not request substantial completion inspection unless the following submittals and work is completed: A. Project Record Documents are complete and have been submitted and reviewed to the requirements of Section 01720. B. All start-up and demonstration testing completed, and Certificates of Completed Demonstration submitted to the requirements of Section 01650. 3. All areas to be used and occupied are safe, operable in automatic and complete. 4. All building occupancy certificates have been issued by the appropriate building permitting agency. 5. All painting, finishes, fencing, cleanup, final grading, grassing, planting, sidewalk construction, and paving shall have been completed and are ready for inspection. 6. All deficiencies noted on inspection reports or nonconformances are corrected or the correction plan approved. B. When the conditions of Paragraph 1.02 A. are met the Contractor shall submit to the Engineer: 1. A written notice that he considers the Work, or portion thereof, is substantially complete, and request an inspection. 2. A punchlist of items to be corrected. (Uncompleted work which is not related to the safe, effective, efficient use of the Project may be allowed on the punchlist with the Engineer's approval.) C. Within a reasonable time after receipt of such notice, the Engineer will make an inspection to determine the status of completion. D. Should the Engineer determine that the Work is not substantially complete: v. 7.2024 69 1. The Engineer will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the Work and send another written notice of substantial completion to the Engineer. 3. The Engineer will within reasonable time, reinspect the Work. The Contractor will be liable for reinspection fees as described in Paragraph 1.04, herein. E. When the Engineer finds that the Work is substantially complete, he will: 1. Schedule a walk-through of the facility to include the Owner. Engineer shall determine the completeness of the punchlist and readiness of the facility for occupancy by the Owner. 2. Prepare and deliver to Owner a tentative Certificate of Substantial Completion with the tentative punchlist of items to be completed or corrected before final inspection. 3. After consideration of any objections made by the Owner as provided in Conditions of the Contract, and when the Engineer considers the Work substantially complete, he will execute and deliver to the Owner and the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. Any incomplete work allowed on a punchlist must be reinspected upon completion and any deficiencies found will be added to the punchlist. 1.03 FINAL PROJECT INSPECTION A. Prior to Contractor's request for a final project inspection the following submittals and work must be complete: 1. Project Record Documents must be approved. 2. All spare parts and maintenance materials must be suitably delivered to the Owner per the requirements of the Technical Sections of the Specifications. 3. Contractor to submit evidence of compliance with requirements of governing authorities. B. After satisfying the requirements of Paragraph 1.03 A. and when Contractor considers the Work complete, he shall submit written certification that: 1. Contract Document requirements have been met. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. v. 7.2024 70 5. All punchlist items have been corrected or completed and the Work is ready for final inspection. C. The Engineer will, within reasonable time, make an inspection to verify the status of completion after receipt of such certification. D. Should the Engineer consider that the Work is incomplete or defective: 1. The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send another written certification to the Engineer that the Work is complete. 3. The Engineer will, within a reasonable amount of time, reinspect the Work and the Contractor shall be liable for reinspection fees as described in Paragraph 1.04, herein. E. When the Engineer finds that the Work is acceptable under the Contract Documents, the Contractor may make closeout submittals. 1.04 REINSPECTION FEES A. Should the Engineer perform re-inspections due to failure of the Work to comply with the claims of status of completion made by the Contractor: 1. Contractor will compensate the Owner for such additional services. 2. Owner will deduct the amount of such compensation from the final payment to the Contractor. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Warranties and Bonds: To requirements of Section 01740. B. Evidence of Payment and Release of Liens: To requirements of General and Supplementary Conditions. C. Certificate of Insurance for Products and Completed Operations. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the Engineer. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous change orders or written amendments. v. 7.2024 71 b. Allowances. c. Unit prices. d. Deductions for uncorrected work. e. Penalties and bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Agreement between City and Contractor. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.15 SECTION 01710: PROJECT HOUSEKEEPING/CLEANING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Execute cleaning, during progress of the Work and at completion of the Work. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. v. 7.2024 72 B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adja-cent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations or personal activities. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically, or as directed by the Owner, and dispose of at legal disposal areas away from the site. 3.02 DUST CONTROL A. The Contractor shall employ construction techniques that minimize the production and distribution of dust. B. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished. C. Schedule operations so that dust and other contaminants re-sulting from cleaning process will not fall on wet or newly-coated surfaces. 3.03 FINAL CLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fin-gerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces and all work areas, to verify that the entire Work is clean. END OF SECTION 4.16 SECTION 01720: PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Maintain at the site for the Owner one (l) record copy of: v. 7.2024 73 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications of the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field test records. 8. Construction photographs. B. Related Requirements Described Elsewhere: 1. Shop Drawings, Working Drawings and Samples: Sec-tion 01340. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format with section numbers as provided herein. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construc-tion purposes. D. Make documents and samples available at all times for in-spection by the Engineer or the Owner. E. As a prerequisite for monthly Progress payments, the Con-tractor is to exhibit the currently updated "Record Docu-ments" for review by the Engineer and Owner. Payment may be withheld if record documents are not satisfactorily maintained. 1.03 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.04 RECORDING A. Label each document "PROJECT RECORD" with a rubber stamp having one (1) inch high letters. v. 7.2024 74 B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Drawings: Legibly and clearly mark, to scale, each drawing to record actual construction: 1. Depths of various elements of foundation in relation to finish first floor datum. 2. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 3. Location of internal utilities and appurtenances con-cealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by Field Order or by Change Order. 6. Details not on original Contract Drawings. 7. Equipment and piping relocations. 8. Major architectural and structural changes including relocation of doors, windows, etc. 9. Architectural schedule changes according to Contrac-tor's records and shop drawings. D. Specifications and Addenda: Legibly mark each section to record: 1. Manufacturer, trade name, catalog number of Supplier of each product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): Provide six (6) sets of record shop drawings, for each process equip-ment, piping, electrical system and instrumentation system (see Section 01340). 1.05 SUBMITTAL A. At Contract closeout, deliver Record Documents to the Engi-neer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. v. 7.2024 75 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representa-tive. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED END OF SECTION 4.17 SECTION 01740: WARRANTIES AND BONDS PART 1 - GENERAL 1.01 DESCRIPTION A. Related Work Described Elsewhere: 1. Contract Closeout: Section 01700. 1.02 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product of work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity or warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. v. 7.2024 76 1.03 FORM OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8-1/2 inches by 11 inches, punch sheets for standard three (3) ring binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three (3) D-ring type binders with durable and cleanable white plastic covers and maximum D-ring width of two (2) inches. Binders shall be presentation type with clear vinyl covers on front, back, and spine. Binders shall include two sheet lifters and two horizontal inside pockets. 1.04 WARRANTY SUBMITTALS REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment. Electrical and which has at least a 1 hp motor or which lists for more than $1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. In the event that the equipment manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the start of the Correction Period, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two (2) year warranty from the manufacturer shall not relieve the Contractor of the one (1) year warranty, starting at the time of Owner's acceptance of the equipment. D. The Owner shall incur no labor or equipment cost during the guarantee period. E. Guarantee shall cover all necessary labor, equipment, materials, and replacement parts resulting from faulty or inadequate equipment design, improper assembly or erection, defective workmanship and materials, leakage, breakage or v. 7.2024 77 other failure of all equipment and components furnished by the manufacturer or the Contractor. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 4.18 SECTION 03180: CONCRETE COATING SYSTEM A. - GENERAL o SCOPE OF WORK 1. Furnish and install all labor, materials, equipment and incidentals required to supply and install the concrete coating system on the sand filter structure as indicated on the Drawings. o WARRANTY 1. The specialty coatings (both materials and application) shall be warranted for a period of three (3) years after the acceptance of the project by the Department. A sample copy of the warranty shall be provided with the submittals. A fully executed warranty shall be submitted prior to placing each coated structure back in service. 2. The Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during the warranty period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without any additional cost to the Owner. o SUBMITTALS 1. Submit for review, in accordance with Section 01340, complete detailed shop drawings for all materials fur-nished under this Section. 2. A rehabilitation plan detailing the methods, materials and procedures proposed for the rehabilitation of the facilities shall be prepared by the Contractor. 3. The manufacturer of the coating system shall furnish an affidavit attesting to the successful use of its material as a coating for concrete structures for a minimum period of 5 years in wastewater conditions recognized as corrosive or otherwise detrimental to concrete. v. 7.2024 78 o QUALITY ASSURANCE 1. The coatings system manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and coating application as may be required for product application quality assurance, and to determine compliance with supplier’s instructions and these Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer’s products furnished under this Contract. 2. The following minimum site visits shall be provided for inspections by the coating system manufacturer’s representative: a. Prior to surface preparation, inspection of all concrete surfaces specified in this section to be coated. At this time, the manufacturer’s representative shall review and recommend the surface preparation and repair procedures with the applicator. b. Inspection of all prepared surfaces prior to repair activities. At this time, the manufacturer’s representative shall approve the surface preparation for repair coating application. c. Inspection of all areas of exposed reinforcing steel after application of the bonding agent and prior to application of repair coating. d. Post-repair inspection prior to application of the coating system. At this time, the manufacturer’s representative shall approve the re-surfaced surfaces for final coating application. e. The manufacturer shall visit the site during the coating application to ensure that the application process is proceeding in accordance with its recommendations. f. A post installation inspection shall be provided by the manufacturer’s representative prior to issuance of a guarantee for the work specified herein. g. The manufacturer’s factory representative shall submit all inspection reports to the Engineer within five days of each site visit documenting its observations and certifying the suitability of the applicator’s work for the coating application. 3. The coating system applicator shall have a minimum of five years’ practical experience in applying the approved coating system. Prior to application of any coating, Contractor shall furnish the Engineer with a detailed list of previous jobs and references substantiating the requirement. Records of such jobs showing project name, owner’s name and contact information, engineer’s name and contact v. 7.2024 79 information, date of completion, and results of subsequent inspections and tests shall be submitted as verification of performance. The coating system manufacturer shall submit a letter stating that the proposed applicator is qualified to apply the coatings specified herein and that all components proposed for use in the project are acceptable and will not adversely affect the finish coating system or its warranty. 4. It is the responsibility of the Contractor to inspect and provide substrate surfaces that are prepared in accordance with these Specifications and the printed directions and recommendations of the Manufacturer’s representative. 5. Report in writing to Engineer, with copy to manufacturer, of deficiencies that could impair work. Surfaces must be approved by the coating system manufacturer and the installing contractor prior to application of coating. B. - PRODUCTS o COATING SYSTEMS 1. The coating system shall be one of the systems as described in the drawings and outlined below or approved equal. The cementitious surfacer products along with primers and other products used to prepare the surface shown below shall be coordinated with the site-specific requirements of the Manufacturer. a. Sherwin Williams i. Cementitious surfacer shall be Dura-Plate ii. Apply (1) or more coatings of Dura-Plate 2300 at a maximum thickness of 1/8 in. DFT or as required to build back up to original thickness. iii. Acceptable topcoat to be (3) coatings of Macropoxy 5500 with a minimum thickness of 10 Mils DFT each coat. iv. Do not use in conjunction with Vinyl Ester and Polyester coatings or lining systems. b. Tnemec i. Cementitious Surfacer shall be Series 217 or 218 and shall be applied at a thickness as required to bring the existing structure up to original thickness. ii. Apply (1) or more coatings of Series N69 on surfaces at a recommended DFT of 5-10 mils each coat. v. 7.2024 80 iii. Apply (2) coatings of Series G435 topcoat on surfaces at a recommended DFT of 30-40 mils in (1) to (2) coats c. Approved Equal C. - EXECUTION o GENERAL A. B. C. 1. Surface preparation shall be performed in accordance with Manufacturer’s requirements and at a minimum shall remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e. -sandblasting, grinding, etc, as approved by the Engineer. 2. Where existing reinforcement is exposed the reinforcement shall be cleaned of all rust and coated with a corrosion inhibitor as recommended by the coating Manufacturer. 3. Installation, curing and testing shall be performed in accordance with the Manufacturer’s specifications and requirements. 4. In all cases where coating work must be performed in a non-flow condition the Contractor shall be responsible for coordinating and facilitating all flow diversion and bypass pumping during the coating operation. 5. New Portland cement concrete structures shall have been cured for a minimum of 28 days prior to commencing coating installation. Should earlier coating be required, coating product manufacturer shall recommend specifications including appropriate cure assessment testing and use of specialty primers and sealers. o REPAIRS AND SURFACE PREPARATION 1. Excessive debris, sediment, root intrusion or other foreign materials which may impact the effectiveness of the surface preparation process shall be removed prior to the commencement thereof. v. 7.2024 81 2. Offset structural components, lids, covers, frames, etc. shall be repaired, replaced, or reset prior to the commencement of surface preparation. 3. External soil/fill voids shall be remediated and/or stabilized by replacement or injection of stabilizing grout as determined appropriate by the engineer. 4. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed in accordance with SSPC-SP 1 – Solvent Cleaning. 5. Choice of surface preparation method(s) should be per the coating manufacturer’s recommendation which shall be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and the required cleanliness and profile of the prepared surface to receive the repair and/or coating product(s). 6. Surface preparation method shall be abrasive blasting. a. SSPC SP-13/NACE No. 6 Surface Preparation of Concrete, b. ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coating and ASTM-D-4259 Standard Practice for Abrading Concrete, c. ICRI Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. d. NACE/SSPC Standards for the surface preparation of steel. 7. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound, clean, and neutralized surface suitable for the specified coating product(s). a. Resulting surface profile of the prepared concrete substrate shall be (as described in ICRI Technical Guideline No. 03732): i. For application of cementitious materials; at least a CSP2 ii. For application of coating products: at least a CSP2. v. 7.2024 82 b. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains, i. In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12. Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level. c. Steel surfaces to be coated shall be abrasive blast cleaned. ii. Blast air shall be free of oil and water. iii. Abrasive shall be as required to produce the specified level of cleanliness and profile in an efficient and uniform manner. Abrasive shall not be recycled. iv. Abrasive blasting shall not be performed when the air or steel temperature is below 40 deg F, when the relative humidity exceeds 80%, or when the steel is less than 5 deg F warmer than the dew point. The Contractor will provide dehumidification, and/or temperature control as necessary to meet these conditions. v. Blast cleaning shall be in accordance with SSPC-SP 5, White Metal Blast Cleaning for immersion service of the coated areas. Blast cleaning for other surfaces shall be in accordance with SSPC-SP 10, Near White Blast Cleaning. Anchor profile shall be 2.5-5.0 mils and relative to the coating thickness specified. vi. Alternatively, surfaces to be recoated may be cleaned according to SSPC- SP 12/NACE No. 5 Surface Preparation and Cleaning of Metals by Water jetting prior to Recoating. 8. At the time of the recoating, the amount of flash rust shall be no greater than “No Flash Rust” as defined in SSPC-SP 12. 9. Prior to the application of the coating product repairs shall be completed to ensure the following: i. All inflow and infiltration shall be eliminated by use of appropriate repair material(s), such as hydraulic cements and/or chemical grouts. j. All repairs to joints, pipe seals, steps, mechanical penetrations, benches, inverts, pipes or other appurtenances to be coated shall be completed and repaired surfaces prepared according to this section. v. 7.2024 83 vii. Benches or other horizontal surfaces shall have adequate slope (1” rise per lineal foot minimum) to minimize the retention of debris following surcharge. viii. Inverts or flow channels shall be smooth without lips, rough edges or other features which may cause debris to collect; contoured to minimize turbulent flow; and be sloped to promote adequate flow from the inlet(s) to the outlet pipe. ix. All joints, pipe seals, steps or other penetrations shall be sealed against inflow, infiltration and exfiltration and be adequately filled, smoothed and contoured to promote monolithic coating application. 10. Areas where reinforcing steel has been exposed shall be repaired in accordance with the Project Engineer’s recommendations or at the minimum all exposed steel shall be prepared prior to coating with the coating product specified or other approved primer as specified by the coating product manufacturer. B. o o o FIELD QUALITY CONTROL AND TESTING 11. The CONTRACTOR shall give the ENGINEER a minimum of 3 days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days advance notice of the start of any surface preparation work. 12. The CONTRACTOR shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry-film thicknesses of protective coatings. Dry-film thickness gages shall be made available for the ENGINEER'S use at all times while coating is being done, until final acceptance of such coatings. The CONTRACTOR shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. 13. Coating system thickness shall be inspected to ensure compliance with the specifications herein. a. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings v. 7.2024 84 by Notched Gages, shall be used. Measurements shall be taken, documented, and attested to by Contractor for submission to Owner. b. After the coating product(s) have cured in accordance with manufacturer recommendations, coating system thickness may be measured according to SSPC-PA 9 - Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages. 14. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates or ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer’s recommendations. a. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. b. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. c. All areas repaired shall be retested following cure of the repair material(s). d. In instances where high voltage holiday detection is not feasible a close visual inspection shall be conducted and all possible holidays shall be marked and repaired as described above. e. Documentation of areas tested, equipment employed, results, and repairs made shall be submitted to the Owner/Engineer by Contractor. 15. Visual inspection shall be made by the Engineer. Any deficiencies in the finished coating affecting the performance of the coating system or the operational functionality of the structure shall be marked and repaired according to the recommendations of the coating product(s) manufacturer. 16. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the WORK, shall not relieve the CONTRACTOR of its responsibility to perform the work in accordance with these Specifications. 17. Prior to demobilization from the site, the Contractor shall remove all construction debris, stabilize any spill areas and wash roadway areas affected by the work. v. 7.2024 85 18. Inspection by the Owner shall be scheduled after the work is complete, and again within the warranty period. END OF SECTION 4.19 SECTION 11287: HYDRAULIC GATES PART 1 - GENERAL o REFERENCES A. The following is a list of standards which may be referenced in this Section: A. American Water Works Associations (AWWA): C563 Standard for Fabricated Composite Slide Gates. B. ASTM International (ASTM): 1. A193/A193M, Alloy-Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. 2. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and General Applications. 3. A276, Standard Specification for Stainless Steel Bars and Shapes. 4. D635-81 Test Method for Rate of Burning and/or Extent and Time of Burning of Self-Supporting Plastics in a Horizontal Position. 5. D648-82 Test Method for Deflection Temperature of Plastics Under Flexural Load. C. National Electrical Manufacturers Association (NEMA): 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). o DEFINITIONS A. Slenderness Ratio: The ratio of the maximum unsupported stem length to the stem cross-section radius of gyration. B. Self-Contained: The arrangement of gate operator, supported by gate frame, such that operating thrust loads are not applied external to the assembly. o SCOPE OF WORK v. 7.2024 86 The work to be performed under this Section shall include furnishing all labor, materials, tools and equipment necessary to install and test all hydraulic gates, consisting of, but not limited to frames, discs, seals, stems, operators, floor stands, stem guides, anchorage, electric operators, and all other appurtenances, in place and complete, as manufactured by Ashbrook-Simon-Hartley, Plasti-Fab, or an approved equal. o SUBMITTALS: A. Action Submittals: 1. Shop Drawings: a. Make, model, and weight of each equipment assembly. b. Manufacturer's catalog information, descriptive literature, specifications, and identification of materials of construction. c. Detailed structural and mechanical drawings showing the equipment fabrications and interface with other items. Include dimensions, size, and locations of connections to other work, and weights of associated equipment associated therewith. d. Gate operator and stem calculations for each gate and service condition. e. Gate opening and closing thrust forces that will be transmitted to the support structure with operator at extreme positions and load. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance. 2. Special shipping, storage and protection, and handling instructions. 3. Manufacturer's written/printed installation instructions. 4. Routine maintenance requirements prior to plant startup. 5. Manufacturer's Certificate of Proper Installation. 6. Operation and Maintenance Data. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING All equipment shall be delivered in suitable packaging, cases, or crates and stored or placed in the appropriate manner. Each package shall have an identifying mark and a v. 7.2024 87 complete list showing contents. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. 1.06 WARRANTY AND GUARANTEE The manufacturer shall guarantee the gates, when installed and operated as recommended by the manufacturer with a documented maintenance program, trouble-free operation for a period of ten (10) years. If the Owner or Engineer is not completely satisfied with the performance of the product, the manufacturer shall remedy the problem at no cost or refund the materials and installation cost upon the return of the equipment. The manufacturer shall guarantee the following: A. Leakage shall be no more than that allowed by the AWWA C563 Standard during the guarantee period. B. Disc shall be free of sticking or binding as judged by the Engineer (move freely via operator provided) with no exercising required. Gate operators are to be warranted by the operator manufacturer. 1.07 OTHER GATE REQUIREMENTS A. Any seal that needs replacement in less than ten (10) years shall not be acceptable. No part of the seal shall protrude into the clear opening. B. All gates shall be supplied by the same manufacturer who shall be fully experienced, reputable and qualified in the manufacturing of the equipment furnished and who has been building said equipment for a minimum period of ten (10) years. PART 2 - PRODUCTS 2.01 PERFORMANCE REQUIREMENTS Gates shall be designed for the seating and unseating heads as listed in the Hydraulic Gate Schedule and shall conform to AWWA C563. Conformance to AWWA C563 applies to discs and frames with a safety factor of five (5) with regard to tensile, compressive and shear strength. Leakage shall not exceed 0.1 gallon per minute per foot of gate periphery under both seating and unseating head conditions. Calculations shall be submitted to show conformance. Materials of construction shall be suitable for the environment in which the gates shall be installed and operated. 2.02 GATE CONSTRUCTION v. 7.2024 88 A. Rising stem type, with assembly styles as listed in the Hydraulic Gate Schedule and designated as follows: 1. Style A: Upward opening type for wall surface mounting on the concrete structures. 2. Style B: Upward opening type for mounting in channels with concrete embedded frame and invert. 3. Style C: Downward opening weir gate type with P-type invert seal for wall surface mounting on the concrete structures. B. Guide Frames: 1. Guide frames shall be Type 316L stainless steel and shall have a slot suitable for mating with the disc. Plastic coated steel or externally reinforced disc shall not be acceptable. 2. Guide frames shall be wall mounted as shown on the Drawings against a 1” grout base. 3. Where guides are extended above the operating floor, they shall be sufficiently strong so that no further reinforcements are required. 4. The head rail shall be affixed so as to allow the gate to be removed from the guide without disassembly. 5. The head rail shall have a maximum deflection of 1/4” when subjected to a horizontal force of four times the 40-pound maximum handwheel effort. 6. Where the guide frame extends above a concrete wall, the top anchor bolt shall be not more than 6” below the top of the wall 7. The sealing arrangement for the reinforced composite sluice gates shall comprise of sealing faces and side guides constructed of ultra high molecular weight polyolefin having an extremely low coefficient of friction and a backing constructed of highly resilient expanded neoprene. 8. Join vertical guide frames and invert with factory welded comers. 9. Size guided slot to provide a minimum disc engagement of 1 inch on each side. 10. No thimbles or flanges are allowed. C. Disc: v. 7.2024 89 1. Construct disc from a reinforced rigid composite plastic material. 2. Discs shall be of solid rigid composite plastic material or they shall be reinforced units that feature a totally encapsulated reinforcing structure. Sandwich-type disc construction is not acceptable. 3. Each disc shall be molded individually to the exact dimensions specified. 4. Outer surface of the disc shall be nontoxic and stabilized against UV light. 5. Surface shall be free of exposed reinforcing fibers. D. Seals: The sealing arrangement shall comprise of sealing faces and side guides constructed of UHMW polyolefin having an extremely low coefficient of friction and a backing constructed of highly resilient expanded neoprene. Guides and seating of the gate shall be easily adjustable (min. 5/8-inch). All moving contact surfaces shall be compatible to each other by minimizing sticking/jamming and making the operation smooth. E. Operator Support Head Rail (Yoke): 1. For self-contained gate operators, attached to the vertical extensions of the guide frames. 2. Constructed from at least two (2) Type 316L stainless steel angles, or two (2) other suitable shapes, and bolted in place to provide a rigid assembly. 3. Maximum Deflection: Not to exceed 1/4 inch under full operator applied loading. F. Stems: 1. l-1/4 inch minimum diameter, ASTM A276, Type 316 stainless steel. 2. Stems shall have ACME threads. Extend threaded portion of stem 2 inches above operator when gate is in CLOSED position. 3. Ratio of the unsupported stem length to the radius of gyration, both in inches, shall not exceed 200. 4. Stems to withstand in compression, without damage, the thrust equal to at least 2-1/2 times the rated output of the hoisting mechanism, with a 40-pound effort applied to the handwheel. v. 7.2024 90 5. Stems shall be furnished with adjustable stem guides spaced as necessary to maintain a slenderness ratio L/R of less than 200. 6. Provide adjustable stop collar for the CLOSED position. 7. Stem shall be fixed to the disc by a threaded and keyed assembly into a lifting nut attached to the disc in a lifting bracket. 8. Gates having a width greater than twice the height shall have dual stems. For downward opening weir type gates, locate stems near outside edges of gate. G. Stem Covers: 1. Transparent plastic, vented pipe stem cover and cap. 2. Provide with OPEN/CLOSED designators with l-inch graduations on clear mylar pressure sensitive, adhesive tape, suitable for outdoor application. 2.03 FASTENERS All fasteners shall be of Type 316 stainless steel. All anchor bolts, assembly bolts, screws, nuts, etc. shall be of ample section to safely withstand the forces created by operation of the gate while subjected to the heads specified. 2.04 GATE OPERATORS A. General: 1. Components: Withstand a minimum of 250 percent of design torque or thrust at extreme operator positions without damage. 2. Mount at walkway level, 36 inches above floor, unless otherwise indicated. 3. Gear train and gate stem sections shall produce a self-locking drive train. 4. Lift Nuts: Internally threaded with cut or cold-rolled Acme threads corresponding to stem threading. 5. Roller Bearings: Ball-thrust or tapered above and below lift nut to support both opening and closing thrusts. a. Grease lubrication fittings for bearings. v. 7.2024 91 b. Input pinions with needle or ball bearings. 6. Lubrication: Furnish rising stem gates with an insert lubricator flange in lift, with grease fitting for greasing stem threads below stem nut. B. Type 1: Manual: Yoke with Handwheel and Benchstand: 1. Provide as indicated in the Hydraulic Gate Schedule. 2. Weatherproof housings, mounted on floor stand or head rail, as shown on the Drawings. 3. Solid Bronze Lift Nut: Integrally threaded with Acme threads. 4. Ball Thrust or Tapered Roller Bearings: a. Locate above and below operating nut flange to support opening and closing thrusts. b. Include grease lubrication fittings and input pinions. 5. Manual Effort: Not to exceed 40 pounds of force. 6. Furnish fracture-resistant clear butyrate plastic stem covers complete with indicator markings to indicate gate position. Stem covers shall not discolor or become opaque for a minimum of five (5) years after installation. The top of the stem cover shall be closed. The bottom end of the stem cover shall be mounted in a housing or adapter plate for easy field mounting. 7. Handwheel to be perpendicular in orientation to the gate (horizontal). C. Type 2, Floor Stand with Electric Operator: 1. Provide as indicated in the Hydraulic Gate Schedule and as shown on the Drawings. 2. Use single or tandem steel or cast iron pedestals as shown on the Drawings or as required for proper operation. 3. Floor stand shall include solid bronze operating nut. 4. Ball Thrust or Tapered Roller Bearings: a. Locate above and below operating nut to support opening and closing thrusts. v. 7.2024 92 b. Include grease lubrication fittings and input pinions. 5. Manual Effort: Not to exceed 40 pounds of force on bypass crank on electric operator. Provide appropriate gearing to meet maximum effort limitation. Design gearing, shafting, and stem to withstand force resulting from 200 pound effort on bypass crank. 6. Furnish fracture-resistant clear butyrate plastic stem covers complete with indicator markings to indicate gate position. Stem covers shall not discolor or become opaque for a minimum of 5 years after installation. The top of the stem cover shall be closed. The bottom end of the stem cover shall be mounted in a housing or adapter plate for easy field mounting. 7. Provide horizontal shafting between tandem floor stands. Shafting material shall match stem material. Provide clear cover on horizontal shafting. 8. Provide corrosion resistant factory finish suitable for outdoor service or shop prime and apply finish coating in field per Section 09 90 00, Painting and Coating. D. Identification Tagging Requirements: 1. For each gate operator, provide 1-1/2-inch minimum diameter heavy brass tag, bearing the gate tag number shown in the schedule. 2. Attach the tags to the operator by soldered split key rings to that ring and tag cannot be removed. Use block type numbers and letters with 1/4-inch minimum high numbers and letters stamped on and filled with black enamel. 2.05 ELECTRIC GATE ACTUATORS A. Electric motor actuators shall be AUMA SA/SQ (SAR/SQR for modulating) Series, Rotork IQ/IQT Series (IQM for modulating service), or Limitorque MX/QX Series. Actuators on the project shall be of one manufacturer. B. Motors shall be 480 volt, 3 phase and specifically designed for high torque, low inertia duty. Motors for on/off, open/close actuators shall be designed and rated for 15-minute duty or 60 starts per hour at 104°F (40°C). Motors and starters for modulating actuators shall be designed for 30-minute duty or 1,200 starts per hour at 104°F (40°C). Output capacity shall be sufficient to open or close the gate against the maximum differential head when the voltage is 10% above or below normal at the specified service conditions. Motors shall have Class F insulation. Provide motor with torque output (at duty rating). Provide an electrical and v. 7.2024 93 mechanical disconnection of the motor without draining the lubricant from the actuator gearcase. C. The rated output torque of the motor actuator shall be at least 1.5 times the maximum torque required to open or close the gate at any position including seating and unseating conditions when subjected to the most severe operating condition including any mechanical friction and/or other restrictive conditions that are inherent in the gate assembly. Do not include hammer-blow effect in sizing the actuator to comply with this torque requirement. Coordinate with the gate manufacturer to assure that the motor actuator stall torque output does not exceed the torque limits of the gate operating stem or shaft. Maximum torque shall include seating or unseating torque, bearing torque, dynamic torque, and hydrostatic torque. Assume that the differential head across the gate is equal to the rating of the gate. D. Unless specified elsewhere in the drawings or specifications, furnish actuators for open/ close service with communication via 4-20 mA signals for position control and for position feedback. E. The actuator shall have the following inputs and outputs: 1. Analog Input- Position Control 2. Analog Output – Position feedback 3. Digital Output – Fault 4. Digital Output – In remote F. Design the actuator to move gates from fully closed to fully open. The actuator shall be sized to guarantee gate closure at the specified differential head. The safety margin of motor power available for seating and unseating the gate shall be sufficient to ensure torque switch trip at maximum gate torque with the supply voltage 10% below nominal. G. Each electric actuator shall contain a reversing starter, three overloads (one in each ungrounded leg) or thermistor embedded in windings, 480VAC/120VAC/24VDC control power transformer, local-off-remote selector switch, open-stop-close push buttons or selector switch, open and closed indicator lights, and single phasing protection. Provide starters in actuators for open/close operation and (solid-state) modulating operation. The actuator shall include a device to ensure motor runs with the correct rotation for the required direction of gate travel with either phase sequence of the 3-phase power supply connected to it. H. The actuator shall be capable of functioning in an ambient temperature ranging from minus 22°F (-30°C) to 158°F (70°C) and in direct sunlight. v. 7.2024 94 I. Design actuator housings, supports, and connections to the gate with a minimum safety factor of five based on the ultimate strength or three based on the yield strength of the material used. J. The actuator gearing shall be in an oil or grease filled gearcase suitable for operation at any angle. Worm gears shall be alloy bronze. Worm shall be hardened steel alloy. Design gears for 24-hour continuous service with an AGMA rating of 1.50. If intermediate gearboxes are used on gates, supporting structures to support the weight of the actuator on the gate stem shall be provided. K. Provide a NEMA 6 enclosure for the actuator. An inner watertight and dustproof ‘O’ ring seal between the terminal compartment and the internal electrical elements of the actuator shall be provided to protect the motor and all other internal electrical elements of the actuator from intrusion of moisture and dust when the terminal cover is removed on site for cabling. All external fasteners shall be of 316 stainless steel. L. Position switches shall be integrally geared to the actuator and shall be adjustable and capable of actuation at any point between fully opened and fully closed. The position switches shall operate while the actuator is either in manual or in motor operation. Provide motor actuators with position switches capable of being separately used to provide remote indication of end of travel in each direction and to stop motion at the end of travel in each direction. M. Provide two individually adjustable torque switches to protect the gate and motor against overload in the opening and closing directions. To prevent hammering, the torque switch shall not reclose until the gate is made to travel in the opposite direction. N. The actuators shall have a manually operated handwheel, which shall not rotate during electrical operation. In the event electrical power is interrupted, handwheel operation shall be activated by a hand lever attached to the mechanism. While the gate is being operated manually, the motor shall not rotate. Upon restoration of electrical power, the handwheel shall automatically disengage. Design the handwheel diameter such that hand operation will not damage the gate. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. The disengagement and any subsequent reengagement shall not cause any damage to the gate or operator, even with the motor running. O. Provide minimum 10-watt space heater mounted in the actuator housing to prevent condensation and maintain the temperature in the actuator housing 5 degrees above the ambient temperature in the structure. Heater shall be on at all times. P. Integral to the actuator shall be local controls for Open, Close, and Stop, and a local/remote selector switch, padlockable in any one of the following three positions: v. 7.2024 95 a. Local Control Only b. Off (No Electrical Operation) c. Remote Control plus Local Stop Only. Q. All the necessary wiring, indication relays and terminals shall be provided in the actuator to accommodate the remote mounted push button control functions. Provide terminal connections for external remote controls fed from an internal 120-volt AC supply. Provide dry contact for remote indication of the actuator mode of control. The contact shall be closed when local off-remote selector switch is in the remote position and the internal control power exists. Provide actuator controls in a NEMA 4X enclosure. R. Internal wiring shall be tropical grade insulated stranded cable of appropriate size for the control and three-phase power. Each wire shall be clearly identified at each end. All wiring supplied as part of the actuator to be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. PART 3 – EXECUTION o INSTALLATION A. Install products in accordance with the manufacturer's written instructions. B. Field mount operators after installing gates. C. Frames and guides shall be installed in a true vertical plane with 90-degree corners. D. Accurately place Type 316 stainless steel anchor bolts using templates furnished by the manufacturer. E. Lubricate stems before operating. 3.02 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each gate. B. Performance Test: 1. Conduct on each slide gate. v. 7.2024 96 2. Maximum gate leakage shall be as defined in the Performance Requirements of this Specification, herein. 3. Perform under actual or approved simulated operating conditions. 4. Test for a continuous 3-hour period without malfunction. D. If gates, operators, and appurtenances do not meet specified requirements, corrective measures shall be taken by the Contractor, or the equipment shall be removed and replaced with equipment that satisfies the conditions specified. 3.03 START-UP AND INSTRUCTION A. Furnish services of manufacturer's technical representative to inspect the completed installation, correct or supervise correction of any defects or malfunctions, and instruct operating personnel in proper operating and maintenance procedures as described in this Section. 3.04 HYDRAULIC GATE SCHEDULE HYDRAULIC GATE SCHEDULE Number Assembly Style Number of Units Wall Opening Size Design Operating Head (ft) Seating/Unseating Condition Operator Type/ Control Style SG-1 Style A 1 30” Wide X 42” High 15/15 Type 1 Notes: A. Pedestal operators with wall brackets and appropriate intermediate shaft supports are acceptable. Mounting hardware and appurtenance shall be of Type 316 stainless steel. END OF SECTION 4.20 SECTION 11366: SAND FILTERS PART 1 - GENERAL 1.01 DESCRIPTION v. 7.2024 97 A. Scope of Work: A. The Contractor shall furnish all labor, materials, equipment and incidentals required to disassemble, inspect, rehabilitate, re-assemble, and field test complete and ready for operation twelve (12) existing rapid sand filters as shown on the Drawings and specified herein. B. These Specifications are intended to give a general description of the work required, but do not cover all details. It is, however, intended to cover the furnishing, shop testing, delivery, complete installation, and field testing of all materials, equipment and all appurtenances for the rehabilitation of the existing filter system as shown on the Drawings or herein specified, whether specifically mentioned in these Specifications or not. C. The Work involves rehabilitating the filters. See Section IV, Paragraph 1.0 “Scope of Work” for construction phasing and other project restrictions. 1.02 DESCRIPTION OF SYSTEMS A. The existing filters are Model KK 12 x 30 (12) Hydro Clear Rapid Sand Filters as originally manufactured by Zimpro/Passavant, Inc. Eight (8) of these filters were installed and became operational on or about 1983 and were designed to handle a flow of 12 MGD. The remainder of the filters were constructed in 1988 increasing the filter capacity to 18 MGD. The company is presently owned and manufactured by Evoqua. All filters were previously rehabilitated in 2004. B. The filters share a common influent channel and utilize conventional downflow technology for forward flow and upflow for backwash flow. Filtered water is collected in a common clearwell that also serves as the source for backwash water (washwater). Spent backwash water (waste washwater) is collected in a common mudwell and returned to the treatment plant. C. The filters are controlled automatically by an existing PLC or manually by plant operators. The automatic backwash system uses butterfly valves to control flow. Similar valves are also used for a low pressure air scour of the filter surface. All automatic valves in the filter control system are pneumatically- actuated using high pressure air. D. The primary components of the filtration complex include: 1. Twelve (12) 12’x30’ filter cells. 2. One (1) high pressure air system with a working pressure of 150 psi. 3. One (1) low pressure air system with a working pressure of 3 psi. 4. Backwash water pumping systems with vertical centrifugal pumps, check valves, and butterfly throttling valves. 5. Mudwell pumping system with submersible pumps, check valves, isolation valves and air release valves. 6. Six (6) local filter control consoles. v. 7.2024 98 7. One (1) main filter control panel and water level switches and sensors. 8. One (1) motor control center (MCC). E. Each rapid sand filter consists of an atmospherically vented underdrain system supported on a concrete structure with the following primary components: 1. Six (6) carbon steel gullet covers. 2. Six (6) carbon steel underdrain frame assemblies, grouted in place. 3. Eighteen (18) PVC underdrain core assemblies. 4. Six (6) stainless steel wire mesh blankets. 5. Eighteen (18) squares of 1-inch thick fiberglass grating. 6. Twenty four (24) 2” x 1-½” x ¼” perimeter hold down angle iron pieces. 7. Thirty six (36) structural I-beam hold down pieces. 8. One (1) carbon steel distribution/trough assembly with splash plates and weirs. 9. One (1) inlet box with weir assembly. 10. Ten (10)-inches of quartz filter media. F. Refer to Section IV of the Contract Documents and Specifications for a description of the Work required as part of the Filter Rehabilitation project. The Filter Equipment Manufacturer (Evoqua) shall inspect and recommend the filter equipment and components that shall be replaced or rehabilitated as shown on the Drawings. Replacement items shall be purchased by the Contractor and manufactured by the filter equipment manufacturer: Evoqua. The filter equipment manufacturer shall inspect the filter equipment and components and approve the filters have been rehabilitated before the filters may be returned to service. 1.03 SUBMITTALS A. Copies of all materials required to establish compliance with the specifications shall be submitted in accordance with the provisions of the Contract Documents. Submittals shall include at least the following: 1. Certified shop and erection drawings showing all important details of construction, dimensions and anchor bolt locations. 2. Descriptive literature, bulletins and/or catalogs of the equipment. 3. A complete, total bill of materials for all equipment with the O&M manual. 4. A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. B. Filter media submittal(s) shall include the following information as a minimum: v. 7.2024 99 1. Supplier's Name 2. Gradation of Each Media Type 3. Date of Sampling/Lot Number 4. Samples of Each Media Type 5. Representative Sample Analysis, (i.e. effective size, uniformity coefficient, specific gravity, acid solubility) 6. Material Quantities 7. Estimated Shipping Schedule 8. Media Loading Procedure 9. All testing shall conform to the requirements of the latest edition of AWWA B100. 1.04 WARRANTY A. The Contractor shall provide a twelve (12) month warranty commencing from the time the filters are approved for service. The guarantee shall indicate that the equipment furnished is suitable for the purpose intended and free from defects of design, material and workmanship. In the event the equipment fails to perform as specified, the Contractor shall promptly repair or replace the defective equipment without any cost to the Owner (including handling and shipment costs). 1.05 STORAGE AND HANDLING A. All equipment shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. The Contractor shall replace, at no charge to Owner, all materials and ancillary equipment damaged during storage and delivery, including filter media. C. The Contractor shall be responsible for removing the filter media off-site as soon as it is removed from the individual filter cells. Stockpiling of the existing media on the treatment plant site shall not be permitted. The Contractor shall be responsible for any ground or groundwater contamination, or other claims, caused by his failure to promptly remove and dispose of the existing filter media. D. Contractor shall be responsible for hauling and disposal of filter media and debris removed from each filter cell. Hauling and disposal of spent filter media and debris shall be in strict accordance with state, local, and federal regulations. E. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. v. 7.2024 100 PART 2 – PRODUCTS 2.01 GENERAL A. The material covered by these Specifications is intended to be standard equipment of proven ability and as manufactured by the original equipment manufacturer. The equipment furnished shall be designed, constructed and installed in accordance with best practice and methods and shall operate satisfactorily when installed as shown on the Drawings. B. Filter system equipment and components shall be as manufactured by Evoqua. 2.02 PERFORMANCE AND DESIGN REQUIREMENTS A. General Requirements 1. The filters shall consist of 10-inches of silica sand quartz media supported by an underdrain system comprised of fiberglass grating, stainless steel wire mesh, PVC cores, and a steel frame system. Filter assembly drawings are provided in the Contract Drawings. The Contractor shall replace only the equipment and components which are recommended to be replaced by the filter equipment manufacturer. B. Performance Requirements 1. Each filter cell shall meet the Performance Requirements specified in Section 3.10. C. Design Criteria: The filter system shall be rehabilitated to perform satisfactorily when operated under the following conditions: 1. Downflow of filtered water up to 4.0 gpm/sf. 2. Air-Mix air flow rate 900 cfm @ 3.0 psi. 3. Upflow of backwash water at a rate of 12 gpm/sf. 4 Quartz single grade filter media with 0.45 mm ±0.05 mm effective size and a uniformity coefficient of 1.7. D. All specialty hardware, such as special anchorage, grout retaining strips, closures, gaskets, etc., as required for rehabilitation, shall be furnished and shall be the products of a single manufacturer/supplier. 2.03 FILTER MEDIA A. New media shall be furnished and installed in each filter cell to a uniform nominal depth of 10-inches. B. The media shall be a single grade quartz sand, durable, clean siliceous particles, free of all mica, and shall be in strict accordance with AWWA B100 with properties as listed below: Media Depth 10-inches uniform v. 7.2024 101 Sand per Filter 300 cubic feet minimum Effective Size 0.45 mm ±0.05 mm Uniformity Coefficient 1.7 Average Specific Gravity 2.6 C. Sufficient media shall be provided for a ½-inch skimming allowance. D. The majority of the filter media shall be packaged in semi-bulk containers with lifting sleeves and a bottom discharge spout containing a maximum of 4,000 pounds per container. E. The makeup portion of the media shall be furnished in sealed bags suitable for manual loading. F. All new media shall be stored under roof or otherwise kept dry and covered until loaded into the filter cells. 2.04 UNDERDRAIN COMPONENTS A. The Contractor shall completely remove all media using a vac truck and shop vac and subsequently pressure wash the media support screens to remove debris. Following complete removal of the existing media and cleaning operations, a representative of the filter manufacture will inspect the underdrain components which generally include: A. Wire mesh support screens B. PVC underdrain core and fiberglass grating C. Loose steel items such as long and short angles and I-beams D. Clip angles and embedded bolts. B. The filter manufacture will furnish replacement components as deemed necessary for installation by the Contractor. All components shall be installed in accordance with the filter manufacturer’s recommendations. 2.05 CELL DISTRIBUTION/BACKWASH TROUGH ASSEMBLY A. The carbon steel distribution/backwash trough assembly in each filter cell including adjustable weirs, trough supports, and removable splash trays shall inspected by the filter equipment manufacturer (Evoqua). Anticipated repairs include: A. Replace all backwash support trough brackets that secure the troughs to the walls. B. Cut off securing tabs on the backwash trough support stands and weld a replacement tab in-place , and subsequently secure the assembly with Type 316 stainless steel bolts and hardware. B. All of the weirs shall be adjusted and set level with a surveyor’s level to the elevation shown in the Contract Drawings. All weir hardware shall be replaced during adjustment of the weirs. C. Contractor shall verify dimensions of all equipment prior to release of materials. v. 7.2024 102 2.06 HARDWARE, GASKETS, AND CONSUMABLES A. All hardware replaced shall be stainless steel, including bolts, nuts, washers, clips, all thread, all thread couplings, anchors, and set screws installed to connect and anchor the various assemblies described herein. All hardware replaced inside the filter cell shall be Type 316 stainless steel except as otherwise specified herein. B. Where wire mesh screens are replaced, a new 3-inch x 3/16-inch closed cellular neoprene gasket shall be installed below the screen. All miscellaneous hardware, gaskets, and consumables shall be installed in accordance with the manufacturer’s recommended procedures. 2.07 MAIN FILTER PLC CONTROLLER A. The Contractor shall coordinate with the Filter Equipment Manufacturer (Evoqua) to input the recommended chem clean setpoints into the existing PLC program. 2.08 LEVEL SENSORS A. New level switches shall be provided and installed in every filter cell as listed below: A. Low level sensor B. High level sensor B. The level switches shall be Seimens MAC 3 Liquid Level Switch or approved equal and shall be the products of a single manufacturer. E. Splices in the float level switch chords shall not be permitted. All level switches shall be supplied with sufficient chord length such that no chord splicing is required and the free ends of the chord shall attach directly to a terminal strip. F. All level switches shall be mounted in their original locations using new stainless steel hardware and set to the elevation recommended by the filter equipment manufacturer. 2.09 SURFACE AIR SYSTEM A. The 3” galvanized steel backwash air mains shall be replaced in each filter. The existing galvanized steel pipe droplegs shall be reused. B. Each filter includes twenty-four (24) surface air mix diffusers and clamps. Diffusers shall be replaced. The new diffusers shall be ¾” diameter Schedule 80 PVC with UV inhibitors and threaded end caps. The diffuser orientation, locations, and sizes are provided in the Contract Drawings. C. Pipe supports shall be Type 316 stainless steel off-set pipe clamps by B-Line or Type 316 stainless steel Unistrut depending upon the configuration. Support spacing shall not exceed five feet and support shall be provided at all bends and tees. 2.10 VALVES AND ACTUATORS v. 7.2024 103 A. Several valves and actuators shall be furnished and installed as shown on the Drawings and specified herein. Additionally, the high pressure tubing for all actuators shall be replaced. Furnishing the equipment and appurtenances shall be the responsibility of the filter manufacturer. The Contractor shall be responsible for installation. Refer to Section 15050 for butterfly valve and actuator specifications as well as requirements for appurtenances. PART 3 – EXECUTION 3.01 FILTER CELL CLEANING A. Contractor shall completely remove all filter media and debris from the interior of the filter cells and expose all six (6) underdrain assemblies in each filter. Contractor shall be responsible for hauling and disposal of filter media and debris removed from each filter cell. B. After all filter media and debris has been removed from the interior of the filter cells and all six (6) underdrain assemblies from each filter have been exposed, the filter walls and equipment shall be completely pressure washed, including brush blasting loose coating from concrete walls, and made suitable for a visual evaluation but left in place for evaluation by Evoqua and the Engineer on a per cell basis. C. Pressure washer shall be capable of cleaning walls and screens to a condition that facilitates inspection. The operating pressure shall be established in the field. Spent wash water and other byproducts of the cleaning process shall be removed from the filter cells by the Contractor. It is not acceptable to drain filter cells into the process through the valves. Contractor shall protect underdrain equipment from coating material removed from wall surface as a result of pressure washing. 3.02 INITIAL FILTER INSPECTIONS A. The Contractor shall furnish the services of the manufacturer's field service technician, who has complete knowledge of proper operation and maintenance of the equipment to inspect the existing equipment to provide recommendations for repair and/or replacement of equipment as required for satisfactory operation. B. Initial inspections shall be scheduled at least two (2) days in advance with the Owner. 3.03 FILTER CELL EQUIPMENT REMOVAL A. The Contractor shall carefully disassemble and remove existing filter components, hardware, and consumables inside the filter cells as recommended by the filter equipment manufacturer (Evoqua). 3.04 CLEANING AND PROTECTION DURING INSTALLATION, TESTING, AND STARTUP A. The Contractor shall take all precautions recommended by the equipment manufacturer or as specified herein to ensure that the filter underdrain system and any piping connected thereto is completely clean and free of any debris, dirt, or other foreign materials that could clog the underdrain system or interfere with flow. All loose debris and dirt within the filter cell shall be removed by brooming and vacuuming. As installation progresses, partially completed portions of the work shall be protected with heavy plastic sheet material or other suitable material v. 7.2024 104 to maintain the cleanliness of the underdrain system. Such protection shall be maintained until the media is installed. B. Any time the underdrain is to be used as a work surface, the underdrain shall be overlaid with ½ inch minimum plywood sheeting, to distribute the load of workers, yard buckets, wheel barrows, ladders, scaffolds, etc., to prevent damage to the underdrain. o FILTER ASSEMBLY A. The Contractor shall assemble the filter components in strict accordance with the filter manufacturer's written instructions and recommendations and the manufacturer's installation drawings; the oral and written directions provided by the manufacturer's technical representative who shall be supervising and observing the work; and any additional requirements specified herein. B. All stainless steel hardware, fasteners, and anchors shall be assembled with anti-seize compound specifically formulated for use with stainless steel in similar conditions and applications, and approved by the Engineer. 3.06 MEDIA INSTALLATION A. The filter underdrain system in each filter cell shall be thoroughly cleaned and visually inspected by the equipment supplier to verify that orifices are not clogged with debris. B. The filter equipment manufacturer shall furnish a written certification to the Engineer that the equipment has been installed in strict accordance with the equipment manufacturer’s recommendations. Media shall not be installed until after this certification has been furnished to the Engineer. C. The Contractor shall place a level line on the wall of the filter designating the top elevation of the media. D. The media shall be carefully placed in a manner approved by the equipment supplier so as not to disturb the underdrain system. E. The media shall be installed level and the bed shall be backwashed a minimum of three (3) times to remove fines. The media shall be re-leveled by scraping as required to obtain the correct elevation. F. The Contractor shall measure the depth of the media after it has been backwashed and skimmed as recommended by the filter equipment manufacturer. 3.07 FINAL INSPECTION A. The Contractor shall furnish the services of the manufacturer's field service technician, who has complete knowledge of proper operation and maintenance of the equipment, as required to inspect the installed equipment, supervise the initial test runs and provide instruction to the plant personnel. B. Final inspections shall be scheduled at least five (5) days in advance with the Owner and shall take place prior to start-up and acceptance by the Owner. v. 7.2024 105 C. Prior to initial start-up of each filter, the manufacturer's representative shall provide written certification to the Owner that the equipment has been installed, tested in accordance with the Manufacturer's approved method, and testing requirements specified herein and shall certify that the equipment is ready for permanent operation. END OF SECTION 4.21 SECTION 15000: MECHANICAL - GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this Section except as otherwise specified in other Sections. 2. Contractor shall coordinate all details of equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alternations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. B. Contract Drawings and Specifications: The Contract Drawings and Specifications shall be considered as complementary, one to the other, so that materials and work indicated, called for, or implied by the one and not by the other shall be supplied and installed as though specifically called for by both. The Contract Drawings are to be considered diagrammatic, not necessarily showing in detail or to scale all of the equipment or minor items. In the event of discrepancies between the Contract Drawings and Specifications, or between either of these and any regulations or ordinances governing work of these Specifications, the bidder shall notify the Engineer in ample time to permit revisions. 1.02 QUALITY ASSURANCE A. Materials and Equipment: Unless otherwise specified, all materials and equipment furnished for permanent installation in the Work shall conform to applicable standards and specifications and shall be new, unused, and undamaged when installed or otherwise incorporated in the Work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized in writing by the Owner. No material shall be delivered to the site without prior acceptance of drawings and data by the Engineer. B. Equivalent Materials and Equipment: 1. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer v. 7.2024 106 to determine that the products proposed are equivalent to those named. Such items shall be submitted for review in accordance with Section 01340: Shop Drawings and Submittals. 2. Requests for review of equivalency will not be accepted from anyone except the Contractor and such requests will not be considered until after the contract has been awarded. C. Governing Standards: Equipment and appurtenances shall be designed in conformity with ANSI, ASME, ASTM, IEEE, NEMA, OSHA, AGMA, and other generally accepted applicable standards. They shall be of rugged construction and of sufficient strength to withstand all stresses which may occur during fabrication, testing, transportation, installation, and all conditions of operations. All bearings and moving parts shall be adequately protected against wear by bushings or other acceptable means. Provisions shall be made for adequate lubrication with readily accessible means. D. Tolerances: Machinery parts shall conform to the dimensions indicated on the Drawings within allowable tolerances. Protruding members such as joints, corners, and gear covers shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. E. Clearances: Ample clearances shall be provided for inspection and adjustment. All equipment shall fit the allotted space and shall leave reasonable access room for servicing and repairs. Greater space and room required by substituted equipment shall be provided by the Contractor and at his expense. F. Testing: 1. When the equipment is specified to be factory tested, the results of the tests shall be submitted to the Engineer and approval of the test results shall be obtained before shipment of the equipment. 2. When an item of equipment, including controls and instrumentation, has been completely erected, the Contractor shall notify the Engineer, who will designate a time to make such tests as required, and operate the item to the satisfaction of the Engineer. All testing shall be done in the presence of the Engineer. "Completely erected" shall mean that the installation is erected, all necessary adjustments have been made, all required utility connections have been made, required lubricants and hydraulic fluid have been added and the unit has been cleaned and painted. H. Failure of Test: 1. Defects: Any defects in the equipment, or deviations from the guarantees or requirements of the Specifications, shall be promptly corrected by the Contractor by replacements or otherwise. The decision of the Engineer as to whether or not the Contractor has fulfilled his obligations under the Contract shall be final and conclusive. If the Contractor fails to correct any defects or deviations, or if the replaced equipment when tested shall fail again to meet the guarantees or specified requirements, the Owner, notwithstanding his having made partial payment for work and v. 7.2024 107 materials, may reject that equipment and order the Contractor to remove it from the premises at the Contractor's expense. 2. Rejection of Equipment: In case the Owner rejects a particular item of equipment, then the Contractor hereby agrees to repay to the Owner all sums of money paid to him to deliver to the Contractor a bill of sale of all his rights, title, and interest in and to the rejected equipment provided, however that the equipment shall not be removed from the premises until the Owner obtains from other sources other equipment to take the place of that rejected. The bill of sale shall not abrogate the Owner's right to recover damages for delays, losses or other conditions arising out of the basic Contract. The Owner hereby agrees to obtain the alternate equipment within a reasonable time and the Contractor agrees that the Owner may use the original equipment furnished by him without rental or other charge until the other equipment is obtained. I. Responsibility During Tests: The Contractor shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. J. Acceptance of Materials: 1. Only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by the Contractor shall be subject to the inspection and acceptance of the Owner. No material shall be delivered to the work without prior submittal approval of the Engineer. 2. The Contractor shall submit to the Engineer data relating to materials and equipment he proposes to furnish for the work. Such data shall have in sufficient detail to enable the Engineer to identify particular product and to form an opinion as to its conformity to the Specifications. 3. Facilities and labor for handling and inspection of all materials and equipment shall be furnished by the Contractor. If the Engineer requires, either prior to beginning or during the progress of the work, the Contractor shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the Specifications. Such sample shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for tests. 4. The Contractor shall submit data and samples sufficiently early to permit consideration and acceptance before materials are necessary for incorporation in the work. K. Safety Requirements: 1. In addition to the components shown and specified, all machinery and equipment shall be safeguarded in accordance with the safety features required by the current codes and regulations of ANSI, OSHA, and local industrial codes. v. 7.2024 108 2. The Contractor shall provide for each V-belt drive or rotating shaft a protective guard which shall be securely bolted to the floor or apparatus. The guard shall completely enclose drives and pulleys and be constructed to comply with all safety requirements. 1.03 SUBMITTALS (SEE SECTION 01340: SHOP DRAWINGS AND SUBMITTALS) 1.04 MAINTENANCE MATERIALS A. All grease, oil, and fuel required for testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied. B. The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three weeks of operation. PART 2 - PRODUCTS 2.01 FABRICATION AND MANUFACTURE A. Workmanship and Materials: 1. Contractor shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. 2. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. 3. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4 inch thick. B. Lubrication: 1. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. 2. Lubricants of the type recommended by the equipment manufacturer shall be furnished by the Contractor in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, v. 7.2024 109 startup, and operation for the entire warranty period prior to acceptance of equipment by Owner. Unless otherwise specified or permitted, the use of synthetic lubricants will not be acceptable. 3. Lubrication facilities shall be convenient and accessible. Lubrication fittings shall be the zerk type for each piece of equipment. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal in-stalled position. C. Safety Guards: All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage or heavier galvanized or aluminum- clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. D. Equipment Foundation Supports: 1. All foundations, platforms and hangers required for the proper installation of equipment shall be furnished and installed by the Contractor. 2. Unless otherwise indicated or specified, all equipment shall be installed on reinforced concrete bases at least 6 inches high and shall conform to requirements set forth in Division 3. Cast iron or welded steel baseplates shall be provided for pumps, compressors, and other equipment. Each unit and its drive assembly shall be supported on a single baseplate of neat design. Baseplates shall have pads for anchoring all components and adequate grout holes. Baseplates for pumps shall have a means for collecting leakage and a threaded drain connection. Baseplates shall be anchored to the concrete base with suitable anchor bolts and the space beneath filled with 1 inch minimum grout. All open equipment bases shall be filled with nonshrink grout sloped to drain to the perimeter of the base. 3. The Contractor shall furnish, install and protect all necessary guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation of equipment. These shall be of ample size and strength for the purpose intended. 4. All anchor bolts, anchor bolt templates, and location drawings required for the installation of the equipment, support columns, and for all other equipment or machinery included under this Contract shall be furnished by the Contractor. All mechanical equipment shall be anchored using hook anchor bolts, cast-in-place, unless specifically called for otherwise on the Drawings. Anchor bolts, sleeves, and inserts shall be set in place in forms and cast in the concrete by the Contractor. It shall be the responsibility of the Contractor to obtain such anchor bolts, templates, and approved location drawings in proper time to avoid delay, and it shall be his further responsibility to check and approve the location and setting of the anchor bolts, sleeves, and inserts prior to the casting of the v. 7.2024 110 concrete. Parts of anchors or metal work that are not built into masonry and concrete shall be coated with approved paint. Anchor bolts for column base plates and other structural elements shall be of galvanized steel unless indicated otherwise; anchor bolts for drives, motors, fans, blowers, and other mechanical equipment shall be of Type 304 stainless steel or high-strength bronze. Anchor bolts shall be of ample size and shall be provided with hexagonal nuts of the same quality of metal as the bolts. All threads shall be clean cut and of U.S. Standard sizes. 5. Expansion bolts shall have malleable iron and lead composition elements of the required number of units and sizes. Expansion bolts, if called for on the Drawings, shall be furnished and installed by the Contractor. No other use of expansion bolts will be allowed without prior approval of the Engineer. 6. Unless specified otherwise, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used. All threads shall be clean cut and shall conform to ANSI B1.1-latest for "Unified and American Screw Threads for Screws, Bolts, Nuts, and Other Threaded Parts." 7. Bolts, anchor bolts, nuts, and washers not specified to be stainless steel shall be zinc-coated by the hot-dip process, after being threaded, in conformity with the ASTM Standard Specification for "Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip," Designation A123-latest, or the ASTM Standard Specification for "Zinc Coating (Hot-Dip) on Iron and Steel Hardware," Designation A153-latest, as is appropriate. 8. Anchor bolts and expansion bolts shall be set accurately. Anchor bolts which are set before the concrete has been placed shall be carefully held in suitable templates of approved design provided under this Contract. Where indicated on the Drawings, specified, or required, anchor bolts shall be provided with square plates at least 4" x 4" x 3/8" or shall have square heads and washers and be set in the concrete forms with suitable pipe sleeves, or both. 9. Structural steel supports and miscellaneous steel required for supporting and/or hanging equipment and piping furnished under this Division shall be provided and installed by Contractor. 10. All foundations, anchor pads, piers, thrust blocks, inertia blocks and structural steel supports shall be built to template and reinforced as required for loads imposed on them. 11. The Contractor shall assume all responsibility for sizes, locations and design of all foundations, anchor pads, pier, thrust blocks, inertia blocks, curbs and structural steel supports. E. Shop Painting: 1. All steel and iron surfaces shall be protected by suitable paint or coatings applied in the shop. The paint system to be applied will be as identified by the associated pipe system coating as identified in the Pipe v. 7.2024 111 Schedule as presented in the drawings. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth uniform base for painting. Electric motors, speed reducers, starters, and other self- contained or enclosed components shall be shop primed or finished with a high-grade oil-resistant enamel suitable for coating in the field with an alkyd enamel. Coatings shall be suitable for the environment where the equipment is installed. 2. Surfaces to be painted after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Koppers "No. 10 Inhibitive Primer", or equal. 3. Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust-preventive compound, Houghton "Rust Veto 344", Rust-Oleum "R-9", or equal. F. Nameplates: Contractor shall provide equipment identification nameplates for each item of equipment. Nameplates shall be 1/8 inch Type 304 stainless steel and shall be permanently fastened. Plates shall be fastened using round head metallic drive screws, or where metallic drive screws are impractical, with stainless steel pop rivets. Metallic drive screws shall be brass or stainless steel, Type V and No. 8 by 3/8 inch long. Names and/or equipment designations shall be engraved on the plates and the engraving painted with a primer and black paint system compatible with stainless steel. Contractor shall submit a list of proposed names and designations for review prior to fabrication of nameplates. At a minimum, each nameplate shall include equipment manufacturer's name, year of manufacture, serial number and principal rating data. G. Noise Attenuation and Control: 1. Unless otherwise specified, the maximum permissible noise level for a complete installed piece of equipment located within or outside a structure shall not exceed 85 dB at 3 feet. A complete piece of equipment includes the driver and driven equipment, plus any intermediate couplings, gears, and auxiliaries. All equipment provided herein that is specified to be factory and field tested shall be tested as specified herein for noise generation at the equipment manufacturer's expense. 2. Maximum permissible noise (sound pressure) levels shall be in decibels as read on the "A" weighting scale of a standard sound level meter (dB); all measurements shall be made in relation to a reference pressure of 0.0002 microbar. Measurements of emitted noise levels shall be made on a sound level meter meeting at least the Type 2 requirements set forth in ANSI S1.4, Specification for Sound Level Meters. The sound level meter shall be set on the "A" scale and to slow response. Unless otherwise specified for a particular piece of equipment, the point of measurement of sound level shall be made at the specified distance from any major surface along the entire perimeter and at midheight of the piece of equipment, or at the specified distance from an outer major surface encompassing the sound source including inlets or outlets. v. 7.2024 112 H. Fire Hazard Rating: 1. All piping, duct work, and equipment insulation, fastener, and jacketing materials shall have a fire hazard rating not to exceed 25 for flame spread, 50 for fuel contributed, and 50 for smoke developed. Rating shall be determined by ASTM Designation E84, "Surface Burning Characteristics of Building Materials". Corresponding ratings determined by Underwriters' Laboratories, Inc., UL-723, "Test Method for Fire Hazard Classification of Building Materials", will also be acceptable. 2. Flameproofing treatments will not be acceptable. 2.02 ACCESSORIES A. Special Tools and Accessories: Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. B. Fasteners: All nuts, bolts, anchors and other fastening devices shall be a minimum of Type 304 stainless steel. PART 3 - EXECUTION 3.01 INSTALLATION AND OPERATION A. Installation: Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary for proper results. When so specified, or when employees of Contractor or his subcontractors are not qualified, such personnel shall be field representatives of the manufacturer of the equipment or materials being installed. 1. The Contractor shall have on site sufficient proper construction equipment and machinery of ample capacity to facilitate the work and to handle all emergencies normally encountered in work of this character. To minimize field erection problems, mechanical units shall be factory assembled when practical. 2. Equipment shall be erected in a neat and workmanlike manner on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the Engineer during installation. 3. All equipment shall be installed in such a manner as to provide access for routine maintenance including lubrication. 4. For equipment such as pumping units, which require field alignment and connections, the Contractor shall provide the services of the equipment manufacturer's qualified mechanic, millwright, machinist, or authorized representative, to align the pump and motor prior to making piping connections or anchoring the pump base. v. 7.2024 113 5. Equipment of a portable nature which requires no installation shall be delivered to a location designated by the Owner. B. Tolerances: Precision gauges and levels shall be used in setting all equipment. All piping and equipment shall be perfectly aligned, horizontally and vertically. Tolerances for piping and equipment installation shall be 1/2 inch to 30 ft. horizontal and vertically. All valves and operators shall be installed in the position shown on the Drawings or as directed by the Engineer, if not shown. C. Alignment and Level: The equipment shall be brought to proper level by shims (1/4 inch maximum). After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to bind the machine firmly into place against the wedges or shims. Grouting shall be as described below. D. Grouting: The grout shall be tamped into position with a board, steel bar, or other tool. Tamping should not be so hard as to raise or otherwise displace the plate. E. Contact of Dissimilar Metals: Where the contact of dissimilar metal may cause electrolysis and where aluminum will contact concrete, mortar, or plaster, the contact surface of the metals shall be separated using not less than one coat of zinc chromate primer and one heavy coat of aluminum pigmented asphalt paint on each surface. F. Cutting and Patching: All cutting and patching necessary for the work shall be performed by the Contractor. G. Operation: All equipment installed under this Contract, including that furnished by Owner or others under separate contract, shall be placed into successful operation according to the written instructions of the manufacturer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activity shall be provided. 3.02 OBSERVATION OF PERFORMANCE TESTS A. Where the specifications require observation of performance tests by the Engineer, such tests shall comply with the quality assurance paragraph in this section. END OF SECTION 4.22 SECTION 15050: PIPING, FITTINGS, VALVES, AND ACCESSORIES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: The Work included in this Section consists of furnishing all labor, equipment, and materials and in performing all operations necessary for the construction, installation or restoration of all utility piping, valves, and appurtenances complete and ready for operation as shown on the Drawings and specified herein. v. 7.2024 114 1.02 QUALITY ASSURANCE A. Construction Requirements: 1. Install all pipe, fittings, valves, actuators. And appurtenance in accordance with the manufacturer’s instructions. 2. Install all products so as not to scratch, dent, or damage any existing component. Pipe shall be installed in a way that prevents damaging existing pipe. If existing components are damaged due to construction, the Contractor shall be required to repair the pipe according to the Owner’s requirements. B. The entire product of any plant may be rejected when, in the opinion of the Engineer, the methods of manufacture fail to secure uniform results, or where the materials used are such as to produce inferior pipe or fittings. 1.03 SUBMITTALS A. Shop Drawings: 1. In general, the following Shop Drawings shall be submitted to the Engineer for approval prior to construction: A. Mill test certificates or certified test reports on pipe and fittings. B. Expansion Joints C. Valve boxes. D. All valves and actuators. E. Couplings. 2. A separate Shop Drawing submittal will be required for each major item listed above and for each different type of an item within a major item. For example, separate submittals will be required for butterfly, ball, solenoid, and check, valves. 3. Submit to the Engineer within 30 days after execution of the contract a typewritten schedule of valves to be furnished. The valve schedule shall include valve tags organized by process with the valve manufacturer, tag shape, letter code and number, the valve size, type, use, supplier, and the date of delivery to the site. B. Operation and Maintenance Manuals: Submit operation and maintenance manuals for applicable components requiring periodic maintenance and/or explanation of operation, at the discretion of the Engineer. Manuals shall be prepared in accordance with Toho specification requirements regarding Operating and Maintenance Data. v. 7.2024 115 1.04 DELIVERY, STORAGE AND HANDLING A. Pipe, fittings, valves, and accessories shall be handled in such manner as to ensure a sound undamaged condition during shipping, delivering, and installing. B. Particular care shall be taken not to injure the pipe coating and linings. C. Insides of valves and piping shall be kept free of dirt and debris. D. Payment will only be made for that portion of the work, which is fully installed including all materials, labor, and equipment. PART 2 – PRODUCTS o SMALL DIAMETER PVC PIPE AND FITTINGS A. Small PVC Pressure Piping: Unless otherwise specified, PVC pressure pipe smaller than 4 inches nominal diameter shall be Schedule 80 PVC in accordance with ASTM D1785. Schedule 80 pipe shall have either solvent welded or threaded joints. PVC pressure pipe for potable water service shall bear the approved seal of the National Sanitation Foundation (NSF). PVC pipe that is exposed to sunlight shall be manufactured with additives to provide resistance to ultraviolet deterioration or painted with a UV resistant paint. A. Fittings: Socket type, solvent welded fittings for Schedule 80 PVC pipe shall be in conformance with ASTM D2467. Threaded type fittings for Schedule 80 PVC pipe shall be in conformance with ASTM D2464. All solvent welded or threaded joints shall be watertight. B. Flanges: Flanges for Schedule 80 PVC pipe shall be rated for a 150-psi working pressure with ANSI B 16.1 dimensions and bolting pattern. Flanges shall be connected to PVC piping with either solvent welded or threaded joints in accordance with ASTM D2467 or ASTM 2464, respectively. Gaskets shall be neoprene, full faced type with a minimum thickness of 1/8-inch. Nuts and bolts shall be hexagonal with machine threads, manufactured of Type 316 stainless steel in accordance with ASTM A320, Class 2. Type 316 stainless steel flat washers, with lock washers, shall be used against PVC flanges. The nuts shall have a hardness that is lower than that of the bolts and washers by a difference of 50 Brinnell hardness to prevent galling during installation. C. Solvent Cement: PVC solvent cement shall be in compliance with ASTM D2564 and in accordance with the pipe manufacturer's recommendations. D. Thread Lubricant: Lubricant for Schedule 80 threaded joints shall be Teflon tape only. o STAINLESS STEEL PIPE & FITTINGS v. 7.2024 116 A. Pipe - Pipe smaller than 3 inches shall conform to ASTM A 312, Grade TP 304L. Pipe 3 inches and larger shall conform to ASTM A 312 or A778, Grade TP 304L. A. Pipe sizes and wall thicknesses shall conform to ANSI B36.19 as follows: Pipe Size Wall Thickness 1 inch and smaller Schedule 80S 1-1/4 inches through 2 inches Schedule 40S 3 inches through 8 inches Schedule 10S Larger than 8 inches, through 30 inches Schedule 10S B. Fittings - Fittings 3 inches and smaller shall be threaded or socket welded, conforming to ANSI B16.11, 3,000-pound CWP. Material for threaded fittings shall conform to ASTM A 403, Class WP304 or ASTM A 182, Grade F304. Material for socket welded fittings shall conform to ASTM A 403, Class WP304L or ASTM A 182, Grade F304L. A. Fittings shall be butt-welded or flanged, conforming to ASTM A403, Class WP or ASTM A774, same material and wall thickness as the pipe, conforming to ANSI B16.9. Elbows shall be long radius. B. Fitting material shall be the same as the pipe. 2.03 BUTTERFLY VALVES (STANDARD SERVICE) A. Butterfly valves for liquid service, 4 inches in size and larger, shall be Class 150-B in conformance with ANSI/AWWA C504, latest revision and designed for a minimum working pressure of 150 psi. Butterfly valves shall be of the tight closing rubber seat type. Valves shall be bubble tight with 150 psi on the upstream side of the valve and 0 psi on the downstream side and shall be satisfactory for applications involving valve operation after long periods of inactivity. Valve discs shall rotate 90 degrees from the fully open position to the fully closed position. Butterfly valves shall be in accordance with the City of Clearwater Utility Standards B. Valve bodies shall be constructed of high-strength cast iron conforming to ASTM A126, Class B. Buried valves shall have integrally cast mechanical joint ends as specified for ductile iron pipe and above-ground valves shall have cast iron flanges. End flanges shall conform in dimensions and drilling to ANSI B16.1, Class 125. Two trunnions for shaft bearings shall be integral with each valve body. Valve body thickness shall be in strict accordance with ANSI/AWWA C504 latest revision for Class 150-B valves. v. 7.2024 117 C. Valve seat ring shall be constructed of Type 304 stainless steel. Seating edges of the seat ring shall be smooth and polished. The seat ring shall be capable of compensating for changes in direction of flow to assure a bubble tight seal in either direction. D. Valve discs shall be solid (no cores) for 24-inch and smaller valves and shall be either solid or hollow core for valves greater than 24-inch. Discs shall be constructed of ASTM A536, Grade 65-45-12 ductile iron. Valve disc shall be of the offset design to provide 360-degree uninterrupted seating. E. Valve shafts may consist of a one-piece unit extending completely through the valve disc bearings and into the operating mechanism or may be of the "stub shaft" type, which comprises two separate shafts inserted into the valve disc hubs. If used, stub shafts shall extend a minimum of 1 1/2 shaft diameters into the valve disc hubs. Valve shafts shall be constructed of ASTM A276, Type 304 stainless steel or a stainless steel with greater overall corrosion and oxidation resistance. The minimum shaft diameter shall conform to ANSI/AWWA C504, latest revision for Class 150B valves. The valve disc shall be attached to the shaft by means of "O" ring sealed taper pins. The valve shaft seal shall consist of "O" rings in a bronze cartridge or self-adjusting nitrile Vee-type ring seals. F. Valve seats shall be of a corrosion resistant synthetic rubber compound bonded to a high- grade stainless-steel retaining ring and secured to the valve disc by Type 304 stainless steel set screws or shall be molded in, vulcanized, and bonded to the body. Seats bonded to the body shall withstand a 75-pound pull tested in accordance with ASTM D429, Method B. The valve seat shall be adjustable and replaceable in the field without dismantling operator, disc, or shaft. G. Valve shafts shall be fitted with sleeve-type bearings. Bearings shall be corrosion resistant and self-lubricating (Nylon or Teflon). Bearings shall be designed for a pressure not exceeding the published design load for the bearing material, or 1/5 of the compressive strength of the bearing or shaft material. H. All butterfly valves shall open left or counterclockwise when viewed from the stem. Manual valve operators shall be of the worm gear or traveling nut type and shall be fully enclosed. All operators shall have adjustable mechanical stop limiting devices to prevent over travel of disc. Should an adjustment of the disc be required to maintain a bubble tight seal, this adjustment shall be made externally without removing the operator housing cover. The operator shall be designed such that all adjustments can be made under pressure and without the possibility of dirt getting into the operator lubricant. Any adjustments through the lower shaft will not be acceptable. Units furnished for buried service shall be fully gasketed and grease packed. Manual valves located above ground shall be equipped with handwheel or chainwheel operators and shall have a suitable indicator arrow to give valve position from fully open to fully closed. Each buried butterfly valve shall be furnished with a 2-inch square AWWA nut operator with valve box and cover. Operator components shall, at the extreme operator v. 7.2024 118 positions, withstand without damage a pull of 200 lbs. for handwheel or chainwheel operators or an input torque of 300 ft.-lbs. for operating nuts. I. Interior of valve body and valve disc except for valve seat and stainless-steel valve seat ring shall be coated with a fusion bonded or thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday-free, NSF approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. J. All exterior surfaces of butterfly valves shall be clean, dry, and free from rust and grease before coating. For buried service, the exterior ferrous parts of all valves shall be coated at the factory with epoxy in accordance with AWWA C550. For valves installed aboveground, the exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness of 4 mils of a rust inhibitive, universal epoxy primer. Primer shall be suitable for finish paint specified. Following installation, aboveground valves shall be finish painted in accordance with two (2) coats of potable water epoxy manufactured by Tnemec or an approved equal. K. Neck extensions and floorstands shall be provided on valves when called for on the drawings or in the specifications. Neck extensions shall be fabricated from steel and furnished with end connections suitable for the intended service. Shafting for the neck extensions shall be stainless steel and suitable sized for the application. Pedestals shall be of cast or ductile iron, or fabricated steel, and shall have appropriate end connections and shafting for the intended application. Shafting shall be stainless steel. Neck extensions and floorstands shall be furnished by the valve supplier. Following installation, neck extensions and floorstands shall be finish painted in accordance with two (2) coats of potable water epoxy manufactured by Tnemec or an approved equal. L. Prior to shipment from the factory, hydrostatic and leakage tests shall be conducted for each butterfly valve. Hydrostatic and leakage tests shall be conducted in strict accordance with ANSI/AWWA C504, latest revision, and results shall be submitted to the Engineer. 2.04 BUTTERFLY VALVES (AIR SERVICE) A. Valves shall be designed for service with compressed air and for a range of 10 inches Hg vacuum to 25 psig pressure and a temperature range of 40° to 300°F. 1. All butterfly valves shall be of the tight closing, PTFE seat type with PTFE seats that are securely fastened to the valve body. Valves shall be bubble-tight at rated pressures with flow in either direction, and shall be suitable for applications involving throttling service. Valve disc shall rotate 90° from the full open position to the tight shut position. 2. Valve shop drawings shall include Cv data for all valves proposed for the project. v. 7.2024 119 3. Valve Body: Each valve body shall be a fully lugged style cast or ductile iron body. 4. Valve Disc: Disc shall utilize air-profile design. Disc material shall be Type 316 stainless steel. 5. Valve Shaft: Shaft shall be either one-piece through or stub shaft design. The shaft shall be Type 316 stainless steel. 6. Valve Seat: Elastomer seats shall be in the body. Seats shall be PTFE and suitable for a maximum operating temperature of 300°F. 7. Valve Bearings: All shaft bearings shall be of the self-lubricating, corrosion resistant, sleeve type, suitable for a maximum operating temperature of 300°F. 8. Valve Packing: All valves shall have adjustable or self-adjustable packing materials. Packing shall be suitable for the temperature of 300°F and service condition. 9. Valve Coating: All valves shall have a factory applied high build epoxy coating suitable for the intended service. 10. Valve Operators: a. Manually actuated valves 4-inches in size and smaller shall be furnished with a lever operator that includes a locking mechanism for throttling capability. Properly sized gear operators shall be provided for manually actuated valves larger than 4 inches in size. Each gear operator shall include a handwheel and be designed so that the force on the handwheel needed to operate the valve does not exceed 80 pounds. b. Valves to be equipped with a pnuematic actuator shall be provided with appropriate appurtenances for connection to the pneumatic valve operator as specified in in this section. B. Butterfly valves for air service shall be Keystone Model 61L or an approved equal o PNEUMATIC VALVE ACTUATORS A. Manufacturer: Kinetrol B. Pneumatic valve actuators shall be quarter-turn double acting rotary vane actuators specifically sized and designed for the intended applications. Sizing shall be based on a valve working pressure of 10 psi for all valves. It is anticipated that the compressed air system will maintain a pressure of 70 psi. The manufacturer shall field verify conditions during bidding. C. Actuators for the butterfly valves shall be designed for open/close service or modulating service per the Valve Schedule. For modulating service an electropneumatic positioner shall be furnished to provide accurate control in response to a 4-20 mADC signal. Each actuator v. 7.2024 120 shall also provide a 4-20 mADC signal to allow remote monitoring of the valve position. Other accessories shall include limit switches, visual position indicator, solenoid valve, and handwheel for manual valve operation. 2.06 SWING CHECK VALVES A. Swing check valves 2-inch through 24-inch in size shall conform to AWWA C508, latest revision, and shall be designed for a minimum water working pressure of 150 psi. Check valves shall have cast iron body, swing type design, and ends shall be flanged, Class 125 in accordance with ANSI B16.1. When open, the valve shall have a straight way passage with a minimum flow area equal to the full pipe area. Swing check valves shall be completely bronze fitted with renewable bronze seat ring and a rubber faced disc. Valve hinge pin shall be stainless steel. Check valves shall be supplied with an outside lever and weight. The check valve bonnet shall be provided with a tapped boss with plug for future installation of a pressure gauge. B. Swing check valves shall absolutely prevent the return of water back through the valve when the inlet pressure decreases below the downstream pressure. The check valve shall be constructed such that the disc and body seat ring may be easily removed and replaced without removing the valve from the line. Each valve shall be hydrostatically tested at the factory, at a test pressure of 300 psi. C. Prior to shipment from the factory, the interior ferrous surfaces of the valve, except for finished, non-ferrous, or bearing surfaces, shall be coated with a fusion bonded or thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday-free, NSF approved, with a minimum thickness of 16 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. D. All exterior surfaces of swing check valves shall be clean, dry, and free from rust and grease before coating. Exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness of 4 mils of a rust inhibitive, universal primer. Primer shall be suitable for finish paint specified. Following installation, valves shall be finish painted with two (2) coats of potable water epoxy as manufactured by Tnemec or an approved equal. E. Valve Manufacturer: Non-cushioned swing check valves shall bein accordance with the City of Clearwater Utility Standards. 2.07 RESTRAINED COUPLINGS A. Joint Restraint to prevent axial separation shall be incorporated into the design of the sleeve or coupling used to connect two plain pipe ends. B. The restraint mechanism shall consist of a plurality of individually actuated gripping surfaces to maximize restraint capability. Torque limiting twist off nuts shall be used to insure proper actuating of the restraint devices. The restraint devices shall be coated using MEGABOND™. v. 7.2024 121 C. Ductile Iron components shall be of a minimum of 65-45-12 ductile iron meeting the requirements of ASTM A536 of the latest revision and shall be tested in accordance with the stated standard. D. The restrained joining system shall meet the applicable requirements of AWWA C219, ANSI/AWWA C111/A21.11, and ASTM D2000. E. The restrained joining system shall be the EBAA Iron Series 3800 or approved equal. 2.08 RESTRAINED FLANGED ADAPTORS A. Restrained flange adapters shall be used in lieu of threaded, or welded, flanged spool pieces. Flange adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10. B. Restraint for the flange adapter shall consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of gripping wedges. The restraint devices shall be coated using MEGABOND™. C. The flange adapter shall be capable of deflection during assembly, or permit lengths of pipe to be field cut, to allow a minimum of 0.6” gap between the end of the pipe and the mating flange without affecting the integrity of the seal. D. The flange adapter shall have a safety factor of 2:1 minimum. E. The flange adapter shall be the SERIES 2100 MEGAFLANGE adapter, as produced by EBAA Iron, Inc., or approved equal. PART 3 - EXECUTION 3.01 INSPECTION A. All pipe, fittings, valves, and other material shall be subject to inspection and approval by the Engineer after delivery, and no broken, cracked, imperfectly coated, or otherwise damaged or unsatisfactory material shall be used. When a defect or crack is discovered, the injured portion shall not be installed. Cracked pipe shall have the defect cut off at least 12 inches from the break in the sound section of the barrel. 3.02 GENERAL INSTALLATION REQUIREMENTS A. Pipe, fittings, valves, and accessories shall be installed as shown or indicated on the Drawings in accordance with the manufacturer’s recommendations. All connections to existing piping systems shall be made as shown or indicated on the v. 7.2024 122 Drawings after consultation and cooperation with authorities of the Owner. Some such connections may have to be made during off-peak hours (late night or early morning). 3.03 INSTALLATION OF VALVES A. Valves of the size and type shown on the Drawings shall be set plumb and installed at the locations indicated on the Drawings. Valves shall be installed in accordance with manufacturer's installation instructions and with the details shown on the Drawings. B. Valves shall be installed such that they are supported properly in their respective positions, free from distortion and strain. Valves shall be installed such that their weight is not borne by pumps and equipment that are not designed to support the weight of the valve. C. Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seat. Check and adjust all valves for smooth operation. D. Install valves with the operating stem in either horizontal or vertical position. E. Allow sufficient clearance around the valve operator for proper operation. F. Clean iron flanges by wire brushing before installing flanged valves. Clean carbon steel flange bolts and nuts by wire brushing, lubricate threads with oil or graphite, and tighten nuts uniformly and progressively. Clean threaded joints by wirebrushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. END OF SECTION 4.23 SECTION 16050: BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL A. SUMMARY 1. Section Includes: General administrative, procedural requirements, and installation methods for electrical installations specified in Division 16. 2. The Drawings are schematic and are not intended to show every detail of construction. a. In general, conduits/raceways, transitions and offsets shown on Drawings indicate approximate locations in plan and elevation where the systems are intended to be run. v. 7.2024 123 b. CONTRACTOR shall fully coordinate electrical Work with other trades to avoid interferences. c. In the event of interferences, CONTRACTOR shall request clarification from ENGINEER in writing. 1. Related Documents: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Sections, apply to Work of this Section. B. SUBMITTALS 1. Shop Drawings: Submit in accordance with requirements of Section 01340, Shop Drawings covering the items included under this Section of Work. Shop Drawing submittals shall include: a. Submit product data covering the items included under this Section of Work. 2. Conforming to Construction Drawings: Submit a complete set of Drawings showing the locations of the piping, ductwork, etc., as actually installed. Such Drawings shall be submitted to ENGINEER in electronic format (PDF). 3. Operation and Maintenance Manuals: Submit operation and maintenance manuals for items included under this Section. Include following information for equipment items: a. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. b. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. c. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. d. Servicing instructions and lubrication charts and schedules. C. RECORD DOCUMENTS 1. Prepare Record Documents in accordance with requirements in Section 01720. In addition, CONTRACTOR shall submit, prior to final payment, Drawings conforming to construction records of systems it has installed. Vendor drawings shall be sized as manufacturers' standard. 2. Provide updated panelboard schedules for any panelboard modified. D. QUALITY ASSURANCE 1. National Electrical Code: Comply with NFPA 70, National Electrical Code. v. 7.2024 124 2. UL Compliance and Labeling: Use products and components labeled by UL. E. PERMITS, INSPECTIONS, AND LICENSES 1. CONTRACTOR shall procure all necessary permits and licenses, observe and abide by all applicable laws, codes, regulations, ordinances, and rules of the State, territory, or political subdivision thereof, wherein Work is done, or any other duly constituted public authority, and further agrees to hold OWNER harmless from liability or penalty which might be imposed by reason of an asserted violation of such laws, codes, regulations, ordinances, or other rules. a. Upon completion of Work, CONTRACTOR shall secure certificates of inspection from the inspector having jurisdiction and shall submit 3 copies of the certificates to OWNER. CONTRACTOR shall pay the fees for the permits, inspections, licenses, and certifications when such fees are required. F. DELIVERY, STORAGE, AND HANDLING 1. Deliver products to Project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. Equipment shall be packaged to prevent damage during shipment, storage, and handling. Do not install damaged units; replace, and remove damaged units from Site. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION o GENERAL ELECTRICAL INSTALLATION 1. Provide electrical materials and equipment enclosures appropriate for areas in which they are installed. An area designated by a name and elevation includes space bounded by floor, ceiling, and enclosing walls. a. Exception: Provide manufacturer's standard construction for indoor or outdoor application where equipment is not manufactured to NEMA specifications (e.g., switchgear, transformers, high voltage capacitors, bus duct, and light fixtures; materials and equipment used in finished areas such as offices, laboratories, etc.). v. 7.2024 125 2. Provide nonmetallic electrical materials and equipment enclosures in NEMA 4X areas; watertight NEMA 4 and equipment enclosures for outdoor applications and indoor applications below grade; explosion-proof NEC Class I, Division 1, Group D equipment for NEMA 7 areas; explosion-proof NEC Class II, Division 2, Group F equipment for NEMA 9 areas. 3. Provide chases, slots, and openings in other building components during progress of construction, to allow for electrical installations. 4. Supporting devices and sleeves shall be set in poured-in-place concrete and other structural components as they are constructed. 5. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide maximum headroom possible. Locate light fixtures at approximately 8 feet above floor and where fixtures may be readily serviced. 6. Coordinate connection of electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 7. Install systems, materials, and equipment to conform with approved submittal data, including coordination Drawings, to greatest extent possible. Conform to arrangements indicated by Drawings recognizing that portions of Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to ENGINEER. 8. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components where installed exposed in finished spaces. 9. As much as practical, connect equipment for ease of disconnecting with minimum of interference with other installations. 10. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. o RACEWAY INSTALLATION 1. Indoors, use the following wiring materials: a. Connection to Vibrating Equipment, including transformers and hydraulic, pneumatic or electric solenoid or motor-operated equipment: Liquidtight flexible conduit. b. Exposed Conduit: Schedule 80 PVC. 2. Minimum size conduit shall be 3/4 inch unless shown otherwise. 3. Instrument Signal Conduit Requirements: Shielded signal wires for 4-20 mA type instruments or thermocouple wires assigned to the same control panel may be run in the same conduit. Shielded instrument signal wires, thermocouple wires, and shielded 2-wire intercom wires may be run in the same conduit. v. 7.2024 126 4. Install expansion fittings in all exposed rigid nonmetallic conduit runs of 20 feet or more. 5. Install expansion/deflection fittings where conduit passes a building expansion joint or where conduits are attached to two structures joined by a concrete expansion joint. 6. Exposed Raceways: Install parallel and perpendicular to nearby surfaces or structural members and follow the surface contours as much as practical. Make bends and offsets so the inside diameter is not effectively reduced. Keep the legs of a bend in the same plane and the straight legs of offsets parallel. Conduits shall slope away from loads to keep moisture from entering the load. Run parallel or banked raceways together. Make bends in parallel or banked runs from the same centerline so that the bends are parallel. Factory elbows may be used in banked runs only where they can be installed parallel. This requires that there be a change in the plane of the run, such as from wall to ceiling and that the raceways be of the same size. In other cases, provide field bends for parallel raceways. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot water pipes. Install horizontal raceway runs above water and steam piping. 7. Space raceways, fittings, and boxes 0.25 inch from mounting surface in NEMA 4 and NEMA 7 areas. Spacers shall be one-piece construction of stainless steel, galvanized steel, PVC, ABS, or other noncorrosive material. 8. Sleeves: Install in concrete floor slabs except where conduit passes through a housekeeping pad. Install in exterior walls below grade. 9. Stub-up Connections: Extend conduits through concrete floor for connection to freestanding equipment with an adjustable top or coupling threaded inside for plugs and set flush with the finished floor. Extend conductors to equipment with rigid metal conduit; flexible metal conduit may be used 6 inches above the floor. Where equipment connections are not made under this Contract, install screwdriver-operated threaded flush plugs with floor. 10. Flexible Connections: Use short length (maximum 6 feet for lighting fixtures; maximum 3 feet for all other equipment) of flexible conduit for recessed and semi-recessed lighting fixtures, equipment subject to vibration, noise transmission, or movement, and all motors. Use liquidtight flexible conduit in wet locations and rated flexible connections for hazardous locations. Install separate ground conductor across flexible connections. 11. Join raceways with fittings designed and approved for the purpose and make joints tight. Where joints cannot be made tight, use bonding jumpers to provide electrical continuity of the raceway system. Where terminations are subject to vibration, use bonding bushings or wedges to assure electrical continuity. Where subject to vibration or dampness, use insulating bushings to protect conductors. 12. Use raceway fittings that are of types compatible with the associated raceway and suitable for the use and location. For intermediate metal conduit, use threaded rigid metal conduit fittings. For PVC externally coated rigid metal conduit, use only factory-coated fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduit. 13. Install raceway sealing fittings in accordance with the manufacturer's written instructions. Locate fittings at suitable, approved, accessible locations and fill them with UL listed sealing compound. For concealed raceways, install each fitting in a flush metal box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points and elsewhere as indicated: v. 7.2024 127 a. Where conduits enter or leave hazardous locations. b. Where conduits enter or leave NEMA 4X areas. c. Where conduits pass from warm locations to cold locations, such as the boundaries of refrigerated spaces and air-conditioned spaces. d. Where required by the NEC. 1. Install electrical boxes in those locations which ensure ready accessibility to enclosed electrical wiring. Provide knockout closures to cap unused knockout holes where blanks have been removed. 2. Fasten electrical boxes firmly and rigidly to substrates or structural surfaces to which attached, or solidly embed electrical boxes in concrete masonry. 3. Provide fire-retardant barriers in all pull and junction boxes containing circuits that are otherwise continuously separated in conduit. Securely fasten these barriers within box. Size barriers so that space between barrier and box wall does not exceed 0.125 inch anywhere around the perimeter of barrier. 4. Support exposed raceway within 1 foot of an unsupported box and access fittings. In horizontal runs, support at box and access fittings may be omitted where box or access fittings are independently supported and raceway terminals are not made with chase nipples or threadless box connectors. 5. In open overhead spaces, cast boxes threaded to raceways need not be supported separately except where used for fixture support; support sheet metal boxes directly from building structure. 6. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely and install the locknuts with dished part against the box. Where terminating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box and tighten the chase nipples so no threads are exposed. 7. Complete installation of electrical raceways before starting installation of conductors within raceways and prevent foreign matter from entering raceways by using temporary closure protection. Cap spare conduit. Protect stub-ups from damage where conduits rise from floor slabs. Arrange so curved portion of bends is not visible above the finished slab. 8. Install pull wires in empty raceways: Use No. 14 AWG zinc-coated steel or monofilament plastic line having not less than 200-pound tensile strength. Leave not less than 12 inches of slack at each end of the pull wire. o WIRE AND CABLE INSTALLATION a. Use pulling means including fish tape, cable, rope, and basket weave wire/cable grips which will not damage cables or raceways. Pull conductors simultaneously where more than v. 7.2024 128 one is being installed in same raceway. Use UL listed pulling compound or lubricant where necessary. b. Keep branch circuit conductor splices to minimum. Splice feeders only where indicated. Use a standard kit. No splices are allowed for instrument and telephone cables except at indicated splice points. c. Install splice and tap connectors which possess equivalent or better mechanical strength and insulation rating than conductors being spliced. Use splice and tap connectors which are compatible with conductor material and are UL listed as pressure type connectors. d. Provide adequate length of conductors within electrical enclosures and train conductors to terminal points with no excess. Bundle multiple conductors, with conductors larger than No. 10 AWG cabled in individual circuits. Make terminations so there is no bare conductor at terminal. e. Terminate power conductors at equipment using pressure-type terminals specifically designed for type of terminations to be made. Terminate no more than 2 conductors No. 8 AWG and smaller within the same pressure-type terminal. These 2 conductors shall be no more than 4 wire gauge sizes apart. Terminate no more than 1 conductor larger than No. 8 AWG within any pressure-type terminal. f. Seal wire and cable ends until ready to splice or terminate. o CUTTING AND PATCHING a. Perform cutting, fitting, and patching of electrical equipment and materials required to uncover Work to provide for installation of ill-timed Work, remove and replace Work that is either defective or does not conform to requirements of Drawings. b. Cut, remove, and legally dispose of selected electrical equipment, components, and materials as indicated including, but not limited to, removal of electrical items indicated to be removed and items made obsolete by new Work. Protect structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. Provide and maintain temporary partitions or dust barriers adequate to prevent spread of dust and dirt to adjacent areas. c. Patch existing finished surfaces and building components using new materials matching existing materials. o EQUIPMENT CHECKOUT AND TESTING v. 7.2024 129 a. In addition to testing recommended by equipment or material supplier and called for in equipment or material specification, perform the following. b. Check-out Procedures. In general, check-out procedures (as listed below) which are applicable for a particular item of equipment shall be performed: a. Vacuum interior of cubicles and remove foreign material. b. Wipe clean with a lint-free cloth insulators, bushings, bus supports, etc. c. Check exposed bolted power connections for tightness. d. Check operation of breakers, contactors, etc., and control and safety interlocks. e. Check tightness of bolted structural connections. f. Check leveling and alignment of enclosures. g. Check operating parts and linkages for lubrication, freedom from binding, vibration, etc. h. Check tightness and correctness of control connections at terminal blocks, relays, meters, switches, etc. i. Clean auxiliary contacts and exposed relay contacts after vacuuming. END OF SECTION 4.24 SECTION 16060: GROUNDING PART 1 - GENERAL 1.01 SUMMARY 1. Section Includes: Electrical grounding and bonding Work as follows: a. Solidly grounded. 2. Applications of electrical grounding and bonding Work in this Section: a. Electrical power systems. b. Raceways. c. Equipment. A. SUBMITTALS v. 7.2024 130 1. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: a. Product Data: Submit manufacturer's data on grounding and bonding products and associated accessories. B. QUALITY ASSURANCE 1. Codes and Standards: a. UL Compliance: Comply with applicable requirements of UL Standards No. 467, "Electrical Grounding and Bonding Equipment," and No. 869, "Electrical Service Equipment," pertaining to grounding and bonding of systems, circuits, and equipment. In addition, comply with UL Standard 486A, "Wire Connectors and Soldering Lugs for Use with Copper Conductors." Provide grounding and bonding products which are UL listed and labeled for their intended usage. b. IEEE Compliance: Comply with applicable requirements and recommended installation practices of IEEE Standards 80, 81, 141, and 142 pertaining to grounding and bonding of systems, circuits, and equipment. PART 2 - PRODUCTS o GROUNDING AND BONDING 1. Materials and Components: a. Except as otherwise indicated, provide electrical grounding and bonding systems indicated; with assembly of materials including, but not limited to, cables/wires, connectors, solderless lug terminals, grounding electrodes and plate electrodes, bonding jumper braid, surge arresters, and additional accessories needed for complete installation. Where more than one type component product meets indicated requirements, selection is Installer's option. Where materials or components are not indicated, provide products which comply with NEC, UL, and IEEE requirements and with established industry standards for those applications indicated. b. Conductors: Electrical copper grounding conductors for grounding system connections that match power supply wiring materials and are sized according to NEC. v. 7.2024 131 PART 3 - EXECUTION A. INSTALLATION OF ELECTRICAL GROUNDING AND BONDING SYSTEMS 1. Connect grounding conductors to underground grounding electrodes using exothermic weld process or mechanical compression type connectors. 2. Connect together system neutral, service equipment enclosures, exposed noncurrent carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ground connectors, and plumbing systems. 3. Terminate feeder and branch circuit insulated equipment grounding conductors with grounding lug, bus, or bushing. 4. Bond grounding cables to both ends of metal conduit or sleeves through which such cables pass. 5. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque-tightening values for connectors and bolts. Where manufacturer's torquing requirements are not indicated, tighten connections to comply with tightening torque values specified in UL 486A to assure permanent and effective grounding. 6. Route grounding connections and conductors to ground and protective devices in shortest and straightest paths as possible while following building lines to minimize transient voltage rises. Protect exposed cables and straps where subject to mechanical damage. END OF SECTION 4.25 SECTION 16070: SUPPORTING DEVICES PART 1 – GENERAL A. SUMMARY 1. Section Includes: Secure support from the building structure for electrical items by means of hangers, supports, anchors, sleeves, inserts, seals, and associated fastenings. B. SUBMITTALS 2. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: a. Product data for each type of product specified. C. QUALITY ASSURANCE 3. Electrical components shall be listed and labeled by UL, ETL, CSA, or other approved, nationally recognized testing and listing agency that provides third-party certification follow-up services v. 7.2024 132 PART 2 - PRODUCTS A. MANUFACTURERS 1. Subject to compliance with specified requirements, manufacturers offering products which may be incorporated in Work include: a. Slotted Metal Angle and U-Channel Systems: I. Allied Tube & Conduit. II. American Electric. III. B -Line Systems, Inc. IV. Cinch Clamp Co., Inc. V. GS Metals Corp. VI. Haydon Corp. VII. Kin-Line, Inc. VIII. Unistrut Diversified Products. b. Conduit Sealing Bushings: I. Bridgeport Fittings, Inc. II. Cooper Industries, Inc. III. Elliott Electric Mfg. Corp. IV. GS Metals Corp. V. Killark Electric Mfg. Co. VI. Madison Equipment Co. VII. L.E. Mason Co. VIII. O-Z/Gedney. IX. Producto Electric Corp. X. Raco, Inc. v. 7.2024 133 XI. Red Seal Electric Corp. XII. Spring City Electrical Mfg. Co. XIII. Thomas & Betts Corp. B. COATINGS 1. Coating: Supports, support hardware, and fasteners shall be protected by being 316 stainless steel finish, or inherent material characteristic. C. MANUFACTURED SUPPORTING DEVICES 1. Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps. 2. Fasteners. Types, materials, and construction features as follows: a. Expansion Anchors: Stainless steelwedge or sleeve type. b. Toggle Bolts: Stainless Steelspringhead type. c. Hanger Rods: 0.375-inch diameter minimum Stainless steel. 1. Conduit Sealing Bushings: Factory fabricated, watertight conduit sealing bushing assemblies suitable for sealing around conduit or tubing passing through concrete floors and walls. Construct seals with steel sleeve, malleable iron body, neoprene sealing grommets or rings, metal pressure rings, pressure clamps, and cap screws. 2. Cable Supports for Vertical Conduit: Factory fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Provide plugs with number and size of conductor gripping holes as required to suit individual risers. Construct body of stainless steel finish. 3. U-Channel Systems: 12 gauge or 0.105-inch-thick steel channels, with 9/16-inch- diameter holes, at a minimum of 8 inches on center in top surface. Provide fittings and accessories that mate and match with U-channel and are of same manufacturer. D. FABRICATED SUPPORTING DEVICES 1. Shop- or field-fabricated supports or manufactured supports assembled from U- channel components. 2. Steel Brackets: Fabricated of angles, channels, and other standard structural shapes. Connect with welds and machine bolts to form rigid supports. 3. Pipe Sleeves: Provide a waterstop on pipe sleeves. Provide pipe sleeves of 2 standard sizes larger than conduit/pipe passing through it and of one of the following: v. 7.2024 134 a. Sheet Metal: Fabricate from aluminum sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate sleeves from the following gauge metal for sleeve diameter noted: I. 3-inch and smaller: 20-gauge. II. 4-inch to 6-inch: 16-gauge. III. Over 6-inch: 14-gauge. b. Pipe: Fabricate from Schedule 40 aluminum pipe. PART 3 - EXECUTION NOT USED END OF SECTION 4.26 SECTION 16075: ELECTRICAL IDENTIFICATION PART 1 - GENERAL o SUMMARY 1. Section Includes: Identification of electrical materials, equipment, and installations. It includes requirements for electrical identification components including, but not limited to, the following: a. Identification labeling for cables and conductors. o SUBMITTALS 1. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: a. Product Data for each type of product specified PART 2 - PRODUCTS A. ELECTRICAL IDENTIFICATION PRODUCTS NOTE TO SPECIFIER: DELETE NONAPPLICABLE PRODUCTS BELOW. CONSIDER DELETING RACEWAY AND CABLE IDENTIFICATION REQUIREMENTS FOR RENOVATION IN BUILDINGS WITHOUT CURRENT RACEWAY CABLE IDENTIFICATION SYSTEMS. v. 7.2024 135 1. Colored Adhesive Marking Tape for Wires and Cables: Self-adhesive, vinyl tape not less than 3 mils thick by 1 inch to 2 inches in width. 2. Pre-tensioned Flexible Wraparound Colored Plastic Sleeves for Cable Identification: Flexible acrylic bands sized to suit raceway diameter and arranged to stay in place by pre- tensioned gripping action when coiled around the cable. 3. Wire/Cable Designation Tape Markers: Vinyl or vinyl-cloth, self-adhesive, wraparound, cable/conductor markers with pre-printed numbers and letter. 4. Cable Ties: Fungus-inert, self-extinguishing, one-piece, self-locking nylon cable ties, 0.18 inch minimum width, 50-pound minimum tensile strength, and suitable for a temperature range from minus 50 to 350 degrees F. Provide ties in specified colors when used for color coding. PART 3 - EXECUTION A. INSTALLATION 1. Lettering and Graphics: Coordinate names, abbreviations, colors, and other designations used in electrical identification Work with corresponding designations specified or indicated. Install numbers, lettering, and colors as approved in submittals and as required by Code. 2. Underground Electrical Line Identification: During trench backfilling for exterior nonconcrete encased underground power, signal, and communications lines, install continuous underground plastic line marker located directly above line at 6 to 8 inches below finished grade. Where multiple lines installed in a common trench, do not exceed an overall width of 16 inches; install a single line marker. 3. Install line marker for underground wiring, both direct buried and in raceway. 4. Conductor Color Coding: Provide color coding for secondary service, feeder, and branch circuit conductors throughout the Project secondary electrical system following OWNER's method of phase identification or as follows: 1. Wiring Standards: a. 480/277 Volt, 3-Phase Power: i. Brown. ii. Orange. v. 7.2024 136 iii. Yellow. iv. Grey Neutral. b. Motor Leads, Control Cabinet/MCC: i. Black, numbered L1-T1, etc. c. Control Wiring: i. Red Control circuit wiring that is de-energized when the main disconnect is opened. ii. Yellow Control circuit wiring that remains energized when the main disconnect is opened. iii. Blue DC. iv. Green Ground. 2. Use conductors with color factory applied entire length of conductors except as follows: a. The following field applied color coding methods may be used in lieu of factory- coded wire for sizes larger than No. 10 AWG. i. Apply colored, pressure-sensitive plastic tape in half-lapped turns for a distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last 2 laps of tape with no tension to prevent possible unwinding. Use 1-inch-wide tape in colors as specified. Do not obliterate cable identification markings by taping. Tape locations may be adjusted slightly to prevent such obliteration. ii. In lieu of pressure-sensitive tape, colored cable ties may be used for color identification. Apply 3 ties of specified color to each wire at each terminal or splice point starting 3 inches from the terminal spaced 3 inches apart. Apply with a special tool or pliers, tighten for snug fit, and cut off excess length. 3. Power Circuit Identification: Securely fasten identifying metal tags of aluminum wraparound marker bands to cables, feeders, and power circuits in vaults, pull boxes, junction boxes, manholes, and switchboard rooms with 1/4-inch steel letter and number stamps with legend to correspond with designations on Drawings. If metal tags are provided, attach them with approximately 55-pound test monofilament line or one-piece self-locking nylon cable ties. 4. Install wire/cable designation tape markers at termination points, splices, or junctions in each circuit. Circuit designations shall be as indicated on Drawings. v. 7.2024 137 END OF SECTION 4.27 SECTION 16120: WIRES AND CABLES PART 1 - GENERAL A. SUMMARY 1. Section includes the following: a. Low-Voltage Wire and Cable. b. Instrument Cable. B. SUBMITTALS 1. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Include Shop Drawings of wires, cables, connectors, splice kits, and termination assemblies. 2. Reports of field tests prepared as noted in Section 01720. C. QUALITY ASSURANCE 1. UL Compliance: Provide components which are listed and labeled by UL. For cables intended for use in air handling space comply with applicable requirements of UL Standard 710, "Test Method for Fire and Smoke characteristics of cables used in Air Handling Spaces." 2. NEMA/ICEA Compliance: Provide components which comply with following standards: a. NEMA WC 70-1999/ICEA S-95-658-1999, Nonshielded Power Cables Rated 2,000 Volts or Less for the Distribution of Electrical Energy. 3. IEEE Compliance: Provide components which comply with the following standard. a. Standard 82, Test procedures for Impulse Voltage Tests on Insulated Conductors. 4. Labeling: Handwritten labels are not acceptable. All labels shall be machine printed on clear or opaque tape, stenciled onto adhesive labels, or typewritten onto adhesive labels. The font shall be at least 1/8 inch in height, block characters, and legible. The text shall be of a color contrasting with the label such that is may be easily read. If labeling tape is utilized, the font color shall contrast with the background. Patch panels shall exhibit workstation numbers or some type of location identifier, in sequential order, for all workstations or devices attached. Each Network cable segment shall be labeled at each end with its respective identifier. PART 2 - PRODUCTS A. MANUFACTURERS v. 7.2024 138 1. Subject to compliance with specified requirements, manufacturers offering products which may be incorporated in Work include: a. Low-Voltage Wire and Cable: i. American Insulated Wire Corp. ii. General Cable. iii. The Okonite Co. iv. Southwire Co. b. Connectors for Low-Voltage Wires and Cable Conductors: i. AMP. ii. O-Z/Gedney Co. iii. Square D Company. iv. 3M Company. c. Instrument Cable: i. Belden (Trade Nos. 1120A and 1118A). B. LOW-VOLTAGE WIRES AND CABLES 1. Conductors: Provide stranded conductors conforming to ASTM Standards for concentric stranding, Class B. Construction of wire and cable shall be single conductor (1/c) unless multiconductor cable is shown by notation in form (x/c) where x indicates the number of separate insulated conductors per cable. 2. Conductor Material: Copper. Minimum size power wire shall be No. 12 AWG. 3. Insulation: Provide XHHW insulation for power conductors used in single- and 3-phase circuits with more than 120 volts to ground. Provide XHHW, or THWN/THHN insulation for power conductors used in single- and 3-phase circuits with 120 volts or less to ground a. Provide THHN/THWN, or XHHW insulation for grounding conductors installed in raceways. b. Provide THHN/THWN insulation for control conductors. C. CONNECTORS FOR LOW-VOLTAGE WIRES AND CABLES v. 7.2024 139 1. Provide UL listed factory fabricated, solderless metal connectors of sizes, ampacity ratings, materials, types, and classes for applications and services indicated. Use connectors with temperature ratings equal to or greater than those of the wires upon which used. D. INSTRUMENT CABLE 1. Instrument Cable: 600 volt minimum insulated shielded cable with two or more twisted No. 16 AWG stranded copper conductors; PVC, nylon, or polyethylene outer jacket; and 100 percent foil shielding. PART 3 - EXECUTION A. FIELD QUALITY CONTROL 1. Reports (non-LAN cable): Testing organization shall maintain a written record of observations and tests, report defective materials and workmanship, and retest corrected defective items. Testing organization shall submit written reports to ENGINEER. END OF SECTION 4.28 SECTION 16130: RACEWAYS PART 1 - GENERAL A. SUMMARY 1. Section Includes: Raceways for electrical wiring. Types of raceways in this Section include the following: a. Liquidtight flexible conduit. b. Rigid nonmetallic conduit. c. Conduit bodies. B. SUBMITTALS 2. Shop Drawings: Submit in accordance with Section 01340, Shop Drawings covering the items included under this Section. Shop Drawing submittals shall include: d. Product data for the following products: i. Conduit. ii. Conduit bodies. C. QUALITY ASSURANCE 3. Codes and Standards: v. 7.2024 140 e. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways. f. UL Compliance and Labeling: Comply with applicable requirements of UL standards pertaining to electrical raceway systems. Provide raceway products and components listed and labeled by UL, ETL, or CSA. PART 2 - PRODUCTS A. MANUFACTURERS 1. Subject to compliance with requirements, manufacturers offering products which may be incorporated in Work include: a. Conduit: i. Allied Tube. ii. Carlon. iii. General Electric Co. iv. Johns Manville. v. Occidental Coatings. vi. Orangeburg. vii. Perma-Cote Industries. viii. Republic Steel. ix. Robroy Industries. x. Steelduct Co. xi. Triangle Conduit. xii. Wheatland Tube. xiii. Youngstown Sheet and Tube. b. Liquidtight Conduit: i. Anamet, Inc. v. 7.2024 141 ii. Carlon. iii. Electric-Flex. iv. Thomas and Betts. c. Conduit Bodies: i. Adalet-PLM. ii. American Electric. iii. Appleton Electric Co. iv. Carlon. v. Crouse-Hinds Division, Cooper Industries, Inc. vi. Delta Industrial Products. vii. Killark Electric Mfg. Co. viii. Kraloy Products Co. ix. O-Z/Gedney Co. x. Perma-Cote Industries. xi. Robroy Industries. xii. Spring City Electrical Mfg. Co. B. NONMETALLIC CONDUIT AND DUCTS 1. Rigid Nonmetallic Conduit (RNC): NEMA TC 2 and UL 651, 80 PVC. 2. Liquidtight Flexible Nonmetallic Conduit and Fittings: UL 1660. Fittings shall be specifically approved for use with this raceway. C. CONDUIT BODIES 1. Provide matching gasketed covers secured with corrosion-resistant screws. Use nonmetallic covers in NEMA 4X areas. 2. Conduit and Tubing: Use metallic conduit bodies as follows: v. 7.2024 142 PART 3 - EXECUTION NOT USED END OF SECTION PRICING SHEET Please note the quantities listed on the Pricing Sheet are estimates and not all quantities may be used during construction. NE WRF SAND FILTERS REHAB 23-0045-UT Line Item Description Quantity Unit of Measure Unit Cost Total I. GENERAL 1 Mobilization and Demobilization 1 LS 2 Indemnification 1 LS 3 General Requirements 1 LS II. FILTER CLEANING 4 Filter Media and Debris Removal, Hauling, Disposal 180 Ton 5 Filter Cell Cleaning 10,000 SF III. FILTER INSPECTIONS 6 Filter Inspections - Filter Equipment Manufacturer 13 EA IV. CONCRETE REPAIR 7 Crack Repairs - Epoxy Injection 75 LF 8 Concrete Surface Rehab - Level 1 Repair 900 SF 9 Concrete Surface Rehab - Level 2 Repair 200 SF 10 Concrete Surface Rehab - Level 3 Repair 150 SF v. 7.2024 143 Line Item Description Quantity Unit of Measure Unit Cost Total 11 Concrete Surface Rehab - Level 4 Repair 30 SF 12 Spall Repair at Floor 5 SF 13 Protective Coatings 9,000 SF V. FILTER REHABILITATION 14 Furnish and Install I-Beam Hold Down Assemblies (Including Fasteners & Hardware) 12 EA 15 Furnish and Install Hold Down Clip Angles (Including Fasteners & Hardware) 360 EA 16 Furnish and Install Wire Mesh Screen 60 EA 17 Furnish and Install 1/8"x1" Core Sealing Gasket (100' Roll) 10 EA 18 Furnish and Install 3/16"x3" Closed Cell Neoprene Gasket (50' Roll) 48 EA 19 Furnish and Install Long Loose Perimeter Angles 120 EA 20 Furnish and Install Short Loose Perimeter Angles 120 EA 21 Furnish and Install Hold Down I- Beam 360 EA 22 Furnish and Install Level Sensors 24 EA 23 Kit-Holddown 360 EA 24 Backwash Trough Support Angle 12 EA 25 Backwash Trough Support Tabs 96 EA 26 Level Existing V-Notch Weir 144 EA 27 Furnish and Install Filter Media 180 Ton v. 7.2024 144 Line Item Description Quantity Unit of Measure Unit Cost Total VI. VALVES 28 Replace Existing 20-Inch Backwash Effluent Trough Valve 12 EA 29 Replace Existing 20-Inch Backwash Effluent Trough Actuator 12 EA 30 Replace Existing 18-Inch Inlet Trough Valve 10 EA ITEM DESCRIPTION 31 Replace Existing 18-Inch Inlet Trough Actuator 12 EA 32 Replace Existing 18-Inch Backwash Inlet Valve 8 EA 33 Replace Existing 18-Inch Backwash Inlet Actuator 12 EA 34 Replace Existing 18-Inch Filtrate Valve 8 EA 35 Replace Existing 18-Inch Filtrate Actuator 12 EA 36 Replace Existing 16-Inch Effluent Pump Check Valve 2 EA 37 Replace Poly Tubing for Pneumatic Actuators 3,000 LF 38 Install 1/2" Push to Connect X 1/2" Straight Fitting for Connection to New Actuator 72 EA VII. AIR PIPING & DIFFUSERS 39 Remove Existing 3-Inch GSP Low Pressure Air Manifold & Replace with 3-Inch Type 304 SST Pipe Manifold (30') 16 EA v. 7.2024 145 Line Item Description Quantity Unit of Measure Unit Cost Total 40 Furnish and Install PVC Diffusers 240 EA 41 Furnish and Install 3-inch Air Manifold SST Supports 24 EA VIII. CHEM CLEAN SYSTEM 42 Reprogram PLC for Proper Operation of Chemical Cleaning System 1 LS IX. GATE REMOVAL AND REPLACEMENT 43 Sliding Gate Replacement, Actuator Replacement and Bypass 1 LS TOTAL CONTINGENCY 10% based on subtotal from lines 1-43 above. Line Item Description Quantity Unit of Measure Unit Cost Total 44 Contingency (10% ) 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 *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply v. 7.2024 146 ☐ 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. 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. v. 7.2024 147 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... *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* v. 7.2024 148 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 Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Northeast WRF Sand Filter Rehab\Sand_Filter_Rehab_Update_Map\Sand_Filter_Rehab_Update_Map.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2024 Northeast WRF Sand Filters Rehab Project Number: 23-0045-UT ² N.T.S.Scale:KFMap Gen By:RPReviewed By:7/21/2025Date: AERIAL MAP 31803290SR 580 EFFLUENT SAND FILTERS Tetra Tech, Inc. 201 E. Pine Street, Suite 1000, Orlando, FL 32801 Tel 407.839.3955 Fax 407.839.3790 www.tetratech.com August 4, 2025 Ms. Rama Pandkar, PE Project Manager City of Clearwater Public Utilities Department 1650 N. Arcturas Ave., Building C Clearwater, FL 33765 Subject: Bid #23-0045-UT – Northeast Water Reclamation Facility Sand Filter Rehabilitation Bid Evaluation Tt #: 200-41125-24002 Dear Ms. Pandkar, Tetra Tech has reviewed the bids that were received for the above referenced project submitted to the City of Clearwater on July 23, 2025. There were three (3) bids received. A summary table of the bid tabulations provided by the City is attached. The project total bid prices, as submitted by the three (3) bidders are summarized from the lowest to highest total base bide below: Contractor Total Base Bid C&T Contracting Services $5,469,339.00 Poole and Kent Company of Florida $5,852,321.20 Razorback LLC $7,928,736.20 The bid tabulation shows that C&T Contracting Services is the apparent low bidder with a total base bid of $5,469,339.00. C&T Contracting Services previously applied through the City’s Contractor Prequalification Program and was approved by the City in 2023. This includes projects in the categories of Concrete Flatwork, Wastewater Treatment Facilities, Water/Reclaimed Distribution Mains and Water Treatment Facilities, with up to an approved Maximum Bid Limit of $4,000,000 and a prequalification expiration date of November 28, 2026. The City is acceptable to C&T Contracting Services for this project. Their Prequalification Package is included in Attachment B. Project experience provided in C&T Contracting Services Prequalification Package included similar previously completed projects. There were four (4) references provided by C&T Contracting Services in their Prequalification Package and all references provided favorable responses. There were two (2) projects that were similar in scope to this project. Tetra Tech contacted the references listed for both projects. Only one (1) reference was responsive. The Ms. Rama Pandkar, P.E. August 4, 2025 Page 2 of 5 Reference Questionnaire is included in Attachment C. The reference provided favorable responses. C&T Contracting Services is a certified general contractor in the State of Florida. Tetra Tech has verified that C&T Contracting Services license is active and that they are in good standing with the State of Florida Department of Business and Professional Regulation (DBPR). Tetra Tech’s review of C&T Contracting Services bid and capability to perform the work required has resulted in a favorable evaluation for award of the project to of C&T Contracting Services. The City should verify that all of the submitted documents meet the City’s requirements for the project. Please do not hesitate to contact me if you have any questions. Very truly yours, Tetra Tech Jennifer Ribotti, P.E. Project Manager C: Andrew Woodcock, P.E., Tetra Tech James Uzdavinis, P.E., Tetra Tech Attachments: Attachment A –Bid Tabulations Attachment B – Contractor Prequalification Package Attachment C – Contractor Reference Questionnaire JCB/41125-24002/Construction/BidSupport/Exp Rec of Award.doc Ms. Rama Pandkar, P.E. August 4, 2025 Page 3 of 5 Attachment A Official Bid Tabulation Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost TotalI. GENERALX1Mobilization and Demobilization 1 LS $260,000.00 $260,000.00 $300,000.00 $300,000.00 $579,000.00 $579,000.00X2Indemnification1 LS $10.00 $10.00 $100.00 $100.00 $1,000.00 $1,000.00X3General Requirements 1 LS $109,000.00 $109,000.00 $200,000.00 $200,000.00 $607,000.00 $607,000.00II. FILTER CLEANIX4Filter Media and Debris Removal, Hauling, Disposal180 Ton $970.00 $174,600.00 $1,500.00 $270,000.00 $1,270.00 $228,600.00X5Filter Cell Cleaning10000 SF $1.30 $13,000.00 $30.00 $300,000.00 $19.00 $190,000.00III. FILTER INSPECX6Filter Inspections - Filter Equipment Manufacturer13 EA $4,938.00 $64,194.00 $5,000.00 $65,000.00 $6,350.00 $82,550.00IV. CONCRETE REX7Crack Repairs - Epoxy Injection 75 LF $123.00 $9,225.00 $97.00 $7,275.00 $459.00 $34,425.00X8Concrete Surface Rehab - Level 1 Repair900 SF $25.00 $22,500.00 $51.00 $45,900.00 $90.00 $81,000.00X9Concrete Surface Rehab - Level 2 Repair200 SF $208.00 $41,600.00 $98.00 $19,600.00 $200.00 $40,000.00X10Concrete Surface Rehab - Level 3 Repair150 SF $264.00 $39,600.00 $231.00 $34,650.00 $399.00 $59,850.00X11Concrete Surface Rehab - Level 4 Repair30 SF $1,368.00 $41,040.00 $304.00 $9,120.00 $600.00 $18,000.00X12Spall Repair at Floor5 SF $712.00 $3,560.00 $310.00 $1,550.00 $600.00 $3,000.00X13Protective Coatings9000 SF $50.00 $450,000.00 $34.00 $306,000.00 $33.00 $297,000.00V. FILTER REHABX14Furnish and Install I-Beam Hold Down Assemblies (Including Fasteners & Hardware)12 EA $743.00 $8,916.00 $1,825.00 $21,900.00 $2,200.00 $26,400.00X15Furnish and Install Hold Down Clip Angles (Including Fasteners & Hardware)360 EA $154.00 $55,440.00 $146.00 $52,560.00 $402.00 $144,720.00X16Furnish and Install Wire Mesh Screen60 EA $723.00 $43,380.00 $960.00 $57,600.00 $1,259.00 $75,540.00X17Furnish and Install 1/8"x1" Core Sealing Gasket (100' Roll)10 EA $625.00 $6,250.00 $985.00 $9,850.00 $1,345.00 $13,450.00X18Furnish and Install 3/16"x3" Closed Cell Neoprene Gasket (50' Roll)48 EA $503.00 $24,144.00 $432.00 $20,736.00 $798.00 $38,304.00X19Furnish and Install Long Loose Perimeter Angles120 EA $461.00 $55,320.00 $540.00 $64,800.00 $798.00 $95,760.00X20Furnish and Install Short Loose Perimeter Angles120 EA $593.00 $71,160.00 $624.00 $74,880.00 $988.00 $118,560.00X21Furnish and Install Hold Down I-Beam360 EA $1,234.00 $444,240.00 $900.00 $324,000.00 $1,790.00 $644,400.00X22Furnish and Install Level Sensors24 EA $558.00 $13,392.00 $800.00 $19,200.00 $1,200.00 $28,800.00X23Kit-Holddown360 EA $74.00 $26,640.00 $84.00 $30,240.00 $182.00 $65,520.00X24Backwash Trough Support Angle12 EA $656.00 $7,872.00 $1,471.00 $17,652.00 $1,645.00 $19,740.00X25Backwash Trough Support Tabs96 EA $872.00 $83,712.00 $207.00 $19,872.00 $450.00 $43,200.00X26Level Existing V-Notch Weir144 EA $54.00 $7,776.00 $700.00 $100,800.00 $133.00 $19,152.00X27Furnish and Install Filter Media180 Ton $1,448.00 $260,640.00 $2,500.00 $450,000.00 $2,540.00 $457,200.00VI. VALVESX28Replace Existing 20-Inch Backwash Effluent Trough Valve12 EA $28,917.00 $347,004.00 $40,000.00 $480,000.00 $37,827.00 $453,924.00X29Replace Existing 20-Inch Backwash Effluent Trough Actuator12 EA $28,412.00 $340,944.00 $20,000.00 $240,000.00 $37,100.00 $445,200.00X30Replace Existing 18-Inch Inlet Trough Valve10 EA $24,578.00 $245,780.00 $20,000.00 $200,000.00 $31,290.00 $312,900.00ITEM DESCRX31Replace Existing 18-Inch Inlet Trough Actuator12 EA $21,000.00 $252,000.00 $20,000.00 $240,000.00 $30,098.00 $361,176.00X32Replace Existing 18-Inch Backwash Inlet Valve8 EA $25,000.00 $200,000.00 $25,000.00 $200,000.00 $35,650.00 $285,200.00X33Replace Existing 18-Inch Backwash Inlet Actuator12 EA $21,938.00 $263,256.00 $20,000.00 $240,000.00 $25,499.00 $305,988.00X34Replace Existing 18-Inch Filtrate Valve 8 EA $29,421.00 $235,368.00 $25,000.00 $200,000.00 $27,680.00 $221,440.00X35Replace Existing 18-Inch Filtrate Actuator12 EA $18,000.00 $216,000.00 $20,000.00 $240,000.00 $26,235.00 $314,820.00X36Replace Existing 16-Inch Effluent Pump Check Valve2 EA $48,385.00 $96,770.00 $60,000.00 $120,000.00 $49,890.00 $99,780.00X37Replace Poly Tubing for Pneumatic Actuators3000 LF $9.00 $27,000.00 $6.00 $18,000.00 $6.00 $18,000.00X38Install 1/2" Push to Connect X 1/2" Straight Fitting for Connection to New Actuator72 EA $303.00 $21,816.00 $159.00 $11,448.00 $280.00 $20,160.00VII. AIR PIPING &X39Remove Existing 3-Inch GSP Low Pressure Air Manifold & Replace with 3-Inch Type 304 SST Pipe Manifold (30')16 EA $8,223.00 $131,568.00 $10,000.00 $160,000.00 $2,190.00 $35,040.00X40Furnish and Install PVC Diffusers240 EA $113.00 $27,120.00 $100.00 $24,000.00 $287.00 $68,880.00X41Furnish and Install 3-inch Air Manifold SST Supports24 EA $513.00 $12,312.00 $418.00 $10,032.00 $520.00 $12,480.00VIII. CHEM CLEANX42Reprogram PLC for Proper Operation of Chemical Cleaning System1 LS $47,538.00 $47,538.00 $20,000.00 $20,000.00 $4,213.00 $4,213.00IX. GATE REMOVX43Sliding Gate Replacement, Actuator Replacement and Bypass1 LS $170,440.00 $170,440.00 $93,527.00 $93,527.00 $236,570.00 $236,570.00Total$4,972,127.00 $5,320,292.00 $7,207,942.00NE WRF Sand Filters RehabC&T Contracting Services, LLC Poole & Kent Company of Florida Razorback LLC Ms. Rama Pandkar, P.E. August 4, 2025 Page 4 of 5 Attachment B Contractor Prequalification Package Contractor Prequalification Approval Form Date Application Received: 11/17/2023 Contractor Name: C&T Contracting Services Contact Person Name & Title: Chris Telson -Operations Man aqer Mailing Address: 11023 Countrvwav Bl vd. City, State & Zip: Tampa, FL , 33626 Contact Phone Number: (727) 483-1594 I Fax Number: I (727) 483-1 594 E-mail Address: Chris@ctcontractinqservices.com Company Website: www.CTContractinqservices.com Prior Pre-qualifications with City? NO Amount: N/A Expiration: N/A Evaluation: N/A - Requested Categories: Prior Approve Requested Categories: Prior Approve [Concrete Flatwork I N/A VE5 I tWastewater Treatment Fa cilities '. N/A Y£"5 I 1Water/Recla imed Distribution Mains I N/A vr-:~ I Water Treatment Facilities I N/A Ye ( I I ~ I I I 11 I I I 1 I Attachments Submitted: At least three reference letters YES Completed Project List YES Financial Statement YES Current Licenses YES Largest Project Completed to Date: Cypress Manor WVVTF Plant Improvements Amount: I $2,605,855 Date Completed: I 1013 112023 Laraest Aaareaate Completed Project Amount: I Date Ranae: I Comments: Suggested Bid Limit -$4 ,000,000 Approved/Denied: $ L/ I 000 1 000 f-\ ~P~DV !:: r> Approved Bid Limit: ~"t-}, om I Cf){} / Approved By: z. /..._ .:::z. ~ I Date: I /I I t-12> / ~-z ~ / I pl " Project Owner / General Contractor Owner's Contact Scope of Work Project Value Design Engineer/Architect Estimated Start & Completion Date Groveland Barscreen Replacement Groveland, FL City of Groveland 156 South Lake Avenue Groveland, FL 34736 Justin Demello (617) 877-4936 jdemello@woodardcurran.com Furnish and install a center-flow screen, washer/compacter, booster pump, and water heater. $425,000 Woodard & Curran, Inc. 210 South Florida Avenue Lakeland, FL 33801 November 2021 - May 2022 Valrico & Falkenburg WWTP Blower Replacement Tampa, FL Hillsborough County 601 East Kennedy Blvd. Tampa, FL 33602 Brian Perkins (813) 539-5880 perkinsb@hillsboroughcounty.com Replacement of (2) blowers at each site, reconnection of electrical, and rearrangement of pipe layout; Concrete blower pads. ODP INCLUDED IN PROJECT VALUE. $474,100 Design-Build October 2021 - April 2022 Tarpon Springs WWTP - Chlorine Conversion Tarpon Springs, FL Odyssey Manufacturing Co. 1484 Massaro Blvd. Tampa, FL 33619 Patrick Allman (813) 335-3444 pallman@odysseymanufacturing.com Construction of sodium biosulfate slab and secondary sodium hypochlorite chamber including footers, walls, slab, and skid pad; Furnish & install bollards. $51,700 Grindley Williams Engineering 4175 South Pipkin Road Lakeland, FL 33811 September 2021 - October 2021 Van Dyke WWTP Pump Station Tampa, FL RC Beach & Associates, Inc. 625 Grand Central Street Clearwater, FL 33756 Rick Reiber (727) 243-4897 r.reiber@rcbeach.com Removal and replacement of (5) existing pumps and pump pads; Reconstruction of exisitng pipe layout for consistency. ODP INLCUDED IN PROJECT VALUE. $525,000 Design-Build December 2021 - January 2022 Central County WRF Phase 3 Impovements Sarasota, FL Poole & Kent Company of Florida 1715 West Lemon Street Tampa, FL 33606 Cole Milliken (813) 546-4324 colem@pkflorida.com Construction of foundation for sodium hypochlorite storage and (4) tank pads.$61,400 Carollo Engineers 301 North Cattlemen Road Suite 302 Sarasota, FL 34232 October 2021 - December 2021 Sprayfield Pump Station Improvements Eustis, FL City of Eustis 10 North Groove St. Eustis, FL 32726 Daniel Millan (352) 483-5480 Ext. 3105 Furnish and installation new pump station piping, pump panels, and slide gates; Electrical improvements and new I&C.$471,000 Kimley-Horn and Associates, Inc 189 South Orange Avenue Suite 1000 Orlando, FL 32801 December 2021 - April 2022 Furnish & Install A Wastewater Plant Grit Classifier Dunedin, FL City of Dunedin - Wastewater Division 1140 MLK Jr. Blvd. Dunedin, FL 34698 Brian Antonian (727) 813-1289 BAntonian@dunedinfl.net Furnish and install a grit classifier meeting the city's provided specifications. $85,999 Design-Build January 2022 - August 2022 Cypress Manor WWTF Plant Improvements Dade City, FL Pasco County Utilities Department 19420 Central Blvd. Land O' Lakes, FL 34637 Wayne Baker 727-247-2701 wbaker@pascocountyfl.net Demoliton of exisitng batch plant, blowers, and sodium hypochlorite system; Relocation of existing generator; Furnish and install packaged wastewater plant, associated piping and site work. $ 2,605,000.00 Hazen and Sawyer 1000 North Ashley Drive Suite 1000 Tampa, FL 33602 January 2022 - September 2023 Dunedin Reverse Osmosis Facility Reconstruction Dunedin, FL City of Dunedin - Water Division 1140 MLK Jr. Blvd. Dunedin, FL 34698 Nick Harper 321-652-8899 nharper@synergynds.com Disassembly and installation of new RO skids and damaged equipment as required to bring the plant back to full capacity. $ 950,000.00 Design-Build with City of Dunedin November 2022 -January 2023 Spring Lake Water Treatment Plant No. 1 Improvements Sebring, FL Spring Lake Improvement District 115 Spring Lake Blvd. Sebring, FL 33870 Clay Shrum (863) 443-1617 cshrum@springlakefl.com Installation of precast concrete electrical building and replacement of all the existing electrical controls, new 200KW generator with ATS, and of VFD's for pumps. Construct sidewalks. $880,970.00 Craig A. Smith & Associates 21045 Commercial Trail Boca Raton, FL 33486 May 2022 - November 2022 Spring Lake Water Treatment Plant No. 2 Improvements Sebring, FL Spring Lake Improvement District 115 Spring Lake Blvd. Sebring, FL 33870 Clay Shrum (863) 443-1617 cshrum@springlakefl.com Installation of precast electrical/chemical building, high service pump station, PVC WM, & new 250KW generator with ATS. Rehabilitate existing water storage tank and 60HP well pump. $2,372,654.00 Craig A. Smith & Associates 21045 Commercial Trail Boca Raton, FL 33486 April 2022 - January 2023 Ybor Pumping Station Standby Generators Tampa, FL Poole & Kent Company of Florida 1715 West Lemon Street Tampa, FL 33606 David Bushea (813) 390-7120 daveb@pkflorida.com Subgrade preparation. Construction of (2) generator foundation slabs and (1) backflow preventer slab. Demolition of existing water lines. Installation of water service and backflow preventers. $63,720.00 Kimley-Horn and Associates, Inc. 100 2nd Avenue South Suite 105N St. Petersburg, FL 33701 May 2022 - June 2022 Krause Pumping Station Standby Generators Tampa, FL Poole & Kent Company of Florida 1715 West Lemon Street Tampa, FL 33606 David Bushea (813) 390-7120 daveb@pkflorida.com Subgrade preparation. Construction of (1) generator foundation structure & retetion pond. Irrigation & lansacaping. Demolition of existing concrete. Install RCP and abandon existing pipe. $173,000.00 Kimley-Horn and Associates, Inc. 100 2nd Avenue South Suite 105N St. Petersburg, FL 33701 June 2022 - July 2022 Glencoe WTP Chemical Systems Improvements New Smyrna Beach, FL City of New Smyrna Beach 200 Canal Street New Smyrna Beach, FL 32168 Micheal Izzeralli 813-505-5684 mazzarella@odysseymanufacturing.com Installation of chemical containment structures. $480,000.00 Hazen and Sawyer 919 Lake Baldwin Lane, Suite 200 Orlando, FL 32814 October 2021-June 2022 Dunedin RO West Wall Repairs Dunedin, FL City of Dunedin - Water Division 1140 MLK Jr. Blvd. Dunedin, FL 34698 Nick Harper 321-652-8899 nharper@synergynds.com Demolition and reconstruction of structural beams, columns and walls to repair from fire damage. $92,000.00 Design-Build May 2022 - June 2023 W. Dunn WRF Filtration & Disinfection Improvements Palm Harbor, FL PCL Construction, Inc 1 North Dale Mabry Highway Suite 300 Tampa, FL 33609 Jonathan Fernald (813) 541-6127 jefernald@pcl.com Concrete modifications to tertiary filters and construction of disinfection facility foundation, slab, and walls.$337,400 Carollo Engineers 10117 Princess Palm Ave. Suite 340 Tampa, FL 33610 June 2022 - August 2023 Golden Ocala WRF Disc Filter Ocala, FL Marion County Board of Comissioners 601 SE 25th Avenue Ocala, FL 34471 Alejandro Rad (352) 598-6936 alejandro.rad@marioncountyfl.org Construction of new forecemain & gravity main with appurtenances; Replacement of lift station components including top ring, top slab, & piping; Lift station bypass; Disc filter install. $288,580 Kimley-Horn and Associates, Inc. 101 East Silver Springs Blvd. Suite 400 Ocala, FL 34470 Jan 2019 - July 2019 Lift Station No. 1, 2, 5, 10 & 11 Rehabilitation Treasure Island, FL City of Treasure Island 120 108th Ave. Treasure Island, FL 33706 Micheal Helfrich (727) 547-4575 mhelfrich@mytreasureisland.org Rehabilitation of (5) existing lift stations including demolition and replacement of exisitng slabs, structures, fittings, & piping.$1,608,000 Advanced Engineering & Design, Inc. 3931 68th Avenue North Pinellas Park, FL 33781 Jan 2019 - July 2020 Lake Mary Water Treatment Plant Expansion Project Lake Mary, FL The Haskell Company 111 Riverside Avenue Jacksonville, FL 32202 John Morrison (727) 642-0549 John.Morrison@haskell.com Construction of concrete slabs, Type A pump pads, sidewalks, pipe supports, and equipment pads. Furnish and install metal fabricated stairways. $650,000 Brown and Caldwell 2301 Lucien Way Suite 250 Maitland, FL 32751 March 2021 - December 2021 Sun 'n Lake Sewer Lift Station Shredders Sebring, FL Sun n' Lake of Sebring Improvement District 5306 Sun n' Lake Blvd. Sebring, FL 33872 Omar DeJesus (863) 382-2196 odejesus@snldistrict.org Furnish & install manhole, shredder, pedestal, & junction box; Replacement of damaged sidewalks; Electrical work to power shredder. $140,616 Polston Engineering, Inc. 2925 Kenlworth Blvd. Sebring, FL 33870 June 2020 - November 2021 SIMILAR PREVIOUSLY COMPLETED PROJECTS Last Updated: October, 2023 11023 Countryway Blvd٠ Tampa, FL 33626 Tel.: (813) 854-2354 ٠ www.jacobsairwater.com ٠ Fax: (813) 854-2487 To Whom It Concerns, I am writing to highly recommend C&T Contracting Services for any construction project based on their exemplary performance on two recent projects: Dunedin WWTP Blower Installation and Groveland Barscreen Installation. 1. Dunedin WWTP Blower Installation: o Project Value: Combined value of $500,000, including the cost of blowers purchased directly by the city. o Completion: Successful replacement of 5 blowers. The Dunedin WWTP Blower Installation was a complex project with a substantial budget, and C&T Contracting Services managed it with utmost professionalism. They demonstrated a comprehensive understanding of the project's requirements, effectively coordinating the replacement of five blowers. Their meticulous planning and project management skills ensured that the project was completed within the specified timeline and budget constraints. Moreover, their diligence and commitment to quality were evident throughout the installation process, contributing to the overall success of the project. 2. Groveland Barscreen Installation: o Project Value: $480,000. o Completion: Installation of barscreen at headworks, including associated piping and electric modifications, from January 2021 to April 2022. The Groveland Barscreen Installation showcased C&T Contracting Services 's ability to handle intricate projects with finesse. From the commencement of the project in January 2021 to its completion in April 2022, they have managed the installation of the barscreen at the headworks seamlessly. The project, valued at $480,000, involved not only the physical installation but also required expertise in coordinating associated piping and electric modifications. C&T Contracting Services demonstrated exceptional project management skills, ensuring that the project was delivered on time and within budget while meeting the highest standards of quality. In both projects, C&T Contracting Services exhibited outstanding leadership, communication, and collaboration skills. They effectively consulted with stakeholders, including the city and subcontractors, fostering a positive working environment that contributed to the overall success of the projects. Based on C&T Contracting Services’ performance on these projects, I have no hesitation in recommending them for any future construction endeavors. Their dedication to excellence, coupled with their proven record of successfully managing complex projects, makes them an invaluable asset to any construction team. If you have any further questions or require additional information, please feel free to contact me at DJacobs@TSCJacobs.com or 813-888-5556 Sincerely, Duggan Jacobs TSC-Jacobs To Whom It May Concern, C & T Contractfng is a highly regarded contractor in the Municipal Water and Wastewater market, we have collaborated with them on multfple projects in the state of Florida. RC Beach recently collaborated with them on a project in Hillsborough county - Van Dyke Pump Statfon Rehab of pump statfon including replacement of pumps, pipes, and fittings from April - August 2022 and working on another south project in South Florida Spring Lake WTP improvements. All areas of working with C&T employees from engineering for submittals to the jobsite crew were all very much a pleasure to work with and the work was everything we expected and more. Respectiully, Rick Reiber Sales manager North Florida and Application engineer RC Beach & Associates Inc. 727-243-4897 737 Louden Avenue, Dunedin, FL 34698 | (727) 298-3000 | dunedingov.com TO: Whom It May Concern DATE: November 16, 2023 FROM: Brian Antonian, Wastewater Treatment Plant Superintendent SUBJECT: C&T Contracting BACKGROUND: The City of Dunedin Wastewater Department has utilized C&T Contracting on many City projects over the past few years ranging from 5/2020 thru 11/2023. C&T Contracting has installed the following equipment at the Wastewater treatment plant during the stated period. Total Projects value over $1 Million. 1) Installed a new Hydro-Dyne grit screw classifier, which included pipe work and concrete work. 2) Installed five-200 HP Gardner Denver Centrifugal Multi-stage blowers, which included new check valves and piping work. 3) Removed and installed hundreds of feet of new concrete sidewalks and concrete pads for awnings and drainage swells around the WWTP. 4) Installed two new Aurora 50 HP backwash water pumps for the Tetra de- nitrification filters for backwashing, which included new house keeping concrete pads and piping work. 5) Installed a new chemical lime storage building on-site. 6) Designed and installed a brand-new concrete drying bed for Collections vac truck debris. 7) Multiple 12”, 14”, 16” valves and check valves replaced at the WWTP and reclaim booster pump stations. C&T Contracting is the Wastewater treatment plant go to Contractor for all projects. The owners, Chris and Jose are very knowledgeable and very meticulous when it comes to accomplishing any task and it shows with the completed Projects. All C&T staff members are polite, very easy to work with and the Owners have great communication at all times. If you have any questions please feel free to contact me. Brian Antonian, Wastewater Treatment Plant Manager November 28, 2023 Chris Telson C&T Contracting Services 11023 Countryway Blvd. Tampa, FL 33626 Please accept this official notice that C&T CONTRACTING SERVICES has been approved to bid for City of Clearwater construction projects falling into the following parameters: Approved Maximum Bid Limit: $4,000,000 Prequalification Expiration: NOVEMBER 28, 2026 Approved Categories: o Concrete Flatwork (curbs, walks, courts, etc) o Wastewater Treatment Facilities o Water/Reclaimed Distribution Mains o Water Treatment Facilities Any category applied for and not approved indicates the project list submitted did not demonstrate any/enough experience in that category. Project experience in categories that were not approved may be submitted for consideration. This pre-qualification applies to standard types of construction projects. Projects requiring special expertise or unusually difficult construction categories may require separate pre-qualifications following bid advertisement. City policy dictates that financial statement documents are not copied or retained, so this item was deleted following the pre- qualification approval. The Engineering Construction Manager reserves the right to adjust categories and the maximum project bid value during the three-year approval period based on direct work experience and updates submitted. We appreciate your interest and look forward to receiving your bids on City of Clearwater projects. For our current bid list visit: https://www.myclearwater.com/business/bid-information. Kind Regards, Marina Tsongranis Contract Procurement Specialist City of Clearwater’s Engineering Department (727) 444 – 8212 marina.tsongranis@myclearwater.com Ms. Rama Pandkar, P.E. August 4, 2025 Page 5 of 5 Attachment C Contractor Reference Questionnaires \\etss000nf5.tt.local\USVolume5\Legacy\tts181fs2\Projects\IER\41125\200-41125-24002\Construction\BidSupport\Lowest Responsive Bidder\Contractor Reference Check_PCL.doc CONTRACTOR REFERENCE QUESTIONNAIRE Project: City of Clearwater – NEWRF Sand Filter Rehabilitation Date: August 4, 2025 Name of party spoken to: Andrew Hogan, PCL Construction, Inc Reference Verification for: C&T Contracting Services, LLC Were they timely with contract schedules? Yes Where there any unfair change orders or request for contract time extensions? No Were there any problems with sub-contractors? No Were the punch list items completed in a timely manner? Yes Was the project constructed as specified? Yes Did they demobilize and leave site in a timely manner? Yes Were the pay requests/applications for payment correct and all outstanding liens finalized? Yes Would you recommend them to work on one of your projects again? Yes Notes: C&T was very proactive with communication and focused on meeting their obligations. Any changes were handled collaboratively. C&T provided valuable expertise at our project that ensured their work was completed safely, timely, and with high quality. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost TotalI. GENERALX1Mobilization and Demobilization 1 LS $260,000.00$260,000.00$300,000.00$300,000.00$579,000.00$579,000.00X2Indemnification1 LS $10.00$10.00$100.00$100.00$1,000.00$1,000.00X3General Requirements 1 LS $109,000.00$109,000.00$200,000.00$200,000.00$607,000.00$607,000.00II. FILTER CLEANIX4Filter Media and Debris Removal, Hauling, Disposal180 Ton $970.00$174,600.00$1,500.00$270,000.00$1,270.00$228,600.00X5Filter Cell Cleaning10000 SF $1.30 $13,000.00$30.00$300,000.00$19.00$190,000.00III. FILTER INSPECX6Filter Inspections - Filter Equipment Manufacturer13 EA$4,938.00$64,194.00$5,000.00$65,000.00$6,350.00$82,550.00IV. CONCRETE REX7Crack Repairs - Epoxy Injection 75 LF $123.00$9,225.00$97.00$7,275.00$459.00$34,425.00X8Concrete Surface Rehab - Level 1 Repair900 SF $25.00$22,500.00$51.00$45,900.00$90.00$81,000.00X9Concrete Surface Rehab - Level 2 Repair200 SF $208.00$41,600.00$98.00$19,600.00$200.00$40,000.00X10Concrete Surface Rehab - Level 3 Repair150 SF $264.00$39,600.00$231.00$34,650.00$399.00$59,850.00X11Concrete Surface Rehab - Level 4 Repair30 SF $1,368.00$41,040.00$304.00$9,120.00$600.00$18,000.00X12Spall Repair at Floor5 SF $712.00$3,560.00$310.00$1,550.00$600.00$3,000.00X13Protective Coatings9000 SF $50.00$450,000.00$34.00$306,000.00$33.00$297,000.00V. FILTER REHABX14Furnish and Install I-Beam Hold Down Assemblies (Including Fasteners & Hardware)12 EA $743.00 $8,916.00 $1,825.00 $21,900.00 $2,200.00 $26,400.00X15Furnish and Install Hold Down Clip Angles (Including Fasteners & Hardware)360 EA $154.00 $55,440.00 $146.00 $52,560.00 $402.00 $144,720.00X16Furnish and Install Wire Mesh Screen60 EA$723.00$43,380.00$960.00$57,600.00$1,259.00$75,540.00X17Furnish and Install 1/8"x1" Core Sealing Gasket (100' Roll)10 EA $625.00 $6,250.00 $985.00 $9,850.00 $1,345.00 $13,450.00X18Furnish and Install 3/16"x3" Closed Cell Neoprene Gasket (50' Roll)48 EA $503.00 $24,144.00 $432.00 $20,736.00 $798.00 $38,304.00X19Furnish and Install Long Loose Perimeter Angles120 EA$461.00$55,320.00$540.00$64,800.00$798.00$95,760.00X20Furnish and Install Short Loose Perimeter Angles120 EA$593.00$71,160.00$624.00$74,880.00$988.00$118,560.00X21Furnish and Install Hold Down I-Beam360 EA$1,234.00$444,240.00$900.00$324,000.00$1,790.00$644,400.00X22Furnish and Install Level Sensors24 EA$558.00$13,392.00$800.00$19,200.00$1,200.00$28,800.00X23Kit-Holddown360 EA$74.00$26,640.00$84.00$30,240.00$182.00$65,520.00X24Backwash Trough Support Angle12 EA$656.00$7,872.00$1,471.00$17,652.00$1,645.00$19,740.00X25Backwash Trough Support Tabs96 EA$872.00$83,712.00$207.00$19,872.00$450.00$43,200.00X26Level Existing V-Notch Weir144 EA$54.00$7,776.00$700.00$100,800.00$133.00$19,152.00X27Furnish and Install Filter Media180 Ton $1,448.00$260,640.00$2,500.00$450,000.00$2,540.00$457,200.00VI. VALVESX28Replace Existing 20-Inch Backwash Effluent Trough Valve12 EA $28,917.00 $347,004.00 $40,000.00 $480,000.00 $37,827.00 $453,924.00X29Replace Existing 20-Inch Backwash Effluent Trough Actuator12 EA $28,412.00 $340,944.00 $20,000.00 $240,000.00 $37,100.00 $445,200.00X30Replace Existing 18-Inch Inlet Trough Valve10 EA$24,578.00$245,780.00$20,000.00$200,000.00$31,290.00$312,900.00ITEM DESCRX31Replace Existing 18-Inch Inlet Trough Actuator12 EA$21,000.00$252,000.00$20,000.00$240,000.00$30,098.00$361,176.00X32Replace Existing 18-Inch Backwash Inlet Valve8EA$25,000.00$200,000.00$25,000.00$200,000.00$35,650.00$285,200.00X33Replace Existing 18-Inch Backwash Inlet Actuator12 EA$21,938.00$263,256.00$20,000.00$240,000.00$25,499.00$305,988.00X34Replace Existing 18-Inch Filtrate Valve 8EA$29,421.00$235,368.00$25,000.00$200,000.00$27,680.00$221,440.00X35Replace Existing 18-Inch Filtrate Actuator12 EA$18,000.00$216,000.00$20,000.00$240,000.00$26,235.00$314,820.00X36Replace Existing 16-Inch Effluent Pump Check Valve2EA$48,385.00$96,770.00$60,000.00$120,000.00$49,890.00$99,780.00X37Replace Poly Tubing for Pneumatic Actuators3000 LF $9.00 $27,000.00$6.00 $18,000.00$6.00 $18,000.00X38Install 1/2" Push to Connect X 1/2" Straight Fitting for Connection to New Actuator72 EA $303.00 $21,816.00 $159.00 $11,448.00 $280.00 $20,160.00VII. AIR PIPING &X39Remove Existing 3-Inch GSP Low Pressure Air Manifold & Replace with 3-Inch Type 304 SST Pipe Manifold (30')16 EA $8,223.00 $131,568.00 $10,000.00 $160,000.00 $2,190.00 $35,040.00X40Furnish and Install PVC Diffusers240 EA$113.00$27,120.00$100.00$24,000.00$287.00$68,880.00X41Furnish and Install 3-inch Air Manifold SST Supports24 EA$513.00$12,312.00$418.00$10,032.00$520.00$12,480.00VIII. CHEM CLEANX42Reprogram PLC for Proper Operation of Chemical Cleaning System1 LS $47,538.00 $47,538.00 $20,000.00 $20,000.00 $4,213.00 $4,213.00IX. GATE REMOVX43Sliding Gate Replacement, Actuator Replacement and Bypass1 LS $170,440.00 $170,440.00 $93,527.00 $93,527.00 $236,570.00 $236,570.00Total$4,972,127.00$5,320,292.00$7,207,942.00Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost TotalX44Contingency (10% )1 LS $497,212.00$497,212.00$532,029.20$532,029.20$720,794.20$720,794.20Total$497,212.00$532,029.20$720,794.20NE WRF Sand Filters RehabC&T Contracting Services, LLC Poole & Kent Company of Florida Razorback LLCCONTINGENCYC&T Contracting Services, LLC Poole & Kent Company of Florida Razorback LLC Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0963 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize the City Manager and designated city representatives to enter into negotiations with Pinellas County for an interlocal agreement for the City of Clearwater’s participation in the Regional Resource Recovery Facility (RRRF). SUMMARY: Pinellas County is proposing the development of a Regional Resource Recovery Facility (RRRF) to provide a long-term, regional solution for biosolids management. The project is currently in Phase 2, which involves the development of bid specifications for the design, construction, and operation of the facility. The County is seeking partner commitments from neighboring municipalities, including the City of Clearwater, to participate in the RRRF through an interlocal agreement. The RRRF aims to address pending regulatory changes and water quality concerns by creating beneficial, reusable, and marketable products from biosolids, such as renewable energy, fertilizers, and compost. The project has explored several treatment technologies, including conventional digestion and thermal drying, thermal hydrolysis process (THP) digestion and thermal drying, and options incorporating pyrolysis and gasification. Pinellas County has provided preliminary estimated total annual costs for various treatment scenarios. For Clearwater, the estimated monthly cost per household ranges from $6.19 to $6.60, depending on the technology chosen, compared to the current monthly cost of $2.52. These estimates will be refined as the project progresses. Participation in the RRRF would require the City to enter into an interlocal agreement with Pinellas County. The terms of this agreement, including cost-sharing, capacity reservation, and other operational details, will be determined through negotiation. This agenda item seeks authorization for the City Manager and designated city representatives to begin these negotiations to explore the feasibility and potential benefits of Clearwater joining the regional facility. The interlocal agreement would be brought back to City Council for consideration once the essential terms and conditions have been negotiated. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item aligns with the Council’s Strategic Plan to achieve a High-Performing Government by maintaining public infrastructure through systematic management efforts and fostering regional cooperation. It also supports the City’s strategic goal of Environmental Stewardship by exploring sustainable and forward-looking solutions for biosolids management. Page 1 City of Clearwater Printed on 9/23/2025 September 10, 2025 City of Clearwater: Jennifer Poirrier, City Manager (Via email: jennifer.poirrier@myclearwater.com) City of Dunedin: Jennifer Bramley, City Manager (Via email: jbramley@dunedinfl.net) City of Largo: John Curp, City Manager (Via email: jcurp@largo.com) City of Oldsmar: Felicia Donnelly, City Manager (Via email: fdonnelly@oldsmarfl.gov) City of St. Petersburg: Rob Gerdes, City Administrator (Via email: robert.gerdes@stpete.org) City of Tarpon Springs: Charles Rudd, City Manager (Via email: charlesrudd@ctsfl.us) Thank you for meeting with me in June to discuss the County’s proposed Regional Resource Recovery Facility (RRRF) project. The project has been in development for some time and is structured in three phases. Phase 1 explored the concept of centralizing biosolids management practices as a regional solution addressing pending regulatory changes under Florida Administrative Code 62-640 and Senate Bill 712, as well as possible water quality concerns related to PFAS and other contaminants. Beyond compliance, the facility could offer the opportunity to create beneficial, reusable, and marketable products such as renewable energy, fertilizers, compost, and mulch—transforming a challenge into long-term value for our communities. Phase 1 was successfully completed in July 2025. The scope and fee for Phase 2 have now been received from the County’s consultant CDM Smith. Phase 2 of the project will be development of bid specifications for design, construction, and operation of the facility. Before moving forward with a recommendation to award Phase 2, it is critical we secure partner commitments. Phase 2 will include the development and execution of interlocal agreements with each participating organization. A copy of the Phase 2 proposal is attached, noting the quote is from January and will require updating. Your decision to participate is essential to shaping the future of a regional biosolids management solution. I respectfully request your written response confirming whether your organization will join as a partner in the RRRF or decline to participate by October 10, 2026. Thank you for your leadership and timely response. Together, let us build an environmentally safe, cost-effective, and forward-looking solution for the region. Sincerely, Barry A. Burton Pinellas County Administrator Attachment: CDM Smith Proposal dated January 14, 2025 RRRF Discussion Process Treatment Train Summary Short Listed Treatment Technologies •Conventional Digestion and Thermal Drying (baseline scenario) •THP Digestion and Thermal Drying •Solar Drying and Pyrolysis •Solar Drying and Gasification •THP or Conventional Digestion, Thermal Drying, and Pyrolysis •THP or Conventional Digestion, Thermal Drying, and Gasification Digestion Cake Receiving Hopper Biogas Conventional Digestion and Thermal Drying (Baseline) Dewatering Cake Receiving Hopper Class AA Dried Pellet Product Steam Digested Cake Raw Liquid Raw Cake Natural Gas Thermal Drying FOG Boiler Food Waste Rewetting Water Digestion Cake Receiving Hopper Biogas THP Digestion and Thermal Drying Dewatering Cake Receiving Hopper Class AA Dried Pellet Product THP Class AA Cake Steam Digested Cake Raw Liquid Raw Cake Cake Receiving Hopper Natural Gas Thermal Drying FOG Boiler Food Waste Digestion Cake Receiving Hopper Biogas THP Digestion, Thermal Drying, and Pyrolysis Dewatering Cake Receiving Hopper Class AA Dried Pellet Product THP Class AA Cake Steam Digested Cake Raw Liquid Raw Cake Natural Gas Thermal Drying FOG Boiler Food Waste Ash/Biochar Pyrogas/Syngas Pyrolysis Business Case Evaluation Financing Options Charges for Service – User Fees, Impact Fees Traditional Financing – Bond Market WIFIA and State Loan Programs Grant Funding Estimated Total Annual Costs 1A - Conventional and Thermal Drying 1B - THP and Thermal Drying 8 - THP Digestion, Thermal, and Pyrolysis Current Operating $6,211,000 $5,567,000 $5,012,000 Capital $21,961,000 $20,831,000 $22,127,000 Net Annual Costs $28,172,000 $26,398,000 $27,139,000 Annual Dry Tonnages 17,000 17,000 17,000 Unit Cost per Dry Ton $1,657 $1,553 $1,596 $630 Clearwater (2,500 dry tons)$4,142,941 $3,882,059 $3,991,029 $1,575,000 Clearwater (monthly per household, 52,152)$6.60 $6.19 $6.36 $2.52 Estimated Total Annual Costs (w/ 75% Grant) 1A - Conventional and Thermal Drying 1B - THP and Thermal Drying 8 - THP Digestion, Thermal, and Pyrolysis Current Operating $6,211,000 $5,567,000 $5,012,000 Capital $5,490,250 $5,207,750 $5,531,750 Net Annual Costs $11,701,250 $10,774,750 $10,543,750 Annual Dry Tonnages 17,000 17,000 17,000 Unit Cost per Dry Ton $688 $634 $620 $630 Clearwater (2,500 dry tons)$1,720,772 $1,584,522 $1,550,551 $1,575,000 Clearwater (monthly per household, 52,152)$2.75 $2.53 $2.48 $2.52 Interlocal Agreement Cost Recovery Considerations 1.Determine Cost Structure 2.Assumed Structure: Fixed and Variable Costs 3.Cost Recovery Options a)Variable Rate: Tip Fee Per Wet Ton b)Fixed Rate: Capacity Reservation c)Carry Cost Rate: Additional Charge for Future d)Take or Pay Structure •Regional Cost Recovery Case Studies •Tampa Bay Water •Peace River •Polk Regional •City of Orlando Average Cost Buy-in ApproachVs. Interlocal Agreement •Interlocal Agreement Duration •Options for Cost Recovery •Potential Terms and Conditions •Interlocal Agreement Approval and Execution Process Requirements •Anticipated Schedule for Draft Interlocal Agreement Development Project Schedule Questions Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0925 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve the Memorandum of Understanding (MOU) with the Federal Aviation Administration (FAA) for the operation and maintenance of a Visual Approach Slope Indicator (VASI) at the Clearwater Executive Airport and authorize the appropriate officials to execute same. SUMMARY: The FAA wishes to renew their lease through a Memorandum of Understanding with the City of Clearwater to continue to operate and maintain the VASI’s at Clearwater Executive Airport without cost to the City. Installed at the ends of both runways, the VASI is a critical safety navigational aid that helps ensure that aircraft make the proper approach for landing by indicating the appropriate glide angle as a visual reference to pilots approaching the runways. The first 20-year lease was approved by City Council in 1985, and the second 20-year lease was approved by City Council in 2005 and is set to expire September 30, 2025. The term of this MOU would start October 1, 2025, and expires on September 30, 2045. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 1 City of Clearwater Printed on 9/23/2025 ON-AIRPORT MEMORANDUM OF AGREEMENT (MOA) Between THE UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION And CITY OF CLEARWATER, FLORIDA FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 1. Preamble (09/2021) 6.1.1 This Memorandum of Agreement for real property is hereby entered into by and between CITY OF CLEARWATER, FLORIDA hereinafter referred to as the Airport and the United States of America, acting by and through the Federal Aviation Administration, hereinafter referred to as the FAA. 2. Definitions (09/2021) 6.1.1-1 For purposes of this document, the following definitions apply; Contract- refers to this legal instrument used to acquire an interest in real property for the direct benefit or use by the FAA. As used herein, contract denotes the document (for example- lease, easement, memorandum of agreement, or other legally binding agreement) used to implement an agreement between a customer (buyer) and a seller (supplier). Contractor- refers to the party(ies) receiving a direct procurement contract from the FAA and who is(are) responsible for performance of contract requirements. For purposes of this document, the contractor may also be called the Lessor, Permittor, Licensor, Grantor, Airport, or Offeror depending on the type of contract or the provision within the contract. Government- refers to the United States of America acting by and through the Federal Aviation Administration (FAA). For purposes of this document, Government and FAA are interchangeable. Real Estate Contracting Officer (RECO) - is a trained and warranted official who contracts for real property on behalf of the FAA. For purposes of this agreement, RECO is interchangeable with Contracting Officer (CO). 3. Succeeding Contract (09/2021) 6.1.2 This contract succeeds DTFASO-06-L-00040 and all other previous agreements between the parties for the property described in this document. 4. Witnesseth (MOA) (09/2021) 6.1.3-1 Whereas, the parties listed above have entered into an Airport Improvement Grant Agreement; and Whereas, the parties listed above have entered into an agreement providing for the construction, operation, and maintenance of FAA owned navigation, communication and weather aids for the support of Air Traffic Operations; and Whereas, both parties agree the establishment, operation, and maintenance of systems for air traffic control, navigation, communication, and weather reporting is in the primary interest of safety and FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 2 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 direct support of the ongoing operation of the Clearwater Executive Airport; and Whereas, the parties consider it desirable to work in cooperation with each other in the technical installation and operation of air navigational aids. Now, therefore, the parties mutually agree as follows: 5. Purpose (09/2021) 6.1.5 It is understood and agreed that the use of the herein described premises shall be related to FAA’s activities in support of the National Airspace System (NAS). 6. Legal Authority (09/2021) 6.2.1 This contract is entered into under the authority of 49 U.S.C. 106(l)(6) and (n), which authorizes the Administrator of the FAA to enter into contracts, acquisitions of interests in real property, agreements, and other transactions on such terms and conditions as the Administrator determines necessary. 7. Term (No Cost) (07/2022) 6.2.3-1 To have and to hold, for the term commencing on October 1, 2025 and continuing through September 30, 2045 8. Consideration (No Cost) (09/2021) 6.2.4-4 The Government shall pay the contractor no monetary consideration. It is mutually agreed that the rights extended to the Government herein are in consideration of the obligations assumed by the Government in its establishment, operation and maintenance of facilities upon the premises. 9. Termination (01/2023) 6.2.5 The Government may terminate this contract at any time, in whole or in part, if the Real Estate Contracting Officer (RECO) determines that a termination is in the best interest of the Government. The RECO shall terminate this contract by delivering a written notice specifying the effective date of the termination. The termination notice shall be delivered at least 30 days before the effective termination date. No costs shall accrue as of the effective date of termination. 10. Binding Effect (09/2021) 6.2.6 The provisions of this contract and the conditions herein shall be binding upon, and for the benefit of, the parties and their successors and assigns. In the event of any sale or transfer of ownership of the property or any portion thereof, the Government will be deemed to have attorned to any purchaser, successor, assign, or transferee. The succeeding owner will be deemed to have assumed all rights and obligations of the contractor under this contract establishing direct privity of estate and contract between the Government and said succeeding owner, with the same force, effect, and relative priority in time and right as if the contract had initially been entered into between such succeeding owner and the Government. 11. FAA Facilities for MOA (09/2021) 6.2.7 The Airport will allow the FAA to construct, operate, and maintain FAA owned navigation, communication and weather aid facilities in areas on the Airport that have been mutually determined and agreed upon. The FAA facilities covered by this agreement are identified on the most current approved Airport Layout Plan (ALP) and/or other pertinent drawings that are made part of this Agreement by reference and shown on the attached FAA “List of Facilities.” A. Together with a right-of-way for ingress to and egress from the premises; a right-of-way for establishing and maintaining pole lines or underground lines for extending electrical power and/or FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 3 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 telecommunications lines to the premises; including a right-of-way for subsurface power, communication and/or water lines to the premises; all rights-of-way to be over the area referred to as Clearwater Executive Airport to be routed reasonably determined to be the most convenient to the FAA and as not to interfere with Airport operations. The Airport shall have the right to review and comment on plans covering access and utility rights-of-way under this paragraph. B. This contract includes the right to grading, conditioning, and installing drainage facilities, seeding the soil of the premises, and removing all obstructions from the premises that may constitute a hindrance to the establishment and maintenance of navigational aid systems. The Airport shall have the right to review and comment on plans covering work permitted under this paragraph. C. The Government shall have the rights to make alterations, attach fixtures, and erect additions, structures or signs, in direct support of the Airport. The Airport shall have the right to review and comment on plans covering work permitted under this paragraph. D. The Government shall also have the right to park, without cost, all official and privately owned vehicles used for the maintenance and operation of the air navigational facilities. Parking shall be provided adjacent to the navigational aid facility or as near as possible without interfering with the operation of the Airport. 12. RE Clauses Incorporated by Reference (09/2021) 6.3.0 This solicitation or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the RECO will make the full text available, or the full text may be obtained via internet at https://fast.faa.gov/RPF_Real_Property_Clauses.cfm. A. Officials Not To Benefit (09/2021) 6.3.0-2 B. Contracting Officer’s Representative (09/2021) 6.3.0-4 C. Contingent Fees (09/2021) 6.3.0-5 13. Title to Improvements (09/2021) 6.3.5 Title to the improvements constructed for use by the Government during the life of this Agreement shall be in the name of the Government. 14. Funding Responsibility for FAA Facilities (09/2021) 6.3.6 The Contractor agrees that all Contractor requested relocation(s), replacement(s), or modification(s) of any existing or future FAA navigational aid or communication system(s) necessitated by Contractor improvements or changes will be at the expense of the Contractor. In the event that the Contractor requested changes or improvements interferes with the technical and/or operational characteristics of the FAA's facility, the Contractor will immediately correct the interference issues at the Contractor’s expense. Any FAA requested relocation, replacement, or modifications shall be at the FAA's expense. In the event such relocations, replacements, or modifications are necessary due to causes not attributable to either the Contractor or the FAA, funding responsibility shall be determined by mutual agreement between the parties, and memorialized in a Supplemental Agreement. 15. Changes, Modifications (01/2022) 6.3.8-1 The RECO may at any time, by written order via Supplemental Agreement, make changes to this contract. The modification shall cite the subject FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 4 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 contract, and shall state the exact nature of the modification. No oral statement by any person shall be interpreted as modifying or otherwise affecting the terms of this contract. 16. No Waiver (09/2021) 6.3.17 No failure by the Government to insist upon strict performance of any provision of this Contract or failure to exercise any right, or remedy consequent to a breach thereof, will constitute a waiver of any such breach in the future. 17. Non-Restoration (09/2021) 6.3.18 It is hereby agreed between the parties that, upon termination of its occupancy, including any holdover period, the Government shall have no obligation to restore and/or rehabilitate, either wholly or partially, the property that is the subject of this contract. It is further agreed that the Government may abandon in place any or all of the structures and equipment installed in or located upon said property by the Government during its tenure. Such abandoned equipment shall become the property of the contractor. 18. Quiet Enjoyment (09/2021) 6.3.25 The Contractor warrants that they have good and valid title to the premises, and rights of ingress and egress, and warrants and covenants to defend the Government’s use and enjoyment of said premises against third party claims. 19. Damage by Fire or Other Casualty or Environmental Hazards (09/2021) 6.3.26-1 If the premises is partially or totally destroyed or damaged by fire or other casualty or if environmentally hazardous conditions are found to exist so that the premises is untenantable as determined by the Government, the Government may agree to allow restoration/reconstruction, or may elect to terminate the contract, in whole or in part, immediately by giving written notice to the contractor. 20. Interference with FAA Operations (09/2021) 6.3.28-2 The Airport agrees not to erect or allow to be erected any structure or obstruction of any kind or to allow any natural growth that the Government determines would interfere with the proper operations of Government facilities. The Airport agrees to keep areas around the Government’s navigational aids mowed at all times to a height so that weeds and vegetation will not be an obstruction to such operation or maintenance of these facilities. 21. Hold Harmless (01/2024) 6.3.30 In accordance with and subject to the conditions, limitations and exceptions set forth in the Federal Tort Claims Act, 28 U.S.C. Ch. 171, the Government will be liable to persons damaged by any personal injury, death or injury to or loss of property, which is caused by a negligent or wrongful act or omission of an employee of the Government while acting within the scope of his office or employment under circumstances where a private person would be liable in accordance with the law of the place where the act or omission occurred. The foregoing shall not be deemed to extend the Government's liability beyond that existing under the Act at the time of such act or omission or to preclude the Government from using any defense available in law or equity. 22. Compliance with Applicable Laws (01/2023) 6.3.31-1 This Contract shall be governed by federal law. The Contractor shall comply with all applicable federal, state, and local laws. The Government will comply with all federal, state, and local laws applicable to and enforceable against it, provided that nothing in this lease shall be construed as a waiver of the sovereign immunity of the Government. FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 5 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 23. Notification of Change in Ownership or Control of Land (10/2022) 6.3.34 If the Contractor sells, dies or becomes incapacitated, or otherwise conveys to another party or parties any interest in the aforesaid land, rights of way thereto, and any areas affecting the premises, the Government shall be notified in writing, of any such transfer or conveyance within 30 calendar days after completion of the change in property rights. Concurrent with the written notification, the Contractor or Contractor’s heirs, representatives, assignees, or trustees shall provide the Government copies of the associated legal document(s) (acceptable to local authorities) for transferring and/or conveying the property rights. 24. Integrated Agreement (09/2021) 6.3.36 This Contract, upon execution, contains the entire agreement of the parties, and no prior written or oral agreement, express or implied shall be admissible to contradict the provisions of this Contract. 25. Unauthorized Negotiating (09/2021) 6.3.37 In no event shall the Contractor enter into negotiations concerning the premises with anyone other than the RECO or his/her designee. 26. Disputes (01/2022) 6.3.39-1 Where possible, disputes will be resolved by informal discussion between the parties. In the event the parties are unable to resolve any disagreement through good faith negotiations, the dispute will be resolved upon joint agreement of management representatives from both parties. The decision is final unless it is timely appealed to the FAA Administrator, whose decision is not subject to further administrative review and, to the extent permitted by law, is final and binding. 27. Hazardous Substance Contamination (09/2021) 6.8.1 The FAA agrees to remediate, at its sole cost, all hazardous substance contamination on the FAA facility premises that is found to have occurred as a direct result of the installation, operation, relocation and/or maintenance of the FAA’s facilities covered by this contract. The Contractor agrees to remediate at its sole cost, all other hazardous substance contamination found on the FAA facility premises. The Contractor also agrees to hold the FAA harmless for all costs, liabilities and/or claims by third parties that arise out of hazardous contamination found on the FAA facility premises that are not directly attributable to the installation, operation and/or maintenance of the facilities. 28. Notices (09/2021) 6.10.1 All notices/correspondence must be in writing, reference the Contract number, and be addressed as follows: TO THE CONTRACTOR: City of Clearwater, Florida PO Box 4748, ATTN: Marine Dept Clearwater, FL 33758-4748 TO THE GOVERNMENT: Federal Aviation Administration Real Estate Branch, AAQ-910 1701 Columbia Avenue College Park, GA 30337 FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 6 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 29. Signature Block (09/2021) 6.10.3 This Contract shall become binding when it is fully executed by both parties. In witness whereof, the parties hereto have subscribed their names as of the date shown below. CITY OF CLEARWATER, FLORIDA By: Print Name: Title: Date: UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION By: Print Name: Gail Gray Title: Real Estate Contracting Officer Date: ATTACHMENTS/EXHIBITS: Number Title Date Number of Pages 1 LIST OF FACILITIES October 1, 2025 1 FAA CONTRACT NO: 69435Z-25-L-00059 ATID/FACILITY TYPE: CLW/MOA LOCATION: CLEARWATER, FLORIDA 7 Federal Aviation Administration On Airport MOA Template, 04/2024 OMB CONTROL NO. 2120-0595 DATED OCTOBER 1, 2025 LIST OF FACILITIES MEMORANDUM OF AGREEMENT 69435Z-25-L-00059 CLEARWATER EXECUTIVE AIRPORT Number Facility R/W (ATID) Number Comments 1 VASI (CLW) 16 Facility Site 2 VASI (CLWA) 34 Facility Site Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0940 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $3,500,000.00, for term October 1, 2025 through September 30, 2026, or through expiration of the respective contract if earlier, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. SUMMARY: The Information Technology Department is requesting authorization to procure computer and network supplies from various vendors to include parts, cabling, servers, computers, power supplies, licensing, and wireless and security technology for the maintenance and upgrade of the city’s computer network and equipment. Purchases will be obtained through various piggyback contracts, including optional extensions as listed and approved by sourcing agencies. The list of vendors with their piggyback contracts is as follows: Amazon: ·Online Marketplace State of Utah LS4679. Valid through 5/5/2030. <https://www.omniapartners.com/suppliers/amazon-business/public-sector> ·Online Marketplace for the Purchase of Products and Services: Prince William County Public Schools, VA R-TC-17006. Valid through 1/18/ 2026 with option to renew for three (3) additional two-year periods through 1/18/2028. <https://www.omniapartners.com/suppliers/amazon-business/public-sector> AVI-SPL: ·Omnia Partners (State of Florida) Audio Visual Equipment & Accessories 52161500-24 -OMNIA-ACS-TX. Valid through 3/31/26 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/audio_visual_equipment_accessories_and_services> CDW-Government LLC: ·OMNIA (City of Mesa, AZ) 2024056-01 - GOV - Contract: 2424056-01. Valid through 7/1//2028. CDW | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents> ·SVAR (State of Florida) 43230000-23-NASPO-ACS. Valid through 4/24/2027. Software Value Added Reseller (SVAR) / Alternate Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/software_value_added_reseller_svar> ·Sourcewell 121923-CDWG Tech Catalog. Valid through 2/27/2028. CDW-G: Contract 121923-CDW | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-CDW> Carahsoft, Inc: ·Omnia Software Solutions and Services (Region 4 ESC - TX) Contract Number: R240303. Valid through 12/31/2027 with the option to renew fortwo (2) additional one-year periods through 12/31/2029. Carahsoft | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/carahsoft/public-sector/contract-documents> Page 1 City of Clearwater Printed on 9/23/2025 File Number: ID#25-0940 ·Omnia Contract 23-6692-01Technology Products, Solutions and Related Services Cobb County, GA. Valid through 4/30/2028. Carahsoft | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/carahsoft/public-sector/contract-documents> DGR: ·OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid Through 11/30/2026. Option to renew for two (2) additional one-year periods through 11/30/2027. https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents#contract- 1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents> ·SOURCEWELL CONTRACT 121923-DGR. Valid through 02/27/2028 DGR Systems: Contract 121923 -DGR | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-dgr> ·SVAR 43230000-23-NASPO-ACS (State of Florida) Valid through 04/24/2027. Software Value Added Reseller (SVAR) / Alternate Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/software_value_added_reseller_svar> DOF Creations: ·OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid through 11/30/2026. Option to renew for two (2) additional one-year periods through November 30, 2027. https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents#contract-1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents%23contract-1517% 20> GovConnection DBA Connection Public Sector Solutions: ·Sourcewell - 121923-GVC. Valid through 2/27/2028. Connection: Contract 121923-GVC | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-GVC> ·Omnia (Region 4 ESC - TX) R210402. Valid through 5/31/2026. Connection | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/connection/public-sector/contract-documents> ·NCPA: National Cooperative Purchasing Alliance- NCPA 01-144 (Region 14 ESC - TX). Valid through 11/30/2026. NCPA 01-144 / OMNIA - National Cooperative Purchasing Alliance - Connection Public Sector Solutions <https://www.govconnection.com/public-sector/contracts/ncpa> HP Inc: ·State of Florida (NVP PC5) 43230000-23-NASPO-ACS. Valid through 04/24/2027. <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/software_value_added_reseller_svar> ·State of Florida MFD 44100000-24-NASPO-ACS. Valid through 07/31/2026. <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/multi-function_devices_copiers_and_related_software_and_services> InSight Public Sector Inc: ·State of Florida Contract No. 43230000-23-NASPO-ACS. Valid through 04/24/2027. <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/software_value_added_reseller_svar> ·Omnia Contract 23-6692-03 Technology Products, Solutions and Related Services Cobb County, GA. Valid through 4/30/2028 https://www.omniapartners.com/suppliers/insight-public-sector/public-sector/contract-documents#contract- 1846 <https://www.omniapartners.com/suppliers/insight-public-sector/public-sector/contract-documents% 23contract-1846> Morsecom Inc: ·PEPPM National Contract 533902-126 Ruckus Wireless. Valid through 12/31/2025. https://www.peppm.org/contracts/783400/#overview <https://www.peppm.org/contracts/783400/> ·PEPPM National Contract 535122-153 Ruckus Wireless. Valid through 12/31/2025. <https://www.peppm.org/contracts/783648/%20%20> ·TIPS Contract 230105 Technology Solutions Products and Services. Valid through 5/31/2028. <https://www.tips-usa.com/vendorProfile.cfm?RecordID=B0584CB756B5740D58BBC361F8FE714B> SHI International Corp: ·State of Florida Contract No. 43230000-23-NASPO-ACS. Valid through 04/24/2027. Page 2 City of Clearwater Printed on 9/23/2025 File Number: ID#25-0940 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements /alternate_contract_source/software_value_added_reseller_svar> ·TIPS - Tech. Solutions, Products & Servies 230105. Valid through 5/31/2028. <https://www.tips-usa.com/vendorProfile.cfm?RecordID=7D90DFBE5334489DF430FE8FF41599D3> ·Omnia 2024056-02 (City of Mesa, AZ). Valid through 7/1/2028. <https://www.omniapartners.com/suppliers/shi/public-sector/contract-documents> ·Sourcewell contract 121923-SHI. Valid through 2/27/28. <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-SHI> Authorization to add additional vendors as needed is also requested following the proper procurement process with oversight from the Procurement Division to include small dollar purchases subject to Clearwater Code of Ordinances Section 2.561(5). APPROPRIATION CODE AND AMOUNT: Funds are available in various departmental cost centers in object codes 550100 (Office Supplies), 550400. (Operating Supplies), 550800 (Computer Parts), 530100 (Professional Services), 530300 (Contractual Services), and 530500 (Maintenance) as well as various Capital Improvement Projects to fund these purchases. STRATEGIC PRIORITY: These purchases help accomplish strategic objectives 1.2, 1.3, and 1.4. The Information Technology Department maintains critical public infrastructure to deliver sustain a high level of service to support a safe and healthy community. Page 3 City of Clearwater Printed on 9/23/2025 Multivendor Contracts Listing FY26 CONTRACT EXPIRATION DATE 1. Online Marketplace State of Utah LS4679. 5/5/2030 https://www.omniapartners.com/suppliers/amazon-business/public-sector 2. Prince William County Public Schools, VA R-TC-17006 1/18/2026 https://www.omniapartners.com/suppliers/amazon-business/public-sector 3. Omnia Partners Audio Visual Equipment & Accessories 52161500-24- OMNIA-ACS-TX. 3/31/26 Audio Visual Equipment, Accessories and Services / Alternate Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services 4. OMNIA Cobb 2024056-01 – GOV 7/1/2028 CDW | OMNIA Partners | Contract Documents 5. SVAR 43230000-23-NASPO-ACS 4/24/2027 Software Value Added Reseller (SVAR) / Alternate Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services 6. Sourcewell 121923-CDWG Tech Catalog 2/27/2028 CDW-G: Contract 121923-CDW | Sourcewell 7. Omnia Software Solutions Region 4 ESC – TX Contract R240303 12/31/2027 Carahsoft | OMNIA Partners | Contract Documents 8. Omnia Contract 23-6692-01Technology Products, Solutions and Related Services Cobb County, GA 4/30/2028 Carahsoft | OMNIA Partners | Contract Documents 9. OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) 11/30/2026 https://www.omniapartners.com/suppliers/fortinet/public-sector/contract- documents#contract-1517 10. Sourcewell – 121923-GVC 2/27/2028 Connection: Contract 121923-GVC | Sourcewell 11. Omnia- R210402 5/31/2026 Connection | OMNIA Partners | Contract Documents 12. OMNIA PARTNERS NCPA 01-144 11/30/2026 NCPA 01-144 / OMNIA - National Cooperative Purchasing Alliance - Connection Public Sector Solutions 13. State of Florida (NVP PC5) 43230000-23-NASPO-ACS 4/24/2027 https://www.dms.myflorida.com/business_operations/state_purchasing/state_con tracts_and_agreements/alternate_contract_source/software_value_added_resell er_svar 14. State of Florida MFD 44100000-24-NASPO-ACS 7/31/2026 https://www.dms.myflorida.com/business_operations/state_purchasing/state_con tracts_and_agreements/alternate_contract_source/multi- function_devices_copiers_and_related_software_and_services 15. Omnia Contract 23-6692-03 Technology Products, Solutions and Related Services Cobb County, GA 4/30/2028 https://www.omniapartners.com/suppliers/insight-public- sector/public-sector/contract-documents#contract-1846 16. PEPPM National Contract 533902-126 Ruckus Wireless 12/31/2025 Ruckus Wireless 17. PEPPM National Contract 535122-153 Ruckus Wireless 12/31/2025 Ruckus Wireless 18. TIPS Contract 230105 Technology Solutions Products and Services 5/31/2028 TIPS-USA 19. Omnia 2024056-02 (City of Mesa, AZ) 7/1/2028 https://www.omniapartners.com/suppliers/shi/public-sector/contract-documents 20. Sourcewell contract 121923-SHI 2/27/28 https://www.sourcewell-mn.gov/cooperative-purchasing/121923-SHI Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0955 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Authorize purchase orders to Control Southern, Inc. of Suwanee, GA, DevTech Sales, Inc. of Avon Park, FL, Equipment Controls Company of Norcross, GA, Technico of Lake Worth, FL for the purchase of natural gas meters and regulators in the cumulative annual not-to-exceed amount of $1,600,000.00 for the term October 1, 2025 through September 31, 2026, with the two, one-year renewal options pursuant to Invitation to Bid 45-25 and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid 45-25, Natural Gas Meters and Regulators was released on July 11, 2025, and five bid submissions were received on August 11, 2025. Specifications were reviewed for compliance, and following evaluation, Clearwater Gas System (CGS) Energy determined that the four companies listed represent the lowest, most responsible bidders for specific line items. Award is therefore recommended as outlined below: PRIMARY AWARDS: ·Control Southern of Suwannee, GA: o Items 20-21: Direct Operated Pressure Reducing Regulators o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator o Item 25: 1 1/4” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve ·Devtech Sales, Inc. of Avon Park, FL: o Items 3-8: 600, 800, 1000 Class CFG (NTC) Aluminum Meters o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 16-17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 32: Strainers o Item 33: 2” Filter o Item 34: 3” Filter o Item 35: 4” Filter ·Equipment Controls Company of Norcross, GA: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters Page 1 City of Clearwater Printed on 9/23/2025 File Number: ID#25-0955 o Item 9: Romet or Roots 3M Rotary Meter ·Technico of Lake Worth, FL: o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator SECONDARY AWARDS: ·Control Southern of Suwannee, GA: o Items 16: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) ·Devtech Sales, Inc. of Avon Park, FL: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters o Item 9: Romet or Roots 3M Rotary Meter o Items 21: Direct Operated Pressure Reducing Regulator o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve ·Equipment Controls Company of Norcross, GA: o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 20: Direct Operated Pressure Reducing Regulator ·Technico of Lake Worth, FL: o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator To ensure continuity of supply, CGS Energy requests flexibility to purchase from secondary sources as needed. While Equipment Controls Company was awarded the 200- and 400-series gas meters (Items #1 and #2) as the lowest responsive bidder, CGS Energy currently has a surplus inventory of 2,100 Automated Meter Reading (AMR) endpoints (model ERG-5006-001) that are only compatible with DevTech, (American) meters, which were awarded as the secondary vendor. Purchasing from Devtech enables CGS Energy to utilize its existing inventory and avoid the additional expense of purchasing a different model of AMR not currently stocked in the warehouse. As a corrective measure, CGS Energy will update its meter endpoint purchase order with Devtech, the sole-source provider of Itron endpoints, to include models compatible with Equipment Controls meters. In the interim, CGS Energy requests authorization to purchase the 200 and 400 series meters from Devtech, the secondary awardee, to ensure uninterrupted operations and customer service until the existing inventory of endpoints is fully utilized. Once the current inventory has been depleted and provided the combined cost of meters from Equipment Controls with Devtech endpoints remains the most economical option, future purchases will be made from the primary vendor for these meters. All awarded equipment is code-approved and will be used on the CGS Energy distribution system for new customer installations and for replacing meters that have reached the end of their service life. In addition, CGS Energy is not obligated to expend the entire amount being requested. APPROPRIATION CODE AND AMOUNT: Funding is budgeted and available in 3237323-96367 (Gas Meter Change-out Capitalized Pinellas) and 3237323-96379 (Gas Meter Change-out Capitalized Pasco). Page 2 City of Clearwater Printed on 9/23/2025 File Number: ID#25-0955 USE OF RESERVE FUNDS: STRATEGIC PRIORITY: Deliver Effective and Efficient Services by Optimizing City Assets and Resources. Objective 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 3 City of Clearwater Printed on 9/23/2025 September 10, 2025 NOTICE OF INTENT TO AWARD Clearwater Gas System Energy and the Procurement Division recommend award of ITB No. 45-25, Natural Gas Meters and Regulators as follows: Primary Awards:  Control Southern of Suwannee, GA: o Items 20-21: Direct Operated Pressure Reducing Regulators o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator o Item 25: 1 1/4” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve  Devtech Sales, Inc. of Avon Park, FL: o Items 3-8: 600, 800, 1000 Class CFG (NTC) Aluminum Meters o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 16-17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 32: Strainers o Item 33: 2” Filter o Item 34: 3” Filter o Item 35: 4” Filter  Equipment Controls Company of Norcross, GA: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters o Item 9: Romet or Roots 3M Rotary Meter  Technico of Lake Worth, FL: o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator Secondary Awards:  Control Southern of Suwannee, GA: o Items 16: HRS 3/4” Globe Body (60 PSIG and 6 PSIG)  Devtech Sales, Inc. of Avon Park, FL: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters o Item 9: Romet or Roots 3M Rotary Meter o Items 21: Direct Operated Pressure Reducing Regulator o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve  Equipment Controls Company of Norcross, GA: o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 20: Direct Operated Pressure Reducing Regulator  Technico of Lake Worth, FL: o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator o Item 25: 1 1/4” Spring Loaded Self Operated Gas Regulator These vendors represent the lowest most responsible bidders overall, in accordance with the bid specifications, in the estimated annual amount of $1.5 Million, for a period of one (1) year, with two (2), one (1) year renewal options. This award recommendation is scheduled for consideration by the City Council at its meeting on September 29, 2025, at 6:00 p.m. The meeting will be held at the Clearwater Main Library, 100 N. Osceola Avenue, Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at milisa.harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks Unit Cost Lead Time in Weeks Unit Cost Lead Time in Weeks Unit Cost Lead Time in Weeks Unit Cost Lead Time in Weeks 1 200 CLASS CFH (NTC) SCREWED CASE ALUMINUM GAS METERS WITH CONNECTIONS (General) 1) HUBS: SPRAGUE 1A 2) CAPACITY: 250 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 5 PSIG 4) CONNECTIONS: 2 - INSUL 3/4" MALE PIPE THREAD GALV. 5) COMPATIBLE WITH ERT MODEL ERG-5006 1500 Each No Bid $175.00 4-6weeks 143.31$ 6 Weeks ARO -$ No Bid 2 400 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: AMERICAN 425 - 45 LT.; INVENSYS 415 - 45 LT.: ACTARIS 400 - SPRAGUE STD. 2) CAPACITY: 400 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 10 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG-5006 500 Each No Bid $466.00 28weeks 375.65$ 34 Weeks ARO -$ No Bid 3 600 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: 45 LT. 2) CAPACITY: 630 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG-5006 300 Each No Bid $952.00 18weeks No Bid -$ No Bid 4 600 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (Can be used for right to left) 1) HUBS: 45 LT. 2) CAPACITY: 630 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG-5006 25 Each No Bid $952.00 18weeks No Bid -$ No Bid Note: Primary Award Note: Did not meet specifications TECHNICOControl Southern Devtech Sales Equipment Controls Company Marieco Note: Secondary Award Bid Tabulation 45-25, Natural Gas Meters and Regulators 5 800 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG-5006 40 Each No Bid $1,645.00 18weeks No Bid -$ No Bid 6 800 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2lb dial) 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG-5006 40 Each No Bid $1,650.00 18weeks No Bid -$ No Bid 7 1000 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2 lb Dial) 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG-5006 60 Each No Bid $1,818.00 12-14weeks No Bid -$ No Bid 8 1000 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2 lb Dial) Right to left 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG-5006 20 Each No Bid $1,818.00 12-14weeks No Bid -$ No Bid 9 ROMET OR ROOTS 3M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX):3000 ACFH BASE RATE 2) RANGEABILITY (+/-1%): 76:1 RATIO 3) RANGEABILITY (+/- 2%): 139:1 RATIO 4) START RATE: 2.1 CFH 5) STOP RATE 1.8 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 2580 CFH 7) AVERAGE DIFFERENTIAL, 100% FLOW: 1.05 IN W.C. 8) MAX OPERATING SPEED: 2000 RPM 9) GEAR RATIO: 400:1 10) DISPLACED VOLUME/REVOLUTIN: 0.025 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100CF/REV 13) ODOMETER TURNOVER: 3.8 YEARS 14) NOMINAL PIPE SIZE: 2 INCH 15) FLANGE-TO-FLANGE: 6-3/4 INCH 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH: 15/16 INCH 18) RESTRICTING ORFICE (120%): 17/32 INCH 50 Each No Bid $1,780.00 stock or 4- 6wks 1,732.95$ 10-12 Weeks ARO -$ 2,209.00$ 1-2 10 ROMET OR ROOTS 5M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 5000 ACFH 2) RANGEABILITY (+/-1%): 120:1 RATIO 3) RANGEABILITY (+/- 2%): 215:1 RATIO 4) START RATE: 1.2 CFH 5) STOP RATE 0.8 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 3975 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.05 IN. W.C. 8) MAX. OPERATING SPEED: 2250 RPM 9) GEAR RATIO: 270:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.037037 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 2.28 YRS. 14) NOMINAL PIPE SIZE: 3 IN. 15) FLANGE-TO-FLANGE: 6-3/4 IN. 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH 15/16 IN. 18) RESTRICTING ORFICE (120%): 23/32 IN. 30 Each No Bid $2,310.00 stock or 4- 6wks 2,320.00$ 10-12 Weeks ARO -$ 2,821.00$ 1-2 11 ROMET OR ROOTS 7M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 7000 ACFH 2) RANGEABILITY (+/-1%): 67:1 RATIO 3) RANGEABILITY (+/- 2%): 115:1 RATIO 4) START RATE: 5.33 CFH 5) STOP RATE 3.39 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 5400 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1867 RPM 9) GEAR RATIO: 160:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.0325 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.63 YRS. 14) NOMINAL PIPE SIZE: 3 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH 15/16 IN. 18) RESTRICTING ORFICE (120%): 13/16 IN. 10 Each No Bid $2,558.00 stock or 4- 6wks 2,892.95$ 10-12 Weeks ARO No Bid 3,634.00$ 2-3 12 ROMET OR ROOTS 11M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 11000 ACFH 2) RANGEABILITY (+/-1%): 124:1 RATIO 3) RANGEABILITY (+/- 2%): 227:1RATIO 4) START RATE: 3.88 CFH 5) STOP RATE 3.23 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 7300 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1833 RPM 9) GEAR RATIO: 100:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.1 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.04 YRS. 14) NOMINAL PIPE SIZE: 4 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 8 17) FLANGE BOLT HOLE DEPTH 1-1/16 IN. 18) RESTRICTING ORFICE (120%): 1 IN. 10 Each No Bid $2,952.00 stock or 4- 6wks 3,442.36$ 10-12 Weeks ARO No Bid 4,363.00$ 2-3 13 ROMET OR ROOTS 16M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 11000 ACFH 2) RANGEABILITY (+/-1%): 124:1 RATIO 3) RANGEABILITY (+/- 2%): 227:1RATIO 4) START RATE: 3.88 CFH 5) STOP RATE 3.23 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 7300 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1833 RPM 9) GEAR RATIO: 100:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.1 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.04 YRS. 14) NOMINAL PIPE SIZE: 4 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 8 17) FLANGE BOLT HOLE DEPTH 1-1/16 IN. 18) RESTRICTING ORFICE (120%): 1 IN. 3 Each No Bid $3,295.00 stock or 4- 6wks 3,955.30$ 10-12 Weeks ARO No Bid 6,080.00$ 6 14 HSR 3/4" ANGLE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 1200 Each 43.52$ 3-4 $39.50 6-18weeks 57.32$ 17 Weeks ARO No Bid 41.00$ 1-2 15 HSR 3/4" ANGLE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 500 Each 43.52$ 3-4 $39.50 6-18weeks 57.32$ 17 Weeks ARO No Bid 41.00$ 1-2 16 HSR 3/4" GLOBE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 100 Each 43.52$ 3-4 $39.50 6-18weeks 53.07$ 17 Weeks ARO No Bid 45.00$ 1-2 17 HSR 3/4" GLOBE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 300 Each 43.52$ 3-4 $39.50 6-18weeks 53.07$ 17 Weeks ARO No Bid 42.00$ 1-2 18 HSR 1" GLOBE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD (C) VENT #2 300 Each 43.52$ 3-4 $39.50 6-18weeks 53.07$ 17 Weeks ARO No Bid 42.00$ 1-2 19 HSR 1" GLOBE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD C VENT #2 300 Each 43.52$ 3-4 $39.50 6-18weeks 53.07$ 17 Weeks ARO No Bid 42.00$ 1-2 20 DIRECT OPERATED PRESSURE REDUCING REGULATOR (EQUIVALENT TO FISHER 627) 1) LARGE RESIDENTIAL 10 LB OR HIGHER 2) INLET PRESSURE: 60 PSIG 3) OUTLET PRESSURE: 5-20 PSIG 4) ORIFICE SIZE: 1/4" 5) 1" BODY 6) INTERNAL RELIEF WITHOPEN THROAT CAPACITY FULL RELIEF 60# INLET 10# OUT 1/4"ORIFICE 4710SCFH 15 Each 229.97$ 4-6 $325.00 stock or 4- 6wks 254.60$ 22 Weeks ARO No Bid No Bid 21 DIRECT OPERATED PRESSURE REDUCING REGULATOR (FISHER 627R) 1) LARGE RESIDENTIAL 10 LB OR HIGHER 2) INLET PRESSURE: 60 PSIG 3) OUTLET PRESSURE: 5-20 PSIG 4) ORIFICE SIZE: 1/2" 5) 2" BODY 6) INTERNAL RELIEF WITHOPEN THROAT CAPACITY FULL RELIEF 60# INLET 10# OUT 1/4"ORIFICE 4710SCFH 10 Each 287.19$ 4-6 $423.00 12-14wks No Bid No Bid No Bid 22 CONSTANT PRESSURE PILOT LOADED REGULATOR LT GREEN MAIN SPRING, BLUE PILOT SRING (EQUIVALENT TO CL231) 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 1LB-20LB 3) ORIFICE SIZE: 3/8" WITH ABILITY TO INTERCHANGE 4) 2" BODY 5)INTERNAL BLEED TO PREVENT VAPOR-LOCK UP 6) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD C VENT #2 CAPACITY TOKEN RELIEF 60# INLET 1-20#OUTLET 1/4" ORIFICE 3/8"ORIFICE 4600 SCFH 7500SCFH 15 Each 455.33$ 4-6 $604.00 12-14wks 975.20$ 20 Weeks ARO No Bid 560.00$ 1-2 23 2" FLANGED SPRING LOADED, SELF REGULATED GAS REGULATOR WITH INTERNAL RELIEF VALVE (EQUIVALENT TO ITRON B34) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8", WITH THE ABILITY TO INTERCHANGE ORFICES 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4"ORIFICE 1/4"ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 4500SCFH 4000SCFH 2400SCFH 1500SCFH 30 Each 415.70$ 4-6 $560.00 10-12weeks 513.93$ 20 Weeks ARO No Bid 418.00$ 1-2 24 2" FEMALE PIPE THREAD SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF VALVE (EQUIVALENT TO ITRON B34) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8", WITH THE ABILITY TO INTERCHANGE ORFICES 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4"ORIFICE 1/4"ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 4500SCFH 4000SCFH 2400SCFH 1500SCFH 30 Each 357.57$ 4-6 $435.00 10-12weeks 398.91$ 20 Weeks ARO No Bid 418.00$ 1-2 25 1 1/4" SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF (EQUIVALENT TO B34SR) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8" X 1/2" with the ability to interchange orifice 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4" x 3/8" ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 7/8" X 1"ORIFICE 4080SCFH 3550SCFH 1960SCFH 1170SCFH 10 Each 231.94$ 4-6 $277.00 10-12weeks 353.99$ 20 Weeks ARO No Bid 247.00$ 1-2 26 1 1/4" SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF (EQUIVALENT TO B34SR) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 7/8" X 1" 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4" x 3/8" ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 7/8" X 1"ORIFICE 4080SCFH 3550SCFH 1960SCFH 1170SCFH 10 Each 357.57$ 4-6 $277.00 10-12weeks 353.99$ 20 Weeks ARO No Bid 247.00$ 1-2 27 SPRING LOADED THROTTLING RELIEF BACK PRESSURE REGULATOR (OVERPRESSURE RELIEF REGULATOR) (EQUIVALENT TO FISHER 289) 1) 1 INCH BODY 2) 15#-50# INTEGRAL 25 Each 157.13$ 4-6 $194.00 10-12weeks No Bid No Bid No Bid 28 SPRING LOADED THROTTLING RELIEF BACK PRESSURE REGULATOR (OVERPRESSURE RELIEF REGULATOR) (EQUIVALENT TO FISHER 289) 1) 1 INCH BODY 2) 4LB-15LB INTEGRAL 25 Each 157.13$ 4-6 $194.00 stock or 4- 6wks No Bid No Bid No Bid 29 BACKPRESSURE REGULATOR/RELIEF VALVE FOR REGULATOR AND DISTRIC GATE STATIONS (FISHER 1805) HIGHER PRESSURE FOR REG STATION 1)INLET:150PSIG/10.3 BAR 2)OUTLET:5 TO 125 PSIG 3)2" THREADED BODY 4)INTEGRAL ORIFICE 15 Each 591.18$ 4-6 $1,305.00 stock or 4- 6wks No Bid No Bid No Bid 30 PRESSURE REDUCING REGULATOR FOR REGULATOR STATIONS AND DISTRIC GATE STATIONS (FISHER 99 ) 1) INLET: UP TO 1000 PSIG/69.1 BAR 2) OUTLET: 2" W.C.TO 160 PSIG MAX 3)BRASS SEAT 4)ORIFICE: 7/8" X 3/8" 5) INTERNAL PRESSURE REGISTRATION 6) 2 INCH CARBON STEEL CL150RF FLANGED BODY 7) 61L PILOTG 10 Each 1,752.77$ 4-6 $6,158.00 6-8weeks No Bid No Bid No Bid 31 BACKPRESSURE REGULATOR/RELIEF VALVE FOR REGULATOR AND DISTRIC GATE STATIONS (FISHER 1805) HIGHER PRESSURE FOR REG STATION 1)INLET:150PSIG/10.3 BAR 2)OUTLET:5 TO 125 PSIG 3)1" THREADED BODY 4)INTEGRAL ORIFICE 12 Each 260.06$ 4-6 $595.00 4-6weeks No Bid No Bid No Bid 32 STRAINERS STYLE 351 PART#0351-1200-100 1) 2" THREADED BODY 2) 100 MESH 50 Each -$ $353.00 6-8weeks No Bid No Bid No Bid 33 FILTER 2" (DRY PARTICLE) FILTER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 2" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 5 Each -$ $1,535.00 6-8weeks No Bid -$ No Bid 34 FILTER 3" (DRY PARTICLE) FILTRER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 3" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 2 Each -$ $1,649.00 10-12 week No Bid -$ No Bid 35 FILTER 4" (DRY PARTICLE) FILTER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 4" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 2 Each -$ $2,657.00 10-12weeks No Bid -$ No Bid 36 PILOT OPERATED PRESSURE REDUCING REGULATOR (FISHER 299 WOULD NEED TO BE EXACT SPECIFICATION FOR REGULATOR STATION SWAP OUT) DISTRIBUTION, INDUSTRIAL, AND COMMERCIAL APPLICATIONS 1) INLET: UP TO 175 PSIG/12.1 BAR 2) OUTLET: 5-16# (LARGE COMMERCIAL AND REG, STATIONS) 3) INTEGRAL TOKEN RELIEF (DESIGNED TO RELIEVE OVERPRESSURE CAUSED BY THERMAL EXPANSION 4) ORIFICE: 1/2" 5) 125FF 6) EXTERNAL REGISTRATION 10 Each 1,065.36$ 4-6 $2,100.00 4-6weeks No Bid No Bid No Bid 37 PILOT OPERATED PRESSURE RELIEF VALVE OR BACKPRESSURE REGULATOR (FISHER EZR) DISTRIBUTION, INDUSTRIAL, AND COMMERCIAL APPLICATIONS 1) INLET: UP TO 175 PSIG/12.1 BAR 2) OUTLET: 20-125# (LARGE COMMERCIAL AND REG, STATIONS) 3) BODY SIZE: 6" STEEL CL150 RF 4) SPRING 100 PSIG 5) 6358B PILOT 6) NBR 17E97 DIAPHRAGM 7) EZR-1206-7041072 4 Each 6,178.04$ 4-6 $14,365.00 10-12weeks No Bid No Bid No Bid 1) Control Southern 2) Devtech Sales 5030 Gateway Blvd Suite 1 118 South Lake Ave Lakeland, Florida 33811 Avon Park, Florida 33825 3) Equipment Controls Company 4) Marieco PO Box 728 8370 Side Track Norcross, GA 30091 Leeds, AL 35094 5) Technico Gas LLC 507 South G Street Lake Worth, Florida 33460 ADVERTISED: TAMPA BAY TIMES 7/16/2025 POSTED:myclearwater.com 7/11/25-8/11/25 FOR THE CITY OF CLEARWATER Due/Opening: August 11, 2025; 10:00 a.m. INVITATION TO BID No. 45-25 Natural Gas Meters and Regulators Solicitation Response Listing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 45-25 NATURAL GAS METERS AND REGULATORS NOTICE Friday, July 11, 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, August 11, 2025 to provide: The City of Clearwater is soliciting bids from qualified vendors to supply, warrant, and deliver gas meters for use by its residential and commercial customers on an as-needed basis. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/177135. 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/177135. 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, August 11, 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/177135 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: July 11, 2025 Advertise Tampa Bay Times: July 16, 2025 Question Submission Deadline: August 1, 2025, 10:00am Due Date & Time for Submissions and Opening: August 11, 2025, 10:00am Review Bids: August 11 - 18, 2025 v. 7.2024 7 Council Authorization: September 2025 Contract Begins: September 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’s Gas System Energy (CGS) is seeking sealed bids to establish term contract(s) for the supply of natural gas meters and regulators on an as-needed basis. All items must conform to the specifications, sizes, and variations outlined in the Pricing Sheet. The estimated quantities provided are for bidding purposes only and do not represent a guaranteed purchase amount under this contract. NOTE: Reference Exhibit A – Previous Bid Tabulation, located under Attachments, for current pricing information. 4.3 Specifications General Requirements: • Vendor shall include with bid submittal, documentation of a minimum one-year warranty against defects in materials and workmanship • Upon request, samples of both gas meters and/or regulators shall be provided • Coating must consist of either Water Based Enamel or Two-part Epoxy Finish, ASA 49 – Gray • All meters must meet the current industry standards for type and measurement v. 7.2024 17 Diaphragm Meter Requirements: • Four-chamber meter design • Molded three-convoluted duramic diaphragm • Magneformed pressure seal on diaphragm disk • Structural reinforced, ribbed disk • Reinforced, “D”-shaped flag rod with a bottom bearing • Self-lubricating bearings • Meters must be adjustable and repairable, with visual tangents adjustments accessible through the hand hole port • Must support compensating index functionality with ratio stamped on the index; this may be provided as an accessory or as an alternate dial to the standard 7” dial • Pricing must include the cost of the 2-pound (#) dial • Index must provide direct reading in cubic feet, with test hands as follows: o For meters <630: 2-foot and 0.5-foot test hands o For meters <1000: 5-foot and 2.5-foot test hands o For meters >1000: 10-foot and 2.5-foot test hands • Proof sheets must be available upon request and show accuracy within ±0.5% of 100% • Meters must be compatible with Itron 100G ERT technology • Meters must carry a documented fifteen (15) year warranty • Meters must be equipped with wireless security seals Rotary Meter Requirements: • Operating Temperature Range: -40°F to +140°F • Maximum Allowable Operating Pressure (MAOP): 175 pounds per square inch gauge (PSIG) • Leak Test Pressure (125% of MAOP): 219 PSIG • Static Leak Test Pressure (2x MAOP): 350 PSIG • Maximum Pressure Rate: 5 PSIG per second • Temperature Compensation Range (TC, TD): -20°F to +120°F • Minimum Odometer Resolution: 0.2 cubic feet • Flange Connection: American National Standards Institute (ANSI) 150#FF • Bolt Size: 5/8 inch – 11 threads per inch • Bolt Torque 55 ft-lb (lubricated) / 60 ft-lb (non-lubricated) v. 7.2024 18 • Counter Instrument Drive must be compatible with the Itron 100G ERT models ERG-5006-007 or ERG-5006-008 Commercial & Residential Regulator Requirements (3/4" - 2") • Body Gasket: Nitrile (NBR) • Closing Cap: ASA-grade thermoplastic • Adjusting Screw: Delrin • Diaphragm Case, Spring Case, Diaphragm Plate, Orifice, and Valve Stem: Aluminum • Pusher Post/Relief Valve Seat: Delrin • Diaphragm and Disk: Nitrile • Control Spring: Zinc-plated steel • Relief Valve Spring: Stainless steel • Relief Valve Retainer: Stainless steel • Vent Screen: Stainless steel • Lever Pin: Stainless steel • Spring Seat, Lever, and all other remaining metal components: Plated steel 4.4 Samples • Product samples may be requested. All samples requested must be representative of the quality of products to be produced and must meet all mandatory requirements to be considered • All samples shall be provided at no cost to the City • Samples will not be returned and will be used for testing and quality assurance • Determination of product equivalency will be made solely by the City, based on evaluation by a Clearwater Gas System representative 4.5 Pricing • Quantities listed are estimates only • Lead time will be a factor in the evaluation and contract award process 4.6 Training Vendor(s) shall provide manufacturer-led training and/or instructional materials as required by CGS 4.7 Delivery All deliveries shall be made to: Clearwater Gas System Energy 777 Maple Street Clearwater, Florida 33765 v. 7.2024 19 4.8 References Vendor(s) shall provide a minimum of three (3) references with bid submittal, preferably from other public entities for which similar products or services have been provided. 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 v. 7.2024 20 Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 45-25 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 September 2025 through August 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 bid. v. 7.2024 21 The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve months change in the Producer Price Index for 334514, Totalizing fluid meters and counting devices mfg., not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION 7.1 Bid Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. Submittal Requirements can be found under Section 9. of this solicitation. PRICING SHEET Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Natural Gas Meters and Regulators to the City of Clearwater at the price(s) stated below. PLEASE NOTE • Lead time will be considered during the evaluation and contract award process. 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 PRICING DETAILS PLEASE NOTE: Quantities are estimates only. Lead time will be considered during the evaluation and contract award process. v. 7.2024 22 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 1 200 CLASS CFH (NTC) SCREWED CASE ALUMINUM GAS METERS WITH CONNECTIONS (General) 1) HUBS: SPRAGUE 1A 2) CAPACITY: 250 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 5 PSIG 4) CONNECTIONS: 2 - INSUL 3/4" MALE PIPE THREAD GALV. 5) COMPATIBLE WITH ERT MODEL ERG- 5006 1,500 Each 2 400 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: AMERICAN 425 - 45 LT.; INVENSYS 415 - 45 LT.: ACTARIS 400 - SPRAGUE STD. 2) CAPACITY: 400 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 10 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG- 5006 500 Each v. 7.2024 23 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 3 600 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: 45 LT. 2) CAPACITY: 630 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG- 5006 300 Each 4 600 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (Can be used for right to left) 1) HUBS: 45 LT. 2) CAPACITY: 630 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS: 2 - 1 1/2" INSULATED MALE SWIVELS 5) COMPATIBLE WITH ERT MODEL ERG- 5006 25 Each v. 7.2024 24 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 5 800 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG- 5006 40 Each 6 800 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2lb dial) 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG- 5006 40 Each v. 7.2024 25 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 7 1000 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2 lb Dial) 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG- 5006 60 Each 8 1000 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS (With 2 lb Dial) Right to left 1) HUBS: SPRAGUE STANDARD 2) CAPACITY: 1000 CFH OF .60 SG NATURAL GAS AT 1/2" W.C. DIFFERENTIAL 3) MAXIMUM WORKING PRESSURE: 25 PSIG 4) CONNECTIONS 2 - 2" FEMALE INSULATED FEMALE SWIVEL GALVANIZED 5) COMPATIBLE WITH ERT MODEL ERG- 5006 20 Each v. 7.2024 26 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 9 ROMET OR ROOTS 3M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX):3000 ACFH BASE RATE 2) RANGEABILITY (+/- 1%): 76:1 RATIO 3) RANGEABILITY (+/- 2%): 139:1 RATIO 4) START RATE: 2.1 CFH 5) STOP RATE 1.8 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 2580 CFH 7) AVERAGE DIFFERENTIAL, 100% FLOW: 1.05 IN W.C. 8) MAX OPERATING SPEED: 2000 RPM 9) GEAR RATIO: 400:1 10) DISPLACED VOLUME/REVOLUTIN: 0.025 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100CF/REV 13) ODOMETER TURNOVER: 3.8 YEARS 14) NOMINAL PIPE SIZE: 2 INCH 15) FLANGE-TO-FLANGE: 6-3/4 INCH 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH: 15/16 INCH 18) RESTRICTING ORFICE (120%): 17/32 INCH 50 Each v. 7.2024 27 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 10 ROMET OR ROOTS 5M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 5000 ACFH 2) RANGEABILITY (+/- 1%): 120:1 RATIO 3) RANGEABILITY (+/- 2%): 215:1 RATIO 4) START RATE: 1.2 CFH 5) STOP RATE 0.8 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 3975 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.05 IN. W.C. 8) MAX. OPERATING SPEED: 2250 RPM 9) GEAR RATIO: 270:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.037037 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 2.28 YRS. 14) NOMINAL PIPE SIZE: 3 IN. 15) FLANGE-TO-FLANGE: 6-3/4 IN. 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH 15/16 IN. 18) RESTRICTING ORFICE (120%): 23/32 IN. 30 Each v. 7.2024 28 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 11 ROMET OR ROOTS 7M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 7000 ACFH 2) RANGEABILITY (+/- 1%): 67:1 RATIO 3) RANGEABILITY (+/- 2%): 115:1 RATIO 4) START RATE: 5.33 CFH 5) STOP RATE 3.39 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 5400 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1867 RPM 9) GEAR RATIO: 160:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.0325 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.63 YRS. 14) NOMINAL PIPE SIZE: 3 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 4 17) FLANGE BOLT HOLE DEPTH 15/16 IN. 18) RESTRICTING ORFICE (120%): 13/16 IN. 10 Each v. 7.2024 29 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 12 ROMET OR ROOTS 11M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 11000 ACFH 2) RANGEABILITY (+/- 1%): 124:1 RATIO 3) RANGEABILITY (+/- 2%): 227:1RATIO 4) START RATE: 3.88 CFH 5) STOP RATE 3.23 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 7300 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1833 RPM 9) GEAR RATIO: 100:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.1 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.04 YRS. 14) NOMINAL PIPE SIZE: 4 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 8 17) FLANGE BOLT HOLE DEPTH 1-1/16 IN. 18) RESTRICTING ORFICE (120%): 1 IN. 10 Each v. 7.2024 30 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 13 ROMET OR ROOTS 16M ROTARY METER OR EQUIVALENT 1) BASE RATE (Q.MAX) : 11000 ACFH 2) RANGEABILITY (+/- 1%): 124:1 RATIO 3) RANGEABILITY (+/- 2%): 227:1RATIO 4) START RATE: 3.88 CFH 5) STOP RATE 3.23 CFH 6) FLOW RATE @ 0.5" W.C. GAS: 7300 CFH 7) AVG. DIFFERENTIAL, 100% FLOW: 1.6 IN. W.C. 8) MAX. OPERATING SPEED: 1833 RPM 9) GEAR RATIO: 100:1 RATIO 10) DISPLACED VOLUME/ REVOLUTION: 0.1 CF 11) DRIVE RATE, CD: 10 CF/REV 12) DRIVE RATE, TD: 100 CF/REV 13) ODOMETER TURNOVER: 1.04 YRS. 14) NOMINAL PIPE SIZE: 4 IN. 15) FLANGE-TO-FLANGE: 9-1/2 IN. 16) BOLTS PER FLANGE: 8 17) FLANGE BOLT HOLE DEPTH 1-1/16 IN. 18) RESTRICTING ORFICE (120%): 1 IN. 3 Each v. 7.2024 31 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 14 HSR 3/4" ANGLE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 1,200 Each 15 HSR 3/4" ANGLE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 500 Each 16 HSR 3/4" GLOBE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 100 Each v. 7.2024 32 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 17 HSR 3/4" GLOBE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - #14; FISHER - E; ACTARIS - #13; LANCASTER - 9-9; AMERICAN - VALVE HEAD (A) VENT #1 300 Each 18 HSR 1" GLOBE BODY 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 1/8" 4) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD (C) VENT #2 300 Each 19 HSR 1" GLOBE BODY 1) INLET PRESSURE: 6 PSIG 2) OUTLET PRESSURE: 7" W.C. TO 2LB W.C. 3) ORIFICE SIZE: 3/8" 4) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD C VENT #2 300 Each v. 7.2024 33 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 20 DIRECT OPERATED PRESSURE REDUCING REGULATOR (EQUIVALENT TO FISHER 627) 1) LARGE RESIDENTIAL 10 LB OR HIGHER 2) INLET PRESSURE: 60 PSIG 3) OUTLET PRESSURE: 5-20 PSIG 4) ORIFICE SIZE: 1/4" 5) 1" BODY 6) INTERNAL RELIEF WITHOPEN THROAT CAPACITY FULL RELIEF 60# INLET 10# OUT 1/4"ORIFICE 4710SCFH 15 Each 21 DIRECT OPERATED PRESSURE REDUCING REGULATOR (FISHER 627R) 1) LARGE RESIDENTIAL 10 LB OR HIGHER 2) INLET PRESSURE: 60 PSIG 3) OUTLET PRESSURE: 5-20 PSIG 4) ORIFICE SIZE: 1/2" 5) 2" BODY 6) INTERNAL RELIEF WITHOPEN THROAT CAPACITY FULL RELIEF 60# INLET 10# OUT 1/4"ORIFICE 4710SCFH 10 Each v. 7.2024 34 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 22 CONSTANT PRESSURE PILOT LOADED REGULATOR LT GREEN MAIN SPRING, BLUE PILOT SRING (EQUIVALENT TO CL231) 1) INLET PRESSURE: 60 PSIG 2) OUTLET PRESSURE: 1LB-20LB 3) ORIFICE SIZE: 3/8" WITH ABILITY TO INTERCHANGE 4) 2" BODY 5)INTERNAL BLEED TO PREVENT VAPOR-LOCK UP 6) VENT POSITION: SENSUS - 105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; AMERICAN - VALVE HEAD C VENT #2 CAPACITY TOKEN RELIEF 60# INLET 1- 20#OUTLET 1/4" ORIFICE 3/8"ORIFICE 4600 SCFH 7500SCFH 15 Each v. 7.2024 35 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 23 2" FLANGED SPRING LOADED, SELF REGULATED GAS REGULATOR WITH INTERNAL RELIEF VALVE (EQUIVALENT TO ITRON B34) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8", WITH THE ABILITY TO INTERCHANGE ORFICES 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4"ORIFICE 1/4"ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 4500SCFH 4000SCFH 2400SCFH 1500SCFH 30 Each v. 7.2024 36 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 24 2" FEMALE PIPE THREAD SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF VALVE (EQUIVALENT TO ITRON B34) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8", WITH THE ABILITY TO INTERCHANGE ORFICES 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4"ORIFICE 1/4"ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 4500SCFH 4000SCFH 2400SCFH 1500SCFH 30 Each v. 7.2024 37 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 25 1 1/4" SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF (EQUIVALENT TO B34SR) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 3/8" X 1/2" with the ability to interchange orifice 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4" x 3/8" ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 7/8" X 1"ORIFICE 4080SCFH 3550SCFH 1960SCFH 1170SCFH 10 Each v. 7.2024 38 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 26 1 1/4" SPRING LOADED, SELF OPERATED GAS REGULATOR WITH INTERNAL RELIEF (EQUIVALENT TO B34SR) 1) INLET PRESSURE: 60 PSIG .60 SG NATURAL GAS 2) OUTLET PRESSURE: 7" W.C. TO 14" W.C. (MUST BE CAPABLE OF OUTLET PRESSURE UP TO 2 PSI WITH ONLY A CHANGE OF SPRING) 3) BRASS ORIFICE SIZE: 7/8" X 1" 5) ADJUSTABLE LOADING RING 6) 1 IN. INTERNAL RELIEF VALVE FULL RELIEF 7) CONTROLLED SIZE BREATHER ORFICE 8) VENT POSITION: SENSUS -105; FISHER - 3F; ACTARIS - #5; LANCASTER - 6-6; CAPACITY: 60# IN 60# IN 5#IN 5#IN 7"OUT 2# OUT 7"OUT 2# OUT 1/4" x 3/8" ORIFICE 3/8 X 1/2ORIFICE 3/8 X 1/2ORIFICE 7/8" X 1"ORIFICE 4080SCFH 3550SCFH 1960SCFH 1170SCFH 10 Each v. 7.2024 39 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 27 SPRING LOADED THROTTLING RELIEF BACK PRESSURE REGULATOR (OVERPRESSURE RELIEF REGULATOR) (EQUIVALENT TO FISHER 289) 1) 1 INCH BODY 2) 15#- 50# INTEGRAL 25 Each 28 SPRING LOADED THROTTLING RELIEF BACK PRESSURE REGULATOR (OVERPRESSURE RELIEF REGULATOR) (EQUIVALENT TO FISHER 289) 1) 1 INCH BODY 2) 4LB- 15LB INTEGRAL 25 Each 29 BACKPRESSURE REGULATOR/RELIEF VALVE FOR REGULATOR AND DISTRIC GATE STATIONS (FISHER 1805) HIGHER PRESSURE FOR REG STATION 1)INLET:150PSIG/10.3 BAR 2)OUTLET:5 TO 125 PSIG 3)2" THREADED BODY 4)INTEGRAL ORIFICE 15 Each v. 7.2024 40 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 30 PRESSURE REDUCING REGULATOR FOR REGULATOR STATIONS AND DISTRIC GATE STATIONS (FISHER 299 ) 1) INLET: UP TO 1000 PSIG/69.1 BAR 2) OUTLET: 2" W.C.TO 160 PSIG MAX 3)BRASS SEAT 4)ORIFICE: 7/8" X 3/8" 5) INTERNAL PRESSURE REGISTRATION 6) 2 INCH CARBON STEEL CL150RF FLANGED BODY 7) 61L PILOTG 10 Each 31 BACKPRESSURE REGULATOR/RELIEF VALVE FOR REGULATOR AND DISTRIC GATE STATIONS (FISHER 1805) HIGHER PRESSURE FOR REG STATION 1)INLET:150PSIG/10.3 BAR 2)OUTLET:5 TO 125 PSIG 3)1" THREADED BODY 4)INTEGRAL ORIFICE 12 Each 32 STRAINERS STYLE 351 PART#0351-1200- 100 1) 2" THREADED BODY 2) 100 MESH 50 Each v. 7.2024 41 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 33 FILTER 2" (DRY PARTICLE) FILTER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 2" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 5 Each 34 FILTER 3" (DRY PARTICLE) FILTRER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 3" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 2 Each 35 FILTER 4" (DRY PARTICLE) FILTER FAB. MATCHES GAP OF SETS WITH THESE FILTERS 1) 4" FLANGED BODY 2) 180 PSIG MAX 3) 10 MICRON FILTER 2 Each v. 7.2024 42 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 36 PILOT OPERATED PRESSURE REDUCING REGULATOR (FISHER 99 WOULD NEED TO BE EXACT SPECIFICATION FOR REGULATOR STATION SWAP OUT) DISTRIBUTION, INDUSTRIAL, AND COMMERCIAL APPLICATIONS 1) INLET: UP TO 175 PSIG/12.1 BAR 2) OUTLET: 5-16# (LARGE COMMERCIAL AND REG, STATIONS) 3) INTEGRAL TOKEN RELIEF (DESIGNED TO RELIEVE OVERPRESSURE CAUSED BY THERMAL EXPANSION 4) ORIFICE: 1/2" 5) 125FF 6) EXTERNAL REGISTRATION 10 Each v. 7.2024 43 Line Item Description Estimated Annual Qty Unit of Measure Unit Cost Lead Time in Weeks No Bid 37 PILOT OPERATED PRESSURE RELIEF VALVE OR BACKPRESSURE REGULATOR (FISHER EZR) DISTRIBUTION, INDUSTRIAL, AND COMMERCIAL APPLICATIONS 1) INLET: UP TO 175 PSIG/12.1 BAR 2) OUTLET: 20-125# (LARGE COMMERCIAL AND REG, STATIONS) 3) BODY SIZE: 6" STEEL CL150 RF 4) SPRING 100 PSIG 5) 6358B PILOT 6) NBR 17E97 DIAPHRAGM 7) EZR- 1206-7041072 4 Each 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 v. 7.2024 44 ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. 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 v. 7.2024 45 commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 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 46 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 Warranty Documentation* *Response required 10 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0990 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Reappoint Kelly Batsford and Frank Cornier to the Neighborhood and Affordable Housing Advisory Board with terms expiring September 30, 2029. SUMMARY: BOARD: Neighborhood and Affordable Housing Advisory Board (NAHAB) TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: N/A (See Special Qualifications) MEMBERS: 7 CHAIRPERSON: Robyn Fiel MEETING DATE: 2nd Tues. most months PLACE: Main Library/Council Chambers STAFF LIAISON: Dylan Mayeux APPTS. NEEDED: 2 SPECIAL QUALIFICATIONS: Board to have 1 member in each: Real Estate Professional in Connection with Affordable Housing; Clearwater Resident; Residential Home Building Industry; Advocate for Low Income Housing; Not-For-Profit Provider of Affordable Housing; Banking/Mortgage Industry; Employer’s Representative. THE FOLLOWING ADVISORY BOARD MEMBERS HAVE COMPLETED PARTIAL TERMS AND ELEIGIBLE TO SERVE A FULL TERM: 1.Kelly Batsford - 108 N Mars Avenue, 33755 - Hopes Villages of America employee Appointed to fill an unexpired term: 7/10/2025 Appointed to fill the Citizen who represents employers within the City of Clearwater category. 2.Frank Cornier - 18209 Holland House Loop, Land O Lakes - Tampa Bay Neighborhood Housing Services, President/CEO Appointed to fill an unexpired term: 3/6/2025 Appointed to fill the Citizen who is actively engaged in the residential home building industry in connection with affordable housing category. Current Special Qualifications: Page 1 City of Clearwater Printed on 9/23/2025 File Number: ID#25-0990 1 citizen actively engaged in the residential home building industry in connection with affordable housing 1 citizen who resides within the city of Clearwater 1 citizen actively engaged as a real estate professional in connection with affordable housing 1 citizen actively engaged as an advocate for low-income persons in connection with affordable housing 1 citizen actively engaged as a not-for-profit provider of affordable housing 1 citizen who represents employers within the city of Clearwater Page 2 City of Clearwater Printed on 9/23/2025 Submit Date: Mar 10, 2025 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 6+ years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? Clearwater Which Boards would you like to apply for? Clearwater Housing Authority: Submitted Occupation - If retired, enter former occupation. N/A Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I would like to help with the issue of housing in Clearwater to create more affordable housing and to ensure residents here are safe and are provided the essentials they need to live here. Kelly A Batsford kbatsford@hotmail.com 108 N Mars Ave Clearwater FL 33755 Home: (727) 244-4372 Hope Villages of America Behavioral Health Advocate Kelly A Batsford Upload a Resume Date of Birth What personal qualifications can you bring to this board or committee? I work at a domestic violence shelter in the city and one of the major issues the women have is housing or lack thereof, of affordable housing to be able to start over on their own in our community. I have lived in Clearwater my entire life and cherish the city and the land we have here, I also know there are housing issues here and I feel like me being a native and also working for people who need housing is a great combination for this committee. List Community Activities Work in social services BLS certified Attend outreach through Radiant Church Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Question applies to multiple boards Are you related to a city employee? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Ethnicity Caucasian/Non-Hispanic Gender Female The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: N/A Kelly_Batsford_Resume.docx 04/15/1985 Kelly A Batsford By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. Kelly A Batsford KELLY BATSFORD kbatsford@hotmail.com (727) 244-4372 Clearwater, Florida 33755 SKILLS Basic knowledge of sign language Strong time management and organizational skills Proficiency in Microsoft Office programs (word, excel, PowerPoint) Goal setting Sales promotion Verbal and written communication Focus and follow-through Originality and creativity POS terminal operations Relationship building Coaching and mentoring Operations management Project management EDUCATION Walden University Minneapolis, MN • 8/2023 Masters of Clinical Mental Health Counseling St. Petersburg College PROFESSIONAL SUMMARY Compassionate and empathic domestic violence therapist looking to expand my abilities in the community through joining advisory boards here in Clearwater to make an impact in our community and better support the women and children starting over here. WORK HISTORY Hope Villages of America- Behavioral Health Advocate 06/2024- current Conduct trauma informed CBT therapy with participants Asses risk assessment and provide safety plans when necessary Set up treatment plans with participant Provide resources when necessary Offer individual, group or family sessions Support participants through crisis Educate participants about domestic violence and ways to break the cycle of abuse Maintain confidential Advocate for participants BayCare Health- Manager of Volunteer Resources 07/2022-06/2024 Supervise and support Morton Plant Campus, outside buildings and Bardmoor Campus with volunteers Grant writing for special projects Build and maintain strong working relationships with leadership to determine their unique needs for each department Ensure performance appraisals for both volunteers and team members, competency assessments, mandatory training, and testing are conducted with established St. Petersburg, FL • 05/2016 Bachelor of Applied Science: Health Services Administration St. Petersburg College St. Petersburg, FL • 12/2013 Associate of Science: Science in Health Care Informatics CERTIFICATIONS Core 2024 Trauma Informed Care 2025 BLS 2018-2020 time frames Maintain relationships with volunteers and team members Oversee daily operations of clothing closet for care coordination Manage budget with retail supervisor for gift shop and resale shop Internship- Employee Assistance Program-BayCare 3/2023- 08-2023 Provided 1:1 counseling to callers Ride Along (x2) with Dade City Sheriff to understand first hand what first responders go through to make counseling sessions better for them Group counseling for inpatient pediatric unit- Mease Dunedin. Groups included: art therapy projects, coping skills, social media, anger management, etc. Answered EAP Phones to direct clients to the proper help in finding providers or resources Provide proper documentation on each client Counseled Team Members in a CISM that happened on hospital campus Internship-Darlington Residential Treatment Center Gulf Coast Jewish Family Counseling Services 11/2022- 02/2023 Provided 1:1 counseling with residents Provided 3-4 group counseling sessions each shift Group sessions included: Addiction, Stress Management, Community Prep, Self- Esteem, Coping Skills, Trauma, Anger Management. Etc. Provided proper documentation on each resident Pasco County CIT Training with Pasco County Sheriffs- Played the role of a suicidal teenager to train sheriffs how to react Shadowed at CALL where 911 dispatch send mental/behavioral calls not needing police to and we went out to reach the person in need to decide if the person needs to be baker acted or just someone to talk to, or possibly resources. BayCare Health - Supervisor of Retail Operations 01/2008 – 07/2022 Supervise and support hospital gift shop and Resale shop operations Train and support over 70 volunteers Ensure performance appraisals for volunteers/employees, competency assessments, mandatory training, and testing are conducted within established time frames Maintain open communication with hospital departments supporting their needs and the needs of their patients/customers Maintain strong working relationships with volunteers and staff to identify and utilize their unique skills In charge of purchasing merchandise and shop resets Negotiate with vendors to ensure best terms, freight, and cost Manage retail operations point of sale systems and records Manage special events, promotions, and sales in retail shops Conducted inventory analysis to determine optimal stock levels, cost of inventory, operational expenses, and inventory losses Soul Roots LLC - Owner & Operator Clearwater, FL • 01/2019 - Current Indoor plant curation and care Clients: Caracara Asian Tapas, Jack Palino's, The Nest, Pure Harmony Massage, BEX Realty Design, set up, placement of plants, and maintenance of plants Set up, and run monthly market booth in varies cities Managed day-to-day business operations BayCare Health - Financial Counselor 01/2007 - 01/2008 In charge of collecting payments from inpatients in hospital Liaison between patients and community agencies Worked closely with team to ensure monthly goals were met Helped to develop new ways to collect monies owed to the hospital Contacted insurance providers to obtain key information regarding patient benefits and to submit documentation for accounts Identified healthcare resources and programs for patients unable to meet financial obligations. Meticulously documented all details regarding contact with patients, providers, and other individuals in system EXPERIENCES - GENERAL 01/2014 - Current Managed budget implementations, employee and volunteer reviews, training, schedules, and contract negotiations Developed and maintain relationships with customers and suppliers through account development Maximized efficiency by coaching and mentoring volunteers and employees on management principles, industry practices, company procedures and technology systems Implemented operational strategies and effectively built customer and employee loyalty Living Springs Retreat- Morton Plant Hospital 09/2023-Current Annual Cancer survivor retreat held at the Safety Harbor Spa Coordinate with vendors for entertainment and gifts send out applications to survivors and family members Work with spa to schedule services for survivors Check in and out with survivors Food Clinic- Morton Plant Hospital 09/2024- Current Provide volunteers Stock shelves, ensuring all items are rotated for freshness Help with food delivery Cover clinic when needed Clothing Closet for Morton Plant Mease (Four hospitals) 07/2019-Current Collect clothing and shoes, launder items, Ensure all closets are stocked Ensure clothing is weather appropriate throughout the year Loyalty Task Force for Morton Plant Mease -Volunteer 01/2019 - Current Attend monthly meetings to collaborate with others on the team to create team member engagement ideas throughout the East region Ethics Consult Team- Morton Plant Hospital 11/2023-Current Attend ethic consult meetings when scheduled Reach an unanimous vote with cases Support Team Family Care Fund Board- Morton Plant Hospital 02/2024- Current Attend monthly meetings with board members Determine which team members can be financially help this month Reach an unanimous vote The Chapel - Volunteer 01/2019 - 01/2021 Assisted with special events and programs Maintained clean, neat, and operational facilities to serve program needs Used strong interpersonal communication skills to convey information to others Supported engaging, fun, and smooth-running events by helping with organization and planning Engaged in community outreach to aid program mission centered on community support and enrichment Greeted visitors and answered questions about program, requirements, and opportunities Coordinated the collection of food, clothing and household items for disadvantaged individuals and families A Kid's Place -Support Brandon, FL • 01/2018 - 01/2018 Organized a donation drive for A Kid's Place in Brandon providing clothing and school items for children in need RCS Homeless Shelter- Support 01/2017 - 01/2017 Organize annual coat drive to support community members and organizations in need Physician Assistant- Shadowing 01/2013 - 01/2014 Worked closely with a Physician Assistant, learning the role they provide to patients in the emergency room setting Emergency Waiting Room Volunteer 01/2011 - 01/2013 Escorted visitors and patients to rooms cleaned waiting rooms restocked supplies sanitized wheelchairs and waiting room chairs . Submit Date: Feb 20, 2025 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * Not a Clearwater Resident Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? 608 N Garden Avenue Which Boards would you like to apply for? Neighborhood and Affordable Housing: Submitted Occupation - If retired, enter former occupation. President & CEO Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Frank Cornier fcornier@tampabaynhs.org 18209 Holland House Loop Land O Lakes FL 34638 Business: (727) 405-1540 Tampa Bay NeighborhoodHousing Services President & CEO Frank Cornier Page 1 of 3 Upload a Resume Please attach a copy of one of the following documents: 1) valid current Florida Driver License issued to an address within city limits, or 2) Declaration of Domicile filed with the city clerk affirming residency within city limits. Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I am an advocate for affordable housing and neighborhood revitalization. I would like to be a participant in any planning or advising that can assist Clearwater in providing more affordable housing for low-to-moderate income residents. What personal qualifications can you bring to this board or committee? I have been an affordable housing real estate developer for over 20 years. I have developed various project in Clearwater, Tampa, Hillsborough County, Polk County and others. These projects have been single family, multifamily, mixed use, new construction and rehabilitation. I have also project managed tens of millions of dollars in construction projects throughout the state of Florida. Lastly, I have sat on other municipal committees including the Affordable Housing Advisory Committee in Pasco County. List Community Activities Currently developing affordable housing units in Clearwater - for sale and rental. Have participate in or provided sponsorship for various community events. Question applies to multiple boards Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Question applies to multiple boards Are you related to a city employee? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Cornier_Frank_Resume.pdf 18209.docx Frank Cornier Page 2 of 3 Date of Birth Ethnicity None Selected Gender None Selected The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. Frank Cornier Page 3 of 3 FRANK CORNIER 813-965-2052 frankcornier@gmail.com · www.linkedin.com/frankcornier An affordable housing development professional with over 20 years’ experience in single family development, multifamily development and non-profit management, utilizing a variety of funding and financing sources. Experience President & CEO Tampa Bay Neighborhood Housing Services November 2021 – Present Responsibilities include overseeing Program, Product and Service Delivery, Financial, Risk and Facilities Management, Human Resource Management, Community and Public Relations, and Fundraising. More specifically, duties include: Create an environment and culture that focuses on fulfilling the organization’s mission, vision and values Operational management of all business departments Ensure organization is staffed with well trained, quality and engaged employees at all times Oversee financial performance and risk profile, while ensuring that all regulatory obligations are being met Design and implementation of new products and services Brand development and the implementation of marketing strategies Represent the organization at business functions, community events, industry conferences, and networking opportunities Increase development of real estate projects throughout Pinellas, Pasco and Hillsborough counties Affordable Housing Advisory Committee member, Housing Finance Authority Advisory Boardmember - Pasco County Vice President of Project Development Blue Sky Communities, Tampa, FL May 2019 – November 2021 Managed day to day development and construction activities of numerous multifamily, Low Income Housing Tax Credit Projects (LIHTC) at any given time. Projects ranged from $12-42 MM each and 82-144 residential units, throughout the State of Florida. Oversight included development team, Architects, Engineers and other consultants. During predevelopment, duties included: Secured contracts with Architects, Civil Engineers, Environmental Engineers, and Surveyors Entitlements and Easements Worked with consultants on design concepts Lead project meetings Project schedule using Microsoft Project Interfaced with municipalities in Housing/Real Estate and Building Departments Provided Lenders with due diligence items needed for construction loans Obtained all permits necessary to begin construction including site, building, water management districts, or any other permits as may be required Negotiated with General Contractor on pricing and contracts During Construction, duties included: Issued Notice to Proceed to Contractors Coordinated Attended Owner, Architect and Contractors meetings Reviewed Pay Applications, Change Orders Site visits Monitored project budgets for time and costs Obtained Certificates of Occupancy Project closeout Coordinated with Property Management Company for smooth hand off of project Vice President of Real Estate Development Corporation to Develop Communities of Tampa, Inc., Tampa, FL June 2014 – May 2019 Provided day to day oversight and management of real estate development department and projects. Projects included development of homes (new construction and rehab), using grant/subsidies such as CHDO and Urban LIFT, as well as home development using traditional lines of credit (unsubsidized development). Prepared and submitted reports to funders and lenders on progress of developments. Other responsibilities included specification writing, procurement, bidding, draw requests, construction management, change orders, project completion and closeout. Projects completed in Hillsborough, Pasco and Pinellas counties. Successfully wrote proposals that were awarded funding, from banks, NeighborWorks, Hillsborough County and City of Tampa (CDBG and HOME funding). Successfully secured partnerships with for profit developers, housing authorities and other nonprofits to develop affordable housing. Developed relationships with service organizations, Realtors, municipalities, consultants and vendors. Served on a community advisory board for a local affordable housing lender, providing input on lending products that would address low-to-moderate income housing needs. Local chapter advisory board member of a national professional real estate association. Award: Received CDC of Tampa’s Excellence Award. Award: Received Real Estate Award from HEA's Heart Awards Assistant Senior Lending Manager Chase Bank, Tampa, FL January 2013 - June 2014 Primarily responsible for the oversight of 8 Lending Managers that managed 100+ Mortgage Bankers, to ensure meeting of sales production goals, customer service benchmarks and compliance with federal regulations. Secondary role was to serve as an advisor on Chase’s Business Development Team on matters of Community Reinvestment Act (CRA) activity, Fair Lending and market gaps in low-to- moderate income communities. This team developed strategies and activities for implementation, tracked those activities and reported the results to Senior Management. Activities included establishing and maintaining relationships with nonprofit organizations, municipalities, Realtor organizations and other community based 501c3 organizations. I also reviewed Home Mortgage Disclosure Act (HMDA) and demographic information to determine market trends, penetration and deficiencies. Volunteered with Habitat for Humanity to help build new homes for low income families. Relocated to Tampa, FL November - December 2012 President & CEO NCS Community Development Corporation, Rochester, NY 2002 - October 2012 Responsible for overseeing day to day operations including financial management, hiring, supervising and professional development of staff, developing and maintaining annual budgets, program development and evaluation, grant administration, training, and compliance. Increased 2011-2012 annual budget by over $1 MM, to a total budget of $4.2 MM. Wrote proposals that were successfully funded, from City, State and Federal sources. Implemented design standards in local housing projects. Worked with residents to develop resident-driven goals for neighborhood revitalization. Provided technical assistance to other organizations needing capacity building. Increased credibility and visibility of the organization. Provided construction management to complete hundreds of properties, including specification writing and project feasibility analysis. Represented buyers and sellers in traditional real estate transactions. Created and grew a for profit property management subsidiary company that provided additional revenue to parent company and managed hundreds of units. Worked closely with Board of Directors to further organizational mission and assist with developing policies, strategic planning and implementation. Served on Mayor Robert Duffy’s Transition Team to develop his first 100-day plan for addressing community issues. Also served as a delegate for the Puerto Plata Sister City Committee, representing the City of Rochester in Puerto Plata, in an effort to encourage trade, tourism and education. Board member of Housing Opportunities, Inc., an affordable rental housing organization that merged with PathStone (Rural Opportunities, Inc.) in 2005. Board member of Northwest Neighborhood Outreach Center, a human service organization that assists low income families achieve self-sufficiency. Award: Received Business Person of the Year award from the Edgerton Neighborhood Association. Education, Training & Licenses Certificate in Community Real Estate Development University of South Florida, Tampa, FL State of Florida Real Estate Broker License education Greater Tampa Association of Realtors, Tampa, FL, Master of Science Program in Community Economic Development Southern New Hampshire University, Manchester, New Hampshire Master of Science Internship with concentration in Economic Development Pratt Institute, Brooklyn, NY Licensed Real Estate Broker - New York and Florida Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1004 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Appoint Richard Foxx to the Neighborhood and Affordable Housing Advisory Board, as the Citizen actively engaged as a real estate professional in connection with affordable housing, with an unexpired term through June 30, 2026. SUMMARY: APPOINTMENT WORKSHEET BOARD: Neighborhood and Affordable Housing Advisory Board (NAHAB) TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: N/A (See Special Qualifications) MEMBERS: 7 CHAIRPERSON: Robyn Fiel MEETING DATE: 2nd Tues. most months PLACE: Main Library/Council Chambers STAFF LIAISON: Chuck Lane APPTS. NEEDED: 1 SPECIAL QUALIFICATIONS: Board to have 1 member in each: Real Estate Professional in Connection with Affordable Housing; Clearwater Resident; Residential Home Building Industry; Advocate for Low Income Housing; Not-For-Profit Provider of Affordable Housing; Banking/Mortgage Industry; Employer’s Representative. THE FOLLOWING ADVISORY BOARD MEMBER IS NO LONGER ABLE TO SERVE ON THE BOARD: 1.Lindsay Dicus-Harrsion - 12400 Chicksaw Trail, Largo - Dicus Harrison Realty Appointed to fill an unexpired term: 01/12/23 Resigned: 9/19/25 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Richard Foxx - 1129 Charles Street, 33755 - Real Estate/Mortgage Broker Page 1 City of Clearwater Printed on 9/23/2025 File Number: ID#25-1004 Current Special Qualifications: 1 citizen actively engaged in the residential home building industry in connection with affordable housing 1 citizen who resides within the city of Clearwater ** citizen actively engaged as a real estate professional in connection with affordable housing 1 citizen actively engaged as an advocate for low-income persons in connection with affordable housing 1 citizen actively engaged as a not-for-profit provider of affordable housing 1 citizen who represents employers within the city of Clearwater Page 2 City of Clearwater Printed on 9/23/2025 Submit Date: Mar 28, 2025 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 6+ years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? Which Boards would you like to apply for? Neighborhood and Affordable Housing: Submitted Occupation - If retired, enter former occupation. Real Estate Broker/Mortgage Broker Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. RICHARD FOXX rfoxx@flvmc.com 1129 CHARLES STREET Clearwater FL 33755 Home: (727) 743-8048 Home: (727) 742-7064 Foxx and AssociatesLLC/Florida's VA MortgageCenter Real Estate Broker/MortgageBroker RICHARD FOXX Upload a Resume Please attach a copy of one of the following documents: 1) valid current Florida Driver License issued to an address within city limits, or 2) Declaration of Domicile filed with the city clerk affirming residency within city limits. Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I'd like to get involved with my local Clearwater community, and help address issues with housing affordability. Affordable housing has become a crisis in Florida as well as nationwide, and it needs to be addressed by local government, in conjunction with local real estate and mortgage professionals. I believe I can be of service with Neighborhood and Affordable Housing needs in Clearwater, with my extensive real estate and mortgage background, that spans 29 years. What personal qualifications can you bring to this board or committee? I have 29 years experience in the real estate and mortgage industries, and have extensive knowledge of the Clearwater real estate market. My real estate brokerage was the federal contractor for Fannie Mae for this area, from 2010 through 2020, responsible for selling foreclosed properties. I worked with approved non-profit entities, to ensure that low income families has access Fannie Mae for-sale properties, and not just cash investors buying them. Through my VA mortgage company, I assist Veterans, many of them disabled, with their home purchases around Tampa Bay. I believe this experience will be very helpful to the Neighborhood and Affordable Housing Board. List Community Activities MacDill AFB - assist local Veterans, some of who are disabled, find housing in Clearwater and Tampa Bay. I've also been working with local families, assisting them in finding affordable housing in Clearwater and around Tampa Bay. Question applies to multiple boards Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. No Question applies to multiple boards Are you related to a city employee? Yes No Question applies to multiple boards If yes, please provide name and explain relation. No RF_Resume.pdf RICHARD FOXX Date of Birth Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Ethnicity Caucasian/Non-Hispanic Gender Male The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. 03/12/1967 RICHARD FOXX 1129 Charles St Clearwater FL 33755 (727) 743-8048 rfoxx@FLVMC.com Richard Foxx Real Estate Broker/Mortgage Broker Owner/Broker Florida’s VA Mortgage Center 2014 - present  Opened and managed Florida’s VA Mortgage Center, a VA focused mortgage brokerage, originating VA mortgage products in the State of Florida  Worked with Veterans and disabled veterans, assisting them with their housing and mortgage needs. Real Estate Broker Foxx and Associates LLC - 2007 to present  Listed and sold REO properties for multiple Mortgage Servicing entities, including Fannie Mae as direct listing broker, and major banks/Asset Companies including Bank of America, Chase, Nationstar, and many others.  Arranged field service and repairs on property under management.  Maintained agent relations with local real estate community to facilitate ease of showings and offers. Advanced Funding 1996 - 2007 Mortgage Broker for prime and non-prime mortgage loans, in Michigan, Florida, and Colorado. Summary of Experience and Education  Broker/owner of Florida’s VA Mortgage Center LLC , mortgage brokerage in Clearwater FL  Broker/owner Foxx and Associates LLC, a real estate brokerage  Real Estate licensee/ 1998 to present.  Fannie Mae REO asset disposition ongoing training, local listing broker from 2010 to 2020.  HUD education, Integrated Asset BPO training, Quandis training, Equator training platform for multiple mortgage servicers, RES.net for multiple clients. References available upon request Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0954 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve renewal of Legal Services Agreement with the law firm of Baker Hostetler LLP to represent the City in environmental matters and authorize the appropriate officials to execute same. SUMMARY: The City has maintained this agreement since July 1, 2020, and has collaborated with Mr. Pence for over 15 years. The City pays hourly for the highly specialized services provided by Baker Hostetler. The Council designates the City Attorney to approve billing invoices up to the $100,000 not to exceed amount. APPROPRIATION CODE AND AMOUNT: Operating funds are available in cost code 0109600-530100, Professional Services, to fund this contract. Page 1 City of Clearwater Printed on 9/23/2025 083355.000001\4930-5239-1014.1 LEGAL SERVICES AGREEMENT THIS LEGAL SERVICES AGREEMENT (the “Agreement”) is entered into as of this _____ day of September, 2025, with an Effective Date of July 1, 2025, nunc pro tunc, by and between the CITY OF CLEARWATER, P.O. Box 4748, Clearwater, Florida 33758-4748 (the “City”), and the law firm of BAKER & HOSTETLER LLP, 200 South Orange Avenue, Suite 2300, Orlando, Florida 32801 (“Counsel”). WITNESSETH: WHEREAS, the City wishes to retain Counsel to serve as legal counsel on certain environmental issues; NOW, THEREFORE, in consideration of the promises and mutual covenants herein contained, the parties hereto hereby agree as follows: SECTION 1. AUTHORIZATION TO PROCEED AS COUNSEL. Counsel is hereby authorized to provide services as described in this Agreement and for the professional fees described in this Agreement. SECTION 2. SCOPE OF SERVICES. Counsel hereby agrees to provide its professional services to the City for the purpose of addressing: (i) environmental matters as the same may arise from time to time, including, but not limited to, environmental and other transactional representation requested or approved by the City Attorney in support of CGS Energy, formerly known as Clearwater Gas System, and (ii) the remediation activities being conducted at the Joe DiMaggio Sports Complex, Harbor Drive Fill Area, the Clearwater Gas Complex property, and other sites as necessary (“Sites”). Counsel’s professional services will include coordinating with the City and the Florida Department of Environmental Protection for the remediation and ultimate closure of the Sites, engaging outside consultants, as otherwise approved by the City, and other actions reasonably necessary to comply with the laws and regulations applicable to the City, as well as the other legal obligations, and with respect to remediating these Sites. SECTION 3. TERM. The term of this Agreement shall be for two (2) years, beginning on July 1, 2025, nunc pro tunc, and shall expire on September 30, 2027 (“Term”). SECTION 4. PROFESSIONAL FEES FOR SERVICES. The City and Counsel agree to an initial rate of $675.00 per hour for attorney services for William L. Pence and other partners, to a rate of $475.00 per hour for additional attorney services by Hanna F. Elmasry and other associates, and to a rate of $370.00 per hour for paralegal services by Tami Whaley or other paralegals. Professional fees for services shall not exceed $100,000.00 for the Term of this Agreement. 2 083355.000001\4930-5239-1014.1 SECTION 5. COMPENSABLE EXPENSES. Reimbursement of expenses shall be made by the City to Counsel for reasonable out-of-pocket expenses as determined by the City Attorney without markup, including but not limited to long distance calls and facsimiles, copying or reproducing documents, postage, court costs, parking costs and travel incurred by Counsel in performance of its duties hereunder. Travel and per diem costs as well as auto travel expenses shall not exceed that which is available to City employees. SECTION 6. INDEMNIFICATION AND INSURANCE. Counsel represents that it has expertise in the area of environmental issues and is competent to perform the duties required by this Agreement. Counsel agrees to protect, defend, indemnify and hold the City and its officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or due to any negligent act or omission of Counsel, its employees, agents and subcontractors in connection with or arising directly or indirectly out of this Agreement and/or the performance hereof. Without limiting its liability under this Agreement, Counsel shall procure and maintain during the life of this Agreement professional liability insurance in an amount of $1,000,000. This provision shall survive the termination of this Agreement. SECTION 7. CONFLICT OF INTEREST. It is understood by the City and Counsel that Counsel is not aware of any of Counsel’s clients that currently present any conflict between the interests of the City and other clients of Counsel. If any potential conflict of interest arises during the time Counsel is representing the City, Counsel will promptly inform the City. The City is under no obligation to agree to authorize the conflict representation. SECTION 8. CONSTRUCTION AND AMENDMENTS. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. This Agreement may be amended only by a writing duly entered into by the City and Counsel. SECTION 9. CANCELLATION OF AGREEMENT. The City may cancel or terminate this Agreement upon ten days advance written notice to Counsel. In the event of cancellation, Counsel shall immediately cease work hereunder and shall be reimbursed for eligible and documented reimbursable expenses incurred prior to the date of cancellation. Further, it is understood and agreed between the City and Counsel that William L. Pence will be the lead attorney assigned by Counsel to provide the services contained herein. The City, in its absolute discretion, may immediately terminate this Agreement upon written notice to Counsel if the services of this attorney are unavailable to the City. [SIGNATURE PAGE FOLLOWS] 3 083355.000001\4930-5239-1014.1 IN WITNESS WHEREOF, the City and Counsel have executed this Agreement as of the date first written above. Countersigned: CITY OF CLEARWATER, FLORIDA By: Bruce Rector Mayor Jennifer Poirrier City Manager Approved as to form: Attest: David Margolis City Attorney Rosemarie Call City Clerk 4 083355.000001\4930-5239-1014.1 BAKER & HOSTETLER LLP By: William L. Pence, Partner Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0972 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve a retainer agreement with the Dayes Law Firm, PLLC in Jontez Williams vs. Carl Giardino and authorize the appropriate officials to execute same. SUMMARY: Senior Assistant City Attorney Michael Fuino has been appointed as City Attorney for the City of North Port. Mr. Fuino has been representing the City and the City employee(s) named as defendants in this suit. To ensure the successful defense of the City and our employee(s), the City Attorney recommends retaining The Dayes Law Firm to represent the City and our employee(s) in this matter. The Dayes Law Firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating Funds are available in cost code 0109600-530100, Professional Services, to fund this contract. The operating budget of the City Attorney’s Office is funded by General Fund revenue. Page 1 City of Clearwater Printed on 9/23/2025 1 AGREEMENT BETWEEN THE CITY OF CLEARWATER AND DAYES LAW FIRM, PLLC THIS AGREEMENT is entered into at Clearwater, Florida, effective the _____ day of September, 2025, by and between the City of Clearwater, a municipal corporation of the State of Florida, hereinafter referred to as the “City”, the address of which is City of Clearwater Offices, One Clearwater Tower, 6th Floor, 600 Cleveland St., Clearwater, FL 33756, and Dayes Law Firm, PLLC, hereinafter referred to as the “Firm”, the address of which is 727 2nd Street South, Safety Harbor, Florida 34695. WHEREAS, it is the desire of the City to enter into an Agreement with the Firm to provide legal services pertaining to police civil liability against the City, and other such legal services as may be required by the City Attorney. NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations herein contained, the City and the Firm agree as follows: ARTICLE I. SCOPE OF SERVICES. The Firm shall provide legal services to the City involving the defense of the City and, provided that there is no substantial risk of or actual conflict of interest exists, its employees in the litigation styled as Jontez Williams vs. Carl Giardino (Case No. 8:25-cv-01140). If, in the sole discretion of the Firm, a conflict of interest exists or arises, such that the representation of the City will be directly adverse to one or more of its employees, or there is a substantial risk that the representation, a former client or a third person or by a personal interest of the lawyer, the Firm may terminate its representation of as set forth in Article VIII. The Firm’s compensation for the defense of the litigation styled as Jontez Williams vs. Carl Giardino (Case No. 8:25-cv-01140) shall be limited to $75,000.00. ARTICLE II. PERIOD OF AGREEMENT. This Agreement shall commence on the Effective Date, and shall terminate at the conclusion of the services provided hereunder, unless earlier cancelled as hereinafter provided. ARTICLE III. COMPENSATION AND COMPENSABLE EXPENSES. A. The City shall pay the Firm as consideration for legal services rendered pursuant to this Agreement an hourly rate of Two Hundred Dollars ($200.00), and Ninety-Five Dollars ($95.00) per hour for all paralegal services on behalf of the City. There will be no compensation paid for the services of clerical assistance. B. Reimbursement shall be made by the City to the Firm for reasonable out-of-pocket expenses, without mark-up, including, but not limited to, long distance calls, copying or reproducing documents, not to exceed ten cents per page, postage, court costs, appeal expenses, parking costs, witness fees, discovery costs and travel (local travel excluded), incurred by the Firm 2 in the performance of its duties hereunder. Travel and per diem costs, as well as auto travel expenses, shall not exceed that which is available and paid to City of Clearwater employees. C. Reasonable charges for computer legal research shall be paid, however, such legal research work must be approved by the City Attorney, and this provision shall be reviewed quarterly by the parties. D. No outside experts or other services may be incurred for payment by the City without written authorization by the City Attorney or his designee. ARTICLE IV. PAYMENTS. The Firm shall submit invoices to the City on a monthly basis. Each invoice shall provide a detailed description of the services performed and the date thereof. Original receipts for non-in- house expenses must be submitted with each invoice and a reasonable amount of detail must be provided for each non-in-house expense as agreed to by the Firm and the City Attorney. Upon receipt and verification of such statements the City shall pay the Firm within reasonable time after receiving same. ARTICLE V. FIRM’S REPRESENTATION OF OTHER CLIENTS. The Firm will not represent clients against the City of Clearwater in personal injury claims or in any other claim arising out of its representation of the City or its representation of an individual employed by the City. In all other matters, the Firm may represent clients with an interest adverse to the City of Clearwater and said representation shall not be deemed to constitute a conflict of interest, provided the Firm first discloses to the City, in writing, said representation and the nature of the adverse interest. Moreover, except as herein provided, the Firm’s representation of the City shall not be deemed to constitute a conflict affecting the Firm’s general ability to represent clients before the City. ARTICLE VI. NONASSIGNABILITY. The Firm may not assign this Agreement. ARTICLE VII. MODIFICATION, AMENDMENT OR EXTENSION. This Agreement may not be modified, amended or extended verbally or by conduct but only by writing duly executed by the parties in accordance with the Charter of the City. ARTICLE VIII. TERMINATION. City may discharge Firm and terminate this Agreement at any time, with or without cause. In such event, however, City shall remain obligated to compensate Firm for all services rendered and authorized expenses incurred through the date of termination. Firm may terminate services to the City and this Agreement, with or without cause, upon reasonable notice, not less than thirty (30) days. In the event Firm’s statements are not paid within a reasonable time, or in the event the 3 City/Firm relationship develops to the point where Firm, in its sole discretion, believes it cannot conscientiously provide representation in City’s best interest, Firm may terminate as aforesaid. ARTICLE IX. PUBLIC RECORDS. The firm must comply with public records laws, including the following provisions of Section 119.0701, Florida Statutes: 1. Keep and maintain public records required by the City to perform the services; 2. Upon request by the City, provide the City with copies of the requested records, having redacted records in total on in part that are exempt from disclosure by law or allow the records to be inspected or copied within a reasonable time (with provision of a copy of such records to the City) on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that records, in part or in total, that are exempt or that are confidential and exempt from disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion (or earlier termination) of the contract if the Firm does not transfer the records to the City. 4. Upon completion (or earlier termination) of the agreement, the Firm shall within 30 days after such event either transfer to the City, at no cost, all public records in possession of the Firm or keep and maintain the public records in compliance with Chapter 119, Florida Statutes. If the Firm transfers all public records to the City upon completion (or earlier termination) of the contract, Firm shall destroy any duplicate records that are exempt or confidential and exempt from public records disclosure requirements. If the Firm keeps and maintains public records upon completion (or earlier termination) of the contract, the Firm shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. 5. The failure of the Firm to comply with Chapter 119, Florida Statutes, and/or the provisions set forth above shall be grounds for immediate unilateral termination of the agreement by the City; the City shall also have the option to withhold compensation the Firm until records are received as provided herein. ARTICLE X. COMPLIANCE WITH LAWS. The Firm shall comply with all applicable federal, state and local laws and all codes and ordinances of the City as amended from time to time, and specifically with the City of Clearwater’s Code of Ethics, as it may be amended from time to time. A RT I C L E X L H E A D I N G S . All articles and descriptive headings of paragraphs in this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof IN WITNESS WHEREOE, the parties hereto have executed this Agreement on the day and year first above written. CITY OF CLEARWATER, FLORIDACOUNTERSIGNED: By: JENNIFER POIRRIER CITY MANAGER B R U C E R E C T O R MAYOR ATTEST;A P P R O V E D A S T O F O R M : R O S E M A R I E C A L L CITY CLERK DAVID MARGOLIS CITY ATTORNEY DAYES LAW FIRM, PLLC By: ANDREWT. DAYES 4 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0973 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve a retainer agreement with the Dayes Law Firm PLLC in Connie Simon vs. City of Clearwater and authorize the appropriate officials to execute same. SUMMARY: Senior Assistant City Attorney Michael Fuino has been appointed as City Attorney for the City of North Port. Mr. Fuino has been representing the City and city employee(s) named as defendants in this suit. To ensure the successful defense of the City and our employee(s), the City Attorney recommends retaining The Dayes Law Firm to represent the City and our employee(s) in this matter. The Dayes Law Firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating Funds are available in cost code 0109600-530100, Professional Services, to fund this contract. The operating budget of the City Attorney’s Office is funded by General Fund revenue. Page 1 City of Clearwater Printed on 9/23/2025 1 AGREEMENT BETWEEN THE CITY OF CLEARWATER AND DAYES LAW FIRM, PLLC THIS AGREEMENT is entered into at Clearwater, Florida, effective the _____ day of September, 2025, by and between the City of Clearwater, a municipal corporation of the State of Florida, hereinafter referred to as the “City”, the address of which is City of Clearwater Offices, One Clearwater Tower, 6th Floor, 600 Cleveland St., Clearwater, FL 33756, and Dayes Law Firm, PLLC, hereinafter referred to as the “Firm”, the address of which is 727 2nd Street South, Safety Harbor, Florida 34695. WHEREAS, it is the desire of the City to enter into an Agreement with the Firm to provide legal services pertaining to police civil liability against the City, and other such legal services as may be required by the City Attorney. NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations herein contained, the City and the Firm agree as follows: ARTICLE I. SCOPE OF SERVICES. The Firm shall provide legal services to the City involving the defense of the City and, provided that there is no substantial risk of or actual conflict of interest exists, its employees in the litigation styled as Connie Simon vs. City of Clearwater (Case No. 8:25-cv-01565). If, in the sole discretion of the Firm, a conflict of interest exists or arises, such that the representation of the City will be directly adverse to one or more of its employees, or there is a substantial risk that the representation, a former client or a third person or by a personal interest of the lawyer, the Firm may terminate its representation of as set forth in Article VIII. The Firm’s compensation for the defense of the litigation styled as Connie Simon vs. City of Clearwater (Case No. 8:25-cv-01565) shall be limited to $75,000.00. ARTICLE II. PERIOD OF AGREEMENT. This Agreement shall commence on the Effective Date, and shall terminate at the conclusion of the services provided hereunder, unless earlier cancelled as hereinafter provided. ARTICLE III. COMPENSATION AND COMPENSABLE EXPENSES. A. The City shall pay the Firm as consideration for legal services rendered pursuant to this Agreement an hourly rate of Two Hundred Dollars ($200.00), and Ninety-Five Dollars ($95.00) per hour for all paralegal services on behalf of the City. There will be no compensation paid for the services of clerical assistance. B. Reimbursement shall be made by the City to the Firm for reasonable out-of-pocket expenses, without mark-up, including, but not limited to, long distance calls, copying or reproducing documents, not to exceed ten cents per page, postage, court costs, appeal expenses, parking costs, witness fees, discovery costs and travel (local travel excluded), incurred by the Firm 2 in the performance of its duties hereunder. Travel and per diem costs, as well as auto travel expenses, shall not exceed that which is available and paid to City of Clearwater employees. C. Reasonable charges for computer legal research shall be paid, however, such legal research work must be approved by the City Attorney, and this provision shall be reviewed quarterly by the parties. D. No outside experts or other services may be incurred for payment by the City without written authorization by the City Attorney or his designee. ARTICLE IV. PAYMENTS. The Firm shall submit invoices to the City on a monthly basis. Each invoice shall provide a detailed description of the services performed and the date thereof. Original receipts for non-in- house expenses must be submitted with each invoice and a reasonable amount of detail must be provided for each non-in-house expense as agreed to by the Firm and the City Attorney. Upon receipt and verification of such statements the City shall pay the Firm within reasonable time after receiving same. ARTICLE V. FIRM’S REPRESENTATION OF OTHER CLIENTS. The Firm will not represent clients against the City of Clearwater in personal injury claims or in any other claim arising out of its representation of the City or its representation of an individual employed by the City. In all other matters, the Firm may represent clients with an interest adverse to the City of Clearwater and said representation shall not be deemed to constitute a conflict of interest, provided the Firm first discloses to the City, in writing, said representation and the nature of the adverse interest. Moreover, except as herein provided, the Firm’s representation of the City shall not be deemed to constitute a conflict affecting the Firm’s general ability to represent clients before the City. ARTICLE VI. NONASSIGNABILITY. The Firm may not assign this Agreement. ARTICLE VII. MODIFICATION, AMENDMENT OR EXTENSION. This Agreement may not be modified, amended or extended verbally or by conduct but only by writing duly executed by the parties in accordance with the Charter of the City. ARTICLE VIII. TERMINATION. City may discharge Firm and terminate this Agreement at any time, with or without cause. In such event, however, City shall remain obligated to compensate Firm for all services rendered and authorized expenses incurred through the date of termination. Firm may terminate services to the City and this Agreement, with or without cause, upon reasonable notice, not less than thirty (30) days. In the event Firm’s statements are not paid within a reasonable time, or in the event the 3 City/Firm relationship develops to the point where Firm, in its sole discretion, believes it cannot conscientiously provide representation in City’s best interest, Firm may terminate as aforesaid. ARTICLE IX. PUBLIC RECORDS. The firm must comply with public records laws, including the following provisions of Section 119.0701, Florida Statutes: 1. Keep and maintain public records required by the City to perform the services; 2. Upon request by the City, provide the City with copies of the requested records, having redacted records in total on in part that are exempt from disclosure by law or allow the records to be inspected or copied within a reasonable time (with provision of a copy of such records to the City) on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that records, in part or in total, that are exempt or that are confidential and exempt from disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion (or earlier termination) of the contract if the Firm does not transfer the records to the City. 4. Upon completion (or earlier termination) of the agreement, the Firm shall within 30 days after such event either transfer to the City, at no cost, all public records in possession of the Firm or keep and maintain the public records in compliance with Chapter 119, Florida Statutes. If the Firm transfers all public records to the City upon completion (or earlier termination) of the contract, Firm shall destroy any duplicate records that are exempt or confidential and exempt from public records disclosure requirements. If the Firm keeps and maintains public records upon completion (or earlier termination) of the contract, the Firm shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. 5. The failure of the Firm to comply with Chapter 119, Florida Statutes, and/or the provisions set forth above shall be grounds for immediate unilateral termination of the agreement by the City; the City shall also have the option to withhold compensation the Firm until records are received as provided herein. ARTICLE X. COMPLIANCE WITH LAWS. The Firm shall comply with all applicable federal, state and local laws and all codes and ordinances of the City as amended from time to time, and specifically with the City of Clearwater’s Code of Ethics, as it may be amended from time to time. A RT I C L E X L H E A D I N G S . All articles and descriptive headings of paragraphs in this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof IN WITNESS WHEREOE, the parties hereto have executed this Agreement on the day and year first above written. CITY OF CLEARWATER, FLORIDACOUNTERSIGNED: By: JENNIFER POIRRIER CITY MANAGER B R U C E R E C T O R MAYOR ATTEST;A P P R O V E D A S T O F O R M : R O S E M A R I E C A L L CITY CLERK DAVID MARGOLIS CITY ATTORNEY DAYES LAW FIRM, PLLC By: ANDREWT. DAYES 4 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0978 Agenda Date: 9/29/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Approve amended retainer agreement with Manson Bolves Donaldson Tanner, P.A. in regard to Bay Esplanade litigation and authorize the appropriate officials to execute same. SUMMARY: Manson Bolves has been defending the City in certain specialized aspects of this quiet title action. Senior Assistant City Attorney Michael Fuino has been defending the City in other aspects. Mr. Fuino has been appointed as the next City Attorney for the City of North Port. As a result, this amended agreement with Manson Bolves will ensure continued and cost effective representation of the City by unifying both aspects of the litigation under a single firm. APPROPRIATION CODE AND AMOUNT: This expense will be coded to 0109600-530100, Professional Services. A budget amendment may be needed later in fiscal year 2025/2026 to provide additional funding utilizing General Fund reserves. The operating budget of the City Attorney’s Office is funded by General Fund revenue. Page 1 City of Clearwater Printed on 9/23/2025 Tampa Tallahassee West Palm Beach 109 North Brush Street, Suite 300 • Tampa, FL 33602 • Tel: 813.514.4700 • Fax: 813.514.4701 www.MansonBolves.com Integrity. Intelligence. Diligence Manson Bolves Donaldson Tanner Attorneys at Law June 17, 2025 David Margolis, City Attorney City of Clearwater 600 Cleveland Street, Suite 600 Clearwater, FL 33755 Re: Bayesplanade.com, LLC v. City of Clearwater - 24-001035-CI Bayesplanade.com, LLC v. City of Clearwater - 21-002944-CI Dear Mr. Margolis: Thank you for choosing Manson Bolves Donaldson Tanner, P.A. to serve as counsel for the above-named matter. This will serve as a proposal of the terms under which our firm will provide legal services to you regarding the above. This letter is intended to briefly explain our billing practices and procedures. This retainer agreement does not assume the initiation of any litigation or administrative proceedings before the division of administrative hearings. If such action is necessary or recommended we will meet with the client for the purpose of discussing the options available and the cost of pursuing those options. Our fees will be based upon the ethical rules governing our practice. The amount of our statement will be the fair value of the services provided considering the time spent by the lawyers involved, the type of service we are being asked to perform, any special level of expertise required, the size and scope of the matter, the results obtained, and other relevant considerations. The hourly attorney rate charged will be $275.00/hour for Senior attorneys, $275.00/hour for Associates, and $125.00/hour for Paralegals. Other lawyers, law clerks, and legal assistants of our firm may participate in the representation to the appropriate extent. Our fees for these matters under this retainer agreement will not exceed $100,000. It is our policy to provide you the most effective support systems available, while at the same time allocating the costs of such systems in accordance with the usage of the services by Tampa Tallahassee West Palm Beach 109 North Brush Street, Suite 300 • Tampa, FL 33602 • Tel: 813.514.4700 • Fax: 813.514.4701 www.MansonBolves.com Integrity. Intelligence. Diligence individual clients. Therefore, in addition to our fees for legal services, we also charge separately for certain costs and expense disbursements, including messenger, courier, and other communication costs; long-distance telephone; docrnnent reproduction; and computer research facilities. These items will be billed at cost. Large disbursement billings may be forwarded by us to you for direct payment by you to the supplier. Our billing statements to you will be rendered monthly and are due and payable upon receipt. We will make every effort to include disbursements in the statement for the month in which the disbursements are incurred. Some disbursements are not available to us until the following month in which case a supplemental statement will be rendered for these additional charges. We appreciate the oppo1iunity to be of service to you now and in the future. Our goal is to provide legal services to you on the most cost-effective basis possible. If at any time you wish to either discuss our billing policies and procedures generally, or a particular statement specifically, we encourage you to contact us. Please indicate your understanding of the agreement to the above-described engagement by signing and dating this letter in the spaces provided below. Please do not hesitate to contact me should you have any questions or comments. I hereby engage the law firm of Manson Bolves Donaldson Tanner, P.A. to act as my attorneys in connection with the above-referenced matter. ACKNOWLEDGED AND AGREED: David Margolis, City Attorney Dated Gift Offer to the City of Clearwater Item 6.13 2025Retainer Agreement Manson Bolves et al.pdf BayEsplanade.com v City of Clearwater I am here as a Friend of the City of Clearwater with the offer of a Gift on these properties in question - 1. The Owner wants to work with the City to resolve these issues to the City's Benefit. 2. Bill has lived & worked on Bay Esplanade for the last 38 years & he simply wants to improve his immediate Neighborhood & Street for mutual great benefit to all parties. 3. Concerning the boat ramp (Parcel C), Bay Esplanade desires the City acquire good title to Parcel C, and so BayEsplande.com will convey a Special Warranty Deed for Parcel C, including all riparian rights, in exchange for $75,000, and mutual dismissals of that case. 4. Bill will also donate ("gift") approximately .31 acres of his Land Title to Parcel A, specifically called Parcel Aii), to the City. 5. Revised offer on Rec Center property (parcel Ai). MAI appraisal for Parcel Ai is $7M. City countered at "zero". Bay Esplanade offers to split the difference and sell its good title to the City for $3.5M. 6. Ultimately if we cannot reach a mutual amical resolution, Bay Esplanade will likely donate its fee -simple titles to a third party such as the Public Trust from whence they came, take a tax deduction, and effectively close both cases. 7. The $3.5M price is for all of Parcel A - which includes both Parcel Ai, and Parcel Aii. Additionally, it includes, for that same $3.5 M transaction, a quitclaim for Parcel 2 to resolve any vestige of ambiguity. We suggest that we Table this item Today to consider our proposal and add it to a Future City of Clearwater City Commission Meeting to Discuss. Timeline In April 2018, the State of Florida Board of Trustees granted BayEsplanade.com, LLC good fee -simple title to the submerged lands adjoining the City's Rec Center property. In 2005, the City of Clearwater dispensed to the State of Florida, submerged lands adjoining the City's Property Parcel No. 05/ 29/ 15/ 00000/ 330/ 0100: See 2005 City of Clearwater Resolution 05-04, paragraphs 5.01 & 5.02 on page 120 with Exhibit B on page 149: https://edocuments.myclearwater.com/WebLink/DocView.aspx?id=16508&dbid=0&r \,\ IL) epo=Clearwater e1, 4V- i In 2006, the Clearwater City Council unanimously approved that 2005 Agreement: See 2006 Clearwater City Council Meeting Minutes, Item 12.2, starting page 24: https://edocuments.myclearwater.com/WebLink/DocView.aspx?id=53855&dbid=0&r epo=Clearwater In 2019, the City approved an Agreement, signed by Assistant City Attorney Michael Fuino on page 27, which reaffirmed the City's 2005-2006 Resolution of the same on Pages 1,5,31: https://edocuments.myclearwater.com/WebLink/DocView.aspx?id=729900&dbid=0& repo=Clearwater ST ST ST D. O. C. FER RK PAGE 195 ST 7 ER ST MANDALAY 3 4 5 6 7 8 0 JUANITA WAY 2 3 4 11 10 C-) o 23 C C ! MUVITY 9 5 7 DEED BOOK 715, PG 323 975. 78' DEED BOOK 706, PAGE 385 DATED 1934 DEED BOOK 57, " AGE 195 AA, LA N 85' 29' 48" E 300' PARCEL 9 19. 9 Acres WEST BOUNDARY OF THE CHANNEL AS SCALED FROM TIIF MAP LOCATED IN TIIF FILE 17451 N 0 CO Z AND MINUTES OF THE TRUSTEES OF THE INTERNAL v11. IMPROVEMENT FUND VOLUME XVI, u` PAGES 84, 115, 116, 117, AND 267. SOUTH RIGHT OF WAY BAY ESPLANADE EXTENDED EAST 0 N 69' 03' 18' w O BAY ESPLANADFE. COM, LLC oG" PARCEL 21 PSWC PAIRCEL 256448. 8 Sq. Feet p. 6. 5. 9 Acres Q cV 7w 788. 59' 74/ CO APPROX.: 441E SHORE LINE BOUNDARY OF 17 MAY 1917 ACCORDING TO 7- 13- 15 ? DEP ! flit. AND Soma AND or DEED 17451. SUBMERGED ! AAD RETAINED 9Y 111 DEED 17451, PFR fDEP WIEN DATED 7/ 13/ 15 1- PPrre- t IDdrotette BELLE HARBOR — PH 1 A CONDOMINIUM PLAT BOOK 133, PAGE 11 O. R. BOOK 12209, PG. 260 DEED BOOK 706, PAGE 169 DEED BOOK 706, PAGE 325 FORMERLY YACHT BASIN APARTMENTS SOUTH LINE OF GOVERNMENT LOT 6, SECTION 5 / NORTH LINE OF GOVERNMENT LOT 3, SECTION 8 NORTH RIGHT OF WAY OF BRIDGE PER PIAT BOOK 20. PAGE 48 EXTENDED) N 99• 01' 32" W 311. 52' N 89' 01' 32" W 319. 89' AREA IN BRIDGE IS PART OF THE 17451 OR PUR5 THE BUTLER ACT LETTER DATED 7/ SOUTH BOUNDARY OF TIIF DEED 17451 SCALED FROM MAP ST ST ST O. C. ER RK PAGE 195 ST 7 ER ST MANDALAY 3 4 5 6 7 8 0 9 JUANITA WAY 2 3 4 4 11 10 BAY 8 rn I.nur z I0rn 6 5 16 JUANITA WAY SOLD N85' 29' 48" 300' 19. 9 Acres WEST BOUNDARY OF THE CHANNEL AS SCALED FROM TIIF MAP LOCATED IN TIIF FILE 17451 AND MINUTES OF THE TRUSTEES OF THE INTERNAL IMPROVEMENT FUND VOLUME XVI, 4y Tn Z 37 PAGES 84, 115, 116, 117, AND 267. IPARCEL__ BI '/ ' S 17 5 0 0 A DEED BOOK 57, " AGE 195 DEED BOOK 715, PG 323 975. 78' De Dq Tf P. DEED BOOK 706. PAGE 385 DATED 1934 93e" s . 145. N 01 wa, 92 APPROXI. u7E SNORE LANE BOUNDARY OF 17 ANY 1917 ACLS; TO 7- 13- 15 FDEP LETTER AND S1d7CI* AND Or DEED 17451. SUBMERGED LAND RETAINED BY OF AVA-( C e ( 2, "- DEC‘ DEM 17451, PE? FDEP LL11EJf LHTED 7/ 13/ 15 t F,P BELLE HARBOR — PH 1 A CONDOMINIUM PLAT BOOK 133, PAGE 11 O. R. BOOK 12209, PG. 260 DEED BOOK 706, PAGE 169 DEED BOOK 706, PAGE 325 FORMERLY YACHT BASIN APARTMENTS SOUTH LINE OF GOVERNMENT LOT 6, - SECTION 5 / NORTH LINE OF GOVERNMENT LOT 3, SECTION 8 Oy O P SOUTH RIGHT OF WAY BAY ESPLANADE EXTENDED EAST - N 89' 03' 18' W 788. 59' cND l I BAY ESPLANADE_. COM, LLC PARCEL 21 P4 256448. 8 Sq. Feet Og 5. 9 Acres C\ l N Y7yq S43. 1s• 631) 44, NORTH RIGHT OF WAY OF BRIDGE PER PIAT BOOK 20. PAGE 48 EXTENDED) N 89' 01' 32" W 311. 52' 2i N PARCEL N 89' 01' 32" W r.\ LI 9 31978-' AREA IN BRIDGE IS PART OF THE 17451 OR PUR1 2 THE BUTLER ACT LEITER DATED 7/ SOUTH BOUNDARY OF TIIF DEED 17451 SCALED FROM MAP 3T ST ST O. C. ER RK PAGE 195 ST 7 IR ST MANDALAY JUANITA WAY L 3 4 1) 5 POINSETTIA 8 7 ,-, 6 5 4 3 10 c cru!> 9 6 11 10 BAY 7 Y 6 A PARCEL BI DEED BOOK 715, PG 323 975. 76' Oct 0, 1 DEED BOOK 57, " AGE 195 DEED BOOK 706, PAGE 385 DATED 1934 O P 19. 9 Acres WEST BOUNDARY OF THE CHANNEL AS SCALED FROM TIIF MAP LOCATED IN TIIF FILE 17451 AND MINUTES OF THE TRUSTEES OF THE INTERNAL IMPROVEMENT FUND VOLUME XVI, PAGES 84, 115, 116, 117, AND 267. SOUTH RIGHT OF WAY BAY ESPLANADE EXTENDED EAST - N 89' 03' 18' W 766. 59' BAY ESPLANADE. COM, LLC APPROXD! A7E SHORE UNE BOUNEPRY OF 17 ¥ 4Y 1917 ACCORDRI: TO 7- 13- 15 fDEP Una AND SKETCHES AND 1W' 4' DEM 17457. SUMMED LAND RETAINED SY DF DEM 17451, PER FOP UTTER WED 7/ 13/ 15. 7Yq 6q OCF OS PARCEL 21 QP 256448. 8 Sq. Feet Q p• 5. 9 Acres AT, NORTH RIGHT OF WAY OF BRIDGE PER PLAT BOOK 20, PAGE 48 EXTENDED) BELLE HARBOR — PH 1 A CONDOMINIUM PLAT BOOK 133, PAGE 11 O. R. BOOK 12209, PG. 260 DEED BOOK 706, PAGE 169 DEED BOOK 706, PAGE 325 FORMERLY YACHT BASIN APARTMENTS N 89' 01' 32' 311. 52' L 37' CD Ot 0 O Orn PARCEL 3 N 89' 01' 32" W 319. 89' v' d`1 AREA IN BRIDGE IS PART OF THE 17451 OR PURE THE BUTLER ACT LETTER DATED 7/ SOUTH LINE OF GOVERNMENT LOT 6, SECTION 5 / NORTH LINE OF GOVERNMENT LOT 3, SECTION 8 SOUTH BOUNDARY OF TIIF DEED 1745/ SCALED FROM MAP 3T ST ST O. C. FER RK PAGE 195 ST 7 ER ST MANDALAY L 3 4 5 0 6 7 8 9 JUANITA WAY i= 1-- cn 5 5 o_ 3 4 11 10 9 8 8 7r, 5 4 2 10 C NINU IT u w 9 6 BAY N 85' 29' 48" E 300' A PARCEL_ 8! WN 19. 9 Acres DEED BOOK 715, PG 323 975. 78' DEED BOOK 706. PAGE 385 DATED 1934 DEED BOOK 57, ? AGE 195 APPROXIMATE SHORE LANE BOUNDARY OF 17 AMY 1917 ACCORDIN0 70 7- 13- 15 FDfP LE7ffR AND SKETCHES AND PHS DEED 17451. SUBMERGED LAND RETAINED BY BMS DEED 17451, PER iOEP LEIThR LNTED 7/ 13/ 15. 3;2 ovivck BELLE HARBOR — PH 1 A CONDOMINIUM PLAT BOOK 133, PAGE 11 O. R. BOOK 12209, PG. 260 DEED BOOK 706, PAGE 169 DEED BOOK 706, PAGE 325 FORMERLY YACHT BASIN APARTMENTS SOUTH LINE OF GOVERNMENT LOT 6, SECTION 5 / NORTH LINE OF GOVERNMENT LOT 3, SECTION 8 O Cl, , _ AZ„,/,/, 45' o H 9 Ly S 38 O 0 N c0 WEST BOUNDARY OF THE CHANNEL AS SCALED FROM TIIF MAP LOCATED IN TIIF FILE 17451 Z AND MINUTES OF THE TRUSTEES OF THE INTERNAL oNt o_ IMPROVEMENT FUND VOLUME XVI,, PAGES 84, 115, 116, 117, AND 267. ' SOUTH RIGHT OF WAY BAY ESPLANADE EXTENDED EAST - N 89' 03' 18' W 788. 59' BAY ESPLANADFE. COM, LLC PARCEL 2 QP 256448. 8 Sq. Feet Q Off. 5. 9 Acres NORTH RIGHT OF WAY OF BRIDGE PER PUT BOOK 20, PAGE 48 EXTENDED) N 89' 01' 32" W 311. 52' 41/ vs - PARCEL 3 N 89' 01' 32" W 319. 89° SOUTH BOUNDARY OF TIIF DEED 17451 SCALED FROM MAP AREA IN BRIDGE S PART OF THE 17451 OR PURE THE BUTLER ACT LEITER DATED 7/ RESOLUTION 05-04 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPROVING A DEVELOPMENT AGREEMENT BETWEEN THE CITY OF CLEARWATER AND CBR DEVELOPMENT 1, LLC AND CBR DEVELOPMENT II, LLC; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater is desirous of entering into a development agreement with CBR Development I, LLC and CBR Development II, LLC; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY CLEARWATER, FLORIDA: Section 1. The Development Agreement between the City of Clearwater and CBR Development I, LLC and CBR Development II, LLC, a copy of which is attached as Exhibit "Au is hereby approved. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ,204h day of January , 2005. Pamela K. Akin Cyn City Attorney City Nays": None 12.2 Approve an agreement with Sandpearl Resort, LLC providing for the construction and operation of shared boat dock facilities pursuant to the Development Agreement that was approved on January 26, 2005, and authorize appropriate officials to execute same. (consent) The City of Clearwater and Developer have entered into a Development Agreement for Property in the City of Clearwater dated January 26, 2005. Section 5.03.10 of the Development Agreement provides for the City and Developer to enter into an agreement providing for the construction of shared boat docking facilities within a boat basin adjoining City owned upland property. The Boat Docking Facilities are contemplated to include a central pier, finger piers and associated pilings, which will accommodate a maximum of 54 boat slips. The Developer and its designated successors and assigns shall have the right to utilize exclusively 33 of the Boat Slips which are identified on the Site Plan and the finger piers containing the Developer Slips. The City shall have the right to control the use of the central pier, the 21 remaining Boat Slips and the finger piers containing the City Slips. The City shall have the right to utilize the City Slips during the term of this Agreement for day docking or for any other purpose. Boats shall not be permitted to occupy the City Slips during the period each night between midnight and 5:00 a.m., except in an emergency or as authorized by the City Harbor Master. The foregoing restriction on overnight use of the City Slips shall not be applicable to a fireboat or other boats operated by the City or other municipal or governmental entities for public purposes. The Developer shall have the right to install gates or other access control improvements on the finger piers containing the Developer Slips and the right to install boat lifts in the Developer Slips. The Developer shall have the right, at its expense, to install water and electric lines serving the Developer Slips and the City shall cooperate as to extension and connection of such utilities. All utilities provided to the Developer Boat Slips shall be separately metered and Developer shall pay all utility connection and usage charges. Developer shall also provide lighting for the Boat Docking Facilities and pay all electric expenses as to such lighting. Utilities shall not be provided by Developer to the City Slips, provided, that at the request of the City, utilities (water and electric) shall be provided to City Slips to be used by Governmental Vessels and City shall reimburse Developer for additional expenses incurred by Developer as to such utilities. The Developer shall provide and pay for all maintenance and repair costs for the Boat Docking Facilities. Developer shall also provide, at its expense, for all required trash removal from the Boat Docking Facilities. All normal operating expenses incurred by Developer as to the Boat Docking Facilities including maintenance, repairs, insurance premiums and cost of trash removal excluding utilities provided to Developer Slips are collectively referred to as the Common Expenses. Developer shall comply with minimum maintenance standards as provided in the agreement. Use of the Developer Boat Slips shall be limited to owners, tenants and guests (including Beach Club members) of the Project and other owners and tenants that own or lease residences within the geographical area bordered on the West by the Gulf of Mexico, on the East by Clearwater Bay, on the North by Rockaway Street and on the South by Papaya Street. Any sublease or assignment by Developer of rights to utilize Developer Boat Slips shall be limited to such owners, tenants and guests and all subleases or assignments shall expressly prohibit parking on the City Property during use of the Developer Boat Slips. During the term of this Agreement, Developer shall provide a shuttle service to the Boat Docking Facilities from the Project. Developer shall also provide at the Project an employee assigned to respond to problems at the Boat Docking Facilities on a 24 hour/ 7 day per week Council 2006-12-14 24 IN WITNESS WHEREOF, theiparties hereto have set their hands and their respective seals affixed as of this a day of CV -6-174U , 2019. Approved as to form: Michael P. Fuino Assistant City Attorney THE CITY OF CLEARWATER, FLORIDA cteor1e(1cr4ticoS George N. Cretekos Mayor Attest: Rosemarie Call City Clerk Development Agreement Page 133 ADOPTED Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9825-25 2nd rdg Agenda Date: 9/29/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Council Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9825-25 on second reading, amending 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. Page 1 City of Clearwater Printed on 9/23/2025 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: 9851-25 Agenda Date: 9/29/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9851-25 on second reading and amend the City’s fiscal year 2024/25 operating budget at third quarter. 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 9/23/2025 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9852-25 Agenda Date: 9/29/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9852-25 on second reading and amend the City’s fiscal year 2024/25 capital improvement budget at third quarter. 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 9/23/2025 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#25-0916 Agenda Date: 9/29/2025 Status: Other CouncilVersion: 2 File Type: Action ItemIn Control: City Council Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Designate Clearwater a Red Star City and adopt Resolution 25-13. SUMMARY: At the September 18, 2025 council meeting, there was council consensus to adopt a resolution designating Clearwater a Red Star City. Staff was directed to place the resolution on the next meeting agenda. Page 1 City of Clearwater Printed on 9/23/2025 RESOLUTION NO. 25-13 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#25-0992 Agenda Date: 9/29/2025 Status: Other CouncilVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Consideration to rename Court Street to Charlie Kirk Way - Councilmember Cotton SUMMARY: This item proposes renaming Court Street to Charlie Kirk Way in honor of Charlie Kirk, who was tragically assassinated for his steadfast defense of faith, freedom, and the right to open debate. Renaming this central thoroughfare would serve as a lasting tribute to the principles he championed and a reminder of our city’s commitment to protect and uphold these values for future generations. Page 1 City of Clearwater Printed on 9/23/2025 City Council on 2025-09-29 6:00 PM Meeting Time: 09-29-25 18:00 eComments Report City Council on 2025-09-29 6:00 PM 09-29-25 37 18:00 19 0 18 0 Sentiments for All Meetings The following graphs display sentiments for comments that have location data. Only locations of users who have commented will be shown. Overall Sentiment 111.11111 Support (0%) " Oppose (94%) M. Neutral (0%) MO No Response (5%) City Council on 2025-09-29 6:00 PM 09-29-25 18:00 10.2 ID#25-0992 Consideration to rename Court Street to Charlie Kirk Way - Councilmember Cotton 19 0 18 0 Sentiments for All Agenda Items The following graphs display sentiments for comments that have location data. Only locations of users who have commented will be shown. Overall Sentiment MN Support (0%) UNIII Oppose (94%) NMI Neutral (0%) WEN No Response (5%) Agenda Item: eComments for 10.2 ID#25-0992 Consideration to rename Court Street to Charlie Kirk Way - Councilmember Overall Sentiment MN Support (0%) MIMI Oppose (94%) EMI Neutral (0%) i No Response (5%) Jennifer Brown Location: Submitted At: 2:58pm 09-28-25 While Kirk's murder is sad and tragic, he remains an incredibly divisive personality who regularly insulted marginalized communities, dehumanizing them and inciting violence against them. To honor someone like that in this way would mark Clearwater's agreement with his viewpoints. For that reason, I'd strongly oppose this effort. Neil Finn Location: Submitted At: 2:28pm 09-28-25 Charlie Kirk was a controversial figure known for his provocative conservative activism and outspoken views. Honoring him by renaming Court Street is endorsing or overlooking his divisive rhetoric, which many consider inflammatory or harmful. Public streets should be named for individuals who contribute to the well-being of the entire community, not just for a chosen few. Here are a few examples of Kirk's divisive comments: If I see a Black pilot, I'm going to be like, boy, I hope he's qualified." The Charlie Kirk Show, January 23, 2024 Happening all the time in urban America, prowling Blacks go around for fun to go target white people, that's a fact. It's happening more and more." The Charlie Kirk Show, May 19, 2023 If I'm dealing with somebody in customer service who's a moronic Black woman, I wonder is she there because of her excellence, or is she there because of affirmative action?" The Charlie Kirk Show, Jan. 3, 2024 If we would have said that Joy Reid and Michelle Obama and Sheila Jackson Lee and Ketanji Brown Jackson were affirmative action picks, we would have been called racists. Now they're coming out and they're saying it for us ... You do not have the brain processing power to otherwise be taken really seriously. You had to go steal a white person's slot to go be taken somewhat seriously." The Charlie Kirk Show, July 13, 2023 Kirk has also promoted conspiracy theories such as falsely claiming that the 2020 election was stolen, undermining trust in democratic institutions. Additionally, Kirk has used language framing the LGBTQ+ community as a threat to traditional values, calling gender identity discussions "toxic" and "dangerous" to society. These instances exemplify his tendency to promote divisiveness and bigotry rather than fostering unity and understanding. By voting to name a street after Charlie Kirk, you are basically confirming to your constituents that you are okay promoting racism, antisemitism and prejudice towards the LGBTQ+ and other communities. It shows no regard whatsoever, and is an insult, to those in your community who are the subjects of this hateful rhetoric. Please reject this consideration. Jodi Short Location: Submitted At: 10:33am 09-28-25 I do not support renaming a street after someone who does not represent most people in Pinellas County. Most of his statements and beliefs were devisive, not inclusive. Lisa Colburn Location: Submitted At: 8:27pm 09-27-25 As a taxpaying Clearwater resident of 20 years, I strongly oppose the proposal to change the name of Court Street. Brooke Beloso Location: Submitted At: 7:27pm 09-27-25 I am a citizen of Clearwater in opposition to this agenda item to rename Court Street to Charlie Kirk Way. Charlie Kirk dedicated himself to spreading hate and bigotry, and hate and bigotry deserve no place of honor in our community. Rowland Johnson Location: Submitted At: 5:09pm 09-27-25 Statement in Opposition to Item 10.2 — Clearwater City Council (9/28/25)** I strongly oppose Item 10.2 on the agenda, as it represents a profound disregard for the constituents of Clearwater that Councilman Ryan Cotton was elected to serve. The role of an elected official is not to advance personal ideologies but to represent the diverse voices, values, and lived experiences of the entire community. By supporting or aligning with initiatives rooted in polarizing rhetoric, Mr. Cotton risks undermining the very foundation of trust and inclusivity that our city council should uphold. It is particularly troubling when we recognize the kind of divisive speech that has been championed by public figures Mr. Cotton appears to admire or emulate. For example, in Charlie Kirk's speeches and debates, there have been repeated instances of language that disparages marginalized groups, foments division, and perpetuates harmful stereotypes. Whether in his public comments about immigrants, dismissive remarks about racial equity, or inflammatory responses during debates, this type of rhetoric has been widely condemned as exclusionary and, in many cases, hateful. When such attitudes find their way into the discourse of our local leaders, it sends a chilling message to residents who expect fairness, dignity, and respect from their representatives. Our community deserves a council that elevates constructive dialogue, not one that echoes the tone of national figures who thrive on controversy and division. The people of Clearwater are not monolithic; they are a mosaic of cultures, beliefs, and backgrounds. When Mr. Cotton allows his personal opinions, shaped by inflammatory voices, to dictate policy or influence the council's agenda, he disrespects this diversity. Public service requires setting aside personal leanings to prioritize the common good. Anything Tess is an abdication of duty. Furthermore, tying city business to ideologies rooted in hostility or exclusion cheapens the integrity of the council chamber. It replaces thoughtful governance with performative politics. Constituents are not asking Mr. Cotton to parrot cable news talking points or debate -club tactics; they are asking him to solve real issues—affordable housing, infrastructure, public safety, and economic development. By indulging in divisive discourse, Mr. Cotton shifts focus away from these pressing needs, leaving residents underserved. For these reasons, I urge the council to reject Item 10.2 and reaffirm that Clearwater will not allow personal bias and rhetoric that mirrors hate speech to steer its public policy. Our city deserves leadership that listens, respects, and acts in the best interests of all its residents—not just those who agree with one official's personal worldview. Megan Carter Location: Submitted At: 3:17pm 09-27-25 There are local heros, firefighters, police and veterans, that are more deserving of this honor. Kaleena Zagrzebski Location: Submitted At: 1:12pm 09-26-25 I strongly oppose this proposal to change the name of Court Street in the City of Clearwater. Charlie Kirk left a legacy of hate and division that are a stain on the very fabric of America and an insult to decent humans everywhere. While Charlie Kirk did not deserve to be murdered for his words of hate, neither does he deserve to be venerated nor honored. Keely Johnson Location: Submitted At: 9:46am 09-26-25 This is ridiculous. As stupid as changing the name of the Gulf. How much money is it going to cost tax payers to change signs and maps?!??! I don't want my hard earned money changing signs, I want free lunches for students! Access to Health Services! WE DON'T NEED ANOTHER STUPID NAME CHANGE FOR ANYTHING. FIX THE DAILY LIVES OF YOUR CONSTITIENTS! Karen Pickell Location: Submitted At: 7:59am 09-26-25 Clearwater is home to a diverse population and is a vacation destination for people of all viewpoints from around the world. Charlie Kirk was a polarizing figure who espoused hateful views of black people, LGBTQ people, and Democrats, among others. His organization published a watchlist of college professors whose teaching he opposed, leading to many of those professors receiving death threats and requiring protection for themselves and their families. Councilman Cotton has shown his true colors with this proposal. This Clearwater resident is horrified at the suggestion that we should tarnish our city's reputation by honoring someone who lacked respect for many of the people who live and visit here. Shame on you, Councilman Cotton. Nancy Hapner Location: Submitted At: 12:47am 09-26-25 To the City Council: I respectfully urge you to reject the proposal to rename Court Street in honor of Charlie Kirk. Lack of local connection Memorializing someone by naming public infrastructure should reflect their meaningful ties or contributions to Clearwater. Charlie Kirk is a national political commentator, but I do not see how he has materially served or enriched our local community in a way that justifies this honor. In contrast, there are many local leaders, activists, educators, or historical figures whose contributions are direct and relevant to our neighborhoods. The danger of partisanship in public infrastructure Streets and other public features should ideally be non-partisan, shared by all community members regardless of political views. Naming a street after a polarizing political figure risks alienating residents who don't share his ideology, and may deepen divisions. In multiple other places, similar proposals have prompted fierce backlash from residents precisely because they saw the change as political rather than civic. Controversial and harmful rhetoric Charlie Kirk has made statements in the past that I and many others in Clearwater find offensive and harmful. He is on -record saying a number of things that are misogynist, racist and anti-Semetic. He said birth control messes with women's brains. He said "black women" don't have the brain power to hold certain jobs, so they have to steal a white man's job. He accused Jews of funding "cultural Marxism" and undermining the United States. To honor someone publicly is to confer legitimacy. If a figure has a record of polarizing or derogatory statements, choosing them for a street name sends a message about whose values we elevate—and that choice matters. Practical and burdensome implications Renaming a street is not just symbolic—it imposes real burdens on residents and property owners: address changes, updating mailing and legal documents, possible confusion with services (emergency response, mail delivery), and other administrative costs. Those negative impacts are borne by neighbors regardless of their political views. Risk of re -litigating the past If a controversial figure is honored today, future generations may view aspects of their legacy more critically. What feels like a celebratory gesture now could become a liability later—or provoke future efforts to remove or rename. We should be cautious about locking in partisanship in our public spaces. I live off of Court Street. I don't want to have to see this hateful man's name every time I drive downtown. Please do not rename any street in our beautiful city after him. Michael Sanford Location: Submitted At: 10:42pm 09-25-25 I strongly oppose this shameful proposal to change the name of Court Street in the City of Clearwater. Charlie Kirk left a legacy of hate and division that are a stain on the very fabric of America and an insult to decent humans everywhere. His debates were nothing more than a ruse to give ignorant people an excuse to blame others for their own failings, and while Charlie Kirk did not deserve to be murdered for his words of hate, neither does he deserve to be venerated nor honored. Sadly, this proposal is just one more example of the rampant hypocrisy in today's rotting, festering carcass of the Republican Party. Laura Hubbard Location: Submitted At: 9:24pm 09-25-25 In the name of harmony, please do not rename anything in Mr. kirk's honor. He was divisive, calloused & outright Racist. Combative, in the name of christ, doesn't represent this, our beautiful Seminole Clear -waters Gulf town.. And certainly will bring sorrow to the African Americans living here - as well as anyone believing there are better ways to accomplish loving community. Michelle Cherny Location: Submitted At: 8:54pm 09-25-25 Commissioners, I am writing to voice my strong opposition to the proposal to rename Court Street to "Charlie Kirk Way." I have lived in Clearwater my entire 49 years, and I care deeply about preserving the history and character of our city. Court Street has long been tied to Clearwater's civic identity — the Old Pinellas County Courthouse, built in1917-1918 and still in use today, stands at 315 Court Street, anchoring it as part of the judicial center of our community. While I have not found a formal ordinance explicitly stating this is the origin of the name, it is clear that Court Street's identity has been historically associated with the courthouse and the city's judicial core. Street names carry weight. They tell a story about who we are as a community. Replacing Court Street with the name of a polarizing political commentator with no ties to Clearwater would strip away that context and risk sending the message that our city is more interested in partisan gestures than in honoring its own history. ThatwouldbedeeplyunfairtotheneighborhoodandtoClearwaterresidentsasawhole. If the Commission feels a change is necessary, the name should reflect the area itself in a unifying way — such as Heights Avenue or Heritage Avenue — rather than introducing unnecessary controversy. Even better, Court Street should remain Court Street, preserving the name that fits both its history and its civic role. As a lifelong Clearwater resident, I strongly urge you to reject this proposal. Please preserve Court Street as it is, or if a change must occur, select a name that reflects the neighborhood in a respectful, unifying way. Thank you for your time and for considering the voices of residents like myself who want the best for our city. Ruth Cariola Location: Submitted At: 8:44pm 09-25-25 Absolutely NOT! Charlie Kirk's murder was horrible. No one condones violence no matter what side of the aisle you are on. Charlie Kirk spoke and condoned hate wrapped up and delivered in Bible scriptures. Clearwater has been damaged enough. This man was no martyr and does not deserve this kind of recognition. Elizabeth Schwartz Location: Submitted At: 8:06pm 09-25-25 Kirk is a divisive figure. Leave Court Street alone. The name is perfect as is. Patricia Barris Location: Submitted At: 6:59pm 09-25-25 This is extremely divisive and will only divide the community. This is reckless and unnecessary. Kim Brown Location: Submitted At: 6:16pm 09-25-25 This would be very disrespectful to the minority community. His views do not align with what I would like our city to represent. Barbara Fisher Location: Submitted At: 4:06pm 09-25-25 The man was not as noble as Councilman Cotton asserts. He had many undesirable qualities that go with remembering him by any street dedication. I would be very uncomfortable traveling Court under those circumstances. CaII, Rosemarie From: Sent: To: Subject: Bryan B <bryanbeckman63@gmail.com> Monday, September 29, 2025 7:37 AM Call, Rosemarie Re: Error with website CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Rosemarie, Thank you for your help. Here is what I wanted to submit. Hello Clearwater Council, I am writing to oppose the renaming of Court St. Renaming the street after an extremely polarizing figure will divide our community. Charlie Kirk's murder was tragic, and it shows how much this country needs to allow free speech and that violence is not a solution for differences of opinion. But renaming Court St would only make matters worse. There are many people that support a great future for Clearwater, but do not support Charlie Kirk's vision for America. Please keep that mind. People in our community want our Council to be focused on streets, safe water, parks, recreation centers, helping us save money, and safe neighborhoods. Please don't bring national politics into our community. We need leaders that stand up for all parts of our community, not just certain portions of it. Thank you. Bryan Beckman On Sep 28, 2025, at 7:05 PM, Call, Rosemarie <Rosemarie.Call@myClearwater.com> wrote: Good evening, Mr. Beckman, I apologize for the inconvenience. We are working with the vendor as it appears some individuals are running into issues. Please feel free to email me your comments and will share them with Council and include them as part of the record. Sincerely, 1 Rosemarie Get Outlook for iOS From: Bryan B <bryanbeckman63@gmail.com> Sent: Sunday, September 28, 2025 5:07:44 PM To: Call, Rosemarie <Rosemarie.Call@myClearwater.com> Subject: Error with website CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Rosemarie, I was trying to use the city website to make a public comment, but the website said I needed to update my password. When trying to do that, I kept running into the error below and could not get past it. I wanted to make sure you were aware in case others experienced the same problem. Thank you. Bryan Beckman Screen Shot 2025-09-28 at 4.02.47 PM.png> 2 CaII, Rosemarie From: M Wright <ncmarjwright@yahoo.com> Sent: Monday, September 29, 2025 8:39 AM To: ClearwaterCouncil Subject: ID#25-0992 Consideration to rename Court Street to Charlie Kirk Way CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Dear Council Member(s), I strongly oppose the proposal to change the name of Court Street. As a concerned resident of Pinellas County, and on behalf of other residents and property owners in the area, I believe this change would have a negative impact on our community. My opposition is based on the following practical and financial concerns: 1. Financial burden for residents and businesses: A street name change would force all residents and businesses to update their legal and financial documents. This includes property titles, driver's licenses, bank accounts, and credit card information. Businesses would face additional costs for changing their marketing materials, signage, and business listings. This is an unnecessary and significant financial burden for the community. 2. Impact on the Court System and Legal Community: Significant disruption of court operations and citizen confusion will occur -- notices, directions for court appearances of all sorts, record requests among other items would be impacted by a street name change. There will be a significant cost for these changes, which will fall upon the state and the county, as well as upon Clearwater. The entire local legal community will also be required to change their forms and procedures to reflect a change of address for the courthouse. 3. Significant administrative hassle: The process of updating addresses is a time-consuming and frustrating experience for individuals and families. This change would require residents to notify various entities, including utility companies, postal services, financial institutions, and insurance providers. 4. Public and emergency service confusion: Changing a Tong -established street name can cause confusion for postal carriers, delivery services, and, most critically, emergency responders. Even a slight possibility of confusion could delay critical services and pose a safety risk to residents. 5. Loss of historical identity: The existing name, Court Street, has been part of our community's history. The loss of this historical marker erodes a piece of our neighborhood's character and heritage. 6. No demonstrable community benefit: To my knowledge, the community has not been presented with a compelling reason for this change that would justify the immense cost and disruption it would cause. The proposed change does not address any existing problems related to the street. 1 I urge you to consider the significant negative impacts this change would have on the community and to reject the proposal to rename Court Street. I believe our collective time and resources would be better spent on other municipal priorities. Marjorie Wright Dunedin, FL 2 CaII, Rosemarie From: melinda J. Neal <marneal@verizon.net> Sent: Saturday, September 27, 2025 10:04 PM To: ClearwaterCouncil Subject: The Renaming of Court St to Charlie Kirk CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Greetings. As a tax paying law abiding citizen of the City of Clearwater i ask that you not rename Court St to Charlie Kirk St. We are a diverse city consisting of many different cultures and races. To rename a street for someone who didn't stand for all and promoted negative content regarding those that not look like him would only create divisiveness. This city represents diverse cultures and people why would commissioners who were voted in by a diverse set of constituents try to support divisiveness. Sent from AOL on Android 1 Cali, Rosemarie From: tbrommboesen <tbrommboesen@gmail.com> Sent: Friday, September 26, 2025 10:25 PM To: ClearwaterCouncil Cc: Poirrier, Jennifer; Slaughter, Daniel Subject: Absurd idea to rename a street Charlie Kirk! CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. To: Clearwater City Council, We are completely opposed to renaming a street in Clearwater after Charlie Kirk!! The idea of an elected official of our city, Ryan Cotton pushing the Council's right-wing agenda in clear sight, to rename a street in Clearwater representing a person with extreme right wing views, does in no way represent the citizenry of Clearwater. We are sorry to say, just because the man was killed tragically, does not make him a hero! There are plenty of real heroes in the state of Florida and in the City of Clearwater that deserve to have a street named after them, and Charlie Kirk is not one of them! It's even hard to find the words to express what an absolutely absurd, and disturbing idea this is! Serve the city of Clearwater, not your own political interests! Sincerely opposed! Theresa and Peter Boesen tbrommboesen@gmail.com Sent from my T -Mobile 5G Device 1 CaII, Rosemarie From: beth davis <beth.g.davis@gmail.com> Sent: Friday, September 26, 2025 11:27 AM To: ClearwaterCouncil; Poirrier, Jennifer; Kader, Art; Slaughter, Daniel Subject: Court street in Clearwater CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. I oppose the suggestion that this street lose its history, Clearwater being the county seat and the Court House street designation. Maintain the identity. The murder of everyone every day is always tragedy. The right to carry a gun exists and so this is our society, now with open carry. Let's continue to honor our Court building and system. Even though it will soon be for sale, the name of the street may be our last moment of the past. Our current grief for one leader should not change the name of our Main Street in Clearwater. Represent the entire community please. 1 CaII, Rosemarie From: Sent: To: Subject: beth davis <beth.g.davis@gmail.com> Monday, September 29, 2025 10:11 AM ClearwaterCouncil; Poirrier, Jennifer Fly USA March 25 changed the name on their communication CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. https://clearwaterexec.com/clearwater-city-council-officially- approves-renaming-of-clearwater-airpark-to-clearwater-executive- airport/ Please pause, and reconsider putting this residential community at risk without a beacon. Do not approve this high risk name change. Call, Rosemarie From: Sent: To: Subject: Don Urban <don41453@msn.com> Friday, September 26, 2025 1:22 PM ClearwaterCouncil Meeting Agenda Item ID#25-0958 CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. To Whom It May Concern, This email is related to the NewGen Presentation and Council Discussion, specific to the Clearwater Public Power Feasibility Report for the upcoming City of Clearwater Council meeting at 6 pm on Monday, September 29, 2025. recently retired from a NERC Reliability Region where I was involved with entity registration, compliance and risk assessment. If CPP's customer load is greater than 75 MW, CPP will need to register as a Distribution Provider (DP) per the NERC Rules of Procedure, Statement of Compliance Registry Criteria, Appendix 5B as an owner, operator or user of the BPS (Bulk Power System). This will then require: (1) CPP to ensure compliance to approximately forty (40) NERC Reliability Standards, (2) be audited every six (6) years by Southeastern Electric Reliability Corporation (SERC) and (3) need to establish a NERC Compliance group or contract this service to a third -party. I'm not a resident of Clearwater, but Seminole. Email or call with any questions. Don Urban 330-437-7484 1 DUKE ENERGY FLORIDA September 29, 2025 Clearwater City Council c/o City Manager and City Clerk P.O. Box 4748 Clearwater, FL 33758-4748 Melissa Seizes State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Mel issa.Seixas@duke-energy.com VIA EMAIL Rosemarie.Call@myclearwater.com Jennifer.Poirrier@myclearwater.com Re: NewGen Feasibility Study Presentation at City Council Meeting on September 29 Dear Mayor Rector, Clearwater Council Members and City Manager Poirrier, Duke Energy Florida remains committed to serving our Clearwater customers and looks forward to working with the City on the best path forward—renewing the franchise agreement. We value our relationship with Clearwater and will continue to work with the City each day on projects, opportunities and proactively addressing any concerns. Just last week, we announced local Duke Energy grant recipients, remembering last year's Hurricanes Helene and Milton, when we showed up for our customers when they needed us most. Our commitment to our customers remains stronger than ever. Please enter this letter into the record during your discussion at the city council meeting today of the NewGen feasibility study. As NewGen notes in its study, throughout this process, Duke Energy has cooperatively shared information with NewGen so that our customers and the City have accurate information as the City examines the feasibility of taking over Duke Energy's system. Along those lines, as you undertake a careful review of the study, we ask that you consider the following significant issues with the assumptions made by NewGen. These deficiencies and uncertainties in the study, when corrected, change the picture dramatically, likely eliminating any speculated savings to customers. It is crucial not to be misled by these "findings," as a thorough examination reveals the true impact and potential inaccuracies. ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $1B ISSUE 2: An "overnight" transition to a city -owned utility cannot occur so costs will be higher ISSUE 3: NewGen's estimated start-up costs are inconsistent with their own example, and higher costs could increase taxpayer burden ISSUE 4: NewGen used obsolete Duke Energy rate data and assumptions in its rate analysis, virtually eliminating speculated savings 1 DUKE ENERGY FLORIDA Melissa Seizes State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Mel issa. Seixas©duke-energy. com ISSUE 1: NewGen's own study makes no definitive findings and shows a city takeover cannot guarantee cost savings or lower rates to customers; NewGen acknowledges a takeover could cost upwards of $1 B Although the NewGen study suggests rate reductions may be possible and makes recommendations based on a single "all -in" valuation number of $572 million, NewGen acknowledges there is a great deal of uncertainty as to the actual total cost. The report's authors state explicitly on page 4-11, "There can be no guarantee that Clearwater...will achieve cost savings." NewGen's "all -in" preliminary valuation ($572 million) is based on a methodology (AACE Class 5) where the inputs may be off by up to -50% or +100% (Page 2-7). That means NewGen's own study acknowledges the costs of this takeover range from $386 million to $942 million, putting the figure they did choose for analysis on the low side of their overall range. (Page 2-7). NewGen's study uses only $572 million to conduct a projected rate analysis. Yet the study does not outline the impacts to rates if the actual valuation is much higher. NewGen's math for a city takeover of the grid in Clearwater Cost estimates were developed using 2025 pricing estimates and were based on the Association of the Advancement of Cost Engineering's (AACE) Class 5 Estimate, defined as within the range of 50% to +100%, which is an appropriate range of cost estimating for the purposes of this Study. (Feasabl!it,, ; :!d; p. 2 There can be no guarantee that Clearwater... will achieve cost savings". Feasibility study p. 4-11)1 Duke's Assets Carving out Clearwater Start-up costs Reserves 2 386 MILLION 185M 68M 70M 63M LOW 50%) "ESTIMATE" (+100%) 943 MILLION 742M 68M 70M 63M NEWGEN HIGH D ENUERKE GY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa.Seixas@duke-energy.com ISSUE 2: An "overnight" transition to a city -owned utility cannot occur so costs will be higher Duke Energy's property is not for sale. Any acquisition would have to utilize the long process of eminent domain. NewGen states directly in their full report that they are assuming an overnight" conversion to a city -owned utility. In other words, NewGen uses today's dollars to estimate the acquisition costs, even while they also acknowledge on page 4-1 that "it would likely be a long process that could take several years to complete". In addition, the purported savings that NewGen projects depend on multiple assumptions that are outside the City's control and, we believe, are not accurately estimated in the study: wholesale power and transmission prices, fuel costs, litigation outcomes, interest rates, and the City's ability to serve—and seize—outside-boundary "enclave" areas, including two Duke Energy substations located in those enclaves. For example, the study assumes the City's MEU would have about 20,000 more customers than Duke Energy currently has. It remains unclear how the City would acquire these customers, which at the very least would require substantial time related to annexation and regulatory approvals. If the City is unsuccessful at annexing those areas, that would further reduce the purported benefits reflected in the study. ISSUE 3: NewGen's estimated start-up costs are inconsistent with their own example, and higher costs could increase taxpayer burden NewGen's study references the City of Boulder, which spent $29 million of taxpayer money to engage in a similar effort from 2010 through 2020. Despite this, NewGen proposes the Clearwater MEU start-up cost would be $11 million (including reserves), shown in Table 4-1. Higher acquisition and startup costs could eliminate any savings and increase the burden on taxpayers. ISSUE 4: NewGen used obsolete Duke Energy rate data and assumptions in its rate analysis, virtually eliminating speculated savings Duke Energy's 2026 rates on file with the Public Service Commission are not the rates used by NewGen to develop its purported $17.70 per 1,000 kWh residential customer savings in 2026. This error means NewGen's assumed Duke Energy rate is about 9% higher than Duke Energy's bill for those customers. If Duke Energy's 2026 rates were used, any speculated Clearwater MEU customer savings are essentially eliminated. In addition to the difference in 2026 rate assumptions, as to projected future rates, there is a significant error in assumed rate growth in the NewGen study. The effective future rates in the NewGen study (see NewGen presentation slide 23) have the hypothetical Duke Energy rates growing faster than the equivalent rates for Clearwater MEU. That doesn't make sense, 3 DU4 ENERKE GY FLORIDA Melissa Seixas State President - Florida Duke Energy Florida 299 First Avenue North St. Petersburg, FL 33701 Melissa.Seixas c©duke-energy.com especially if Clearwater purchases both power and transmission service from Duke Energy. If the Duke Energy effective rates were to escalate at the same rate as Clearwater MEU's, there is little difference between Duke Energy and Clearwater projected future rates. SOLUTIONS: NewGen highlights some potential "off ramps," including working with Duke Energy on undergrounding as well vegetation management, distribution system reliability and service metrics, and customer programs regarding affordability and economic development. All these items can be successfully addressed through franchise agreement negotiations. In fact, Duke Energy is already undergrounding one of the areas shown in the study on Myrtle Avenue between Court and Cleveland and is currently undergrounding lines in seven other areas in the City. Vegetation management was completed in the City earlier this year with enhanced notification procedures that successfully ensured our customers and the City are well informed about vegetation management activities in Clearwater and why. We welcome meaningful discussions on these topics prior to the agreement's expiration in December and are open to considering a shorter franchise agreement term, such as a ten-year renewal. We remain committed to working together, as we have for decades, to ensure our efforts are unified and focused on the best interests of Clearwater citizens. Thank you, 4146ct &uk, Melissa Seixas State President Florida Duke Energy 4 INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: c I LQ(2 NA) 0 I City: Telephone Number:: Email Address: Zip 75-1)7 (.0S--- z.e,gcso AkiSiv.V\@J - Speaking under citizens to be heard re items not on the agenda? Agena item(s) to which you wish to speak: i) What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card C1 Name: J (A,(()VW,Inittit Address: (A WI Ct) {(v 199 City: wel Zip: 13r%lo l Telephone Number: OLI' J S LD '- Email Address: S %AA/ ? (k+A M epoli Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- 7(A,0100 What is your position on the item? For . Against INDIVIDUAL SPEAKER Citizen Comment Card Name: /77,1(; / 2(Ce Address: c2/606, P1iui 51 City: Froc(! Telephone Number: Zip: q/9 -c;' 2637 Email Address: 60134(v revicP Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. d What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: An -04,-0 Address: 2/ 2/&(, ?41\ Ci CI P4 Y Zip: Email Address: GJ'7/3k2 Telephone Number:?q7 '/ Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: L c& LkS Address: l7O 3 AW S f city: Ckv'ii&kV Zip: 3.3' /676 l Telephone Number: 7 27 70 1 Scc ( Email Address: L 347 0 z-4-egneNad ,0_141 Speaking under citizens to be heard re items not on the agenda? N61e--0Agendaitem(s) to w ich you wish to speak. proposok- _qv What is your position on the item? For Against X. INDIVIDUAL SPEAKER Citizen Comment Card Name:%r6/ C 4/1J Address: 2/6 ern/j Pr city OkavW4141(K Zip: jL 33 7b Telephone Number: 77 P/7- 5° Email Address: Speaking under citizens to be heard re items not on the agenda? Agend item(s) to which you wish to speak. t) What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: S &J'.' -S Address: g-9G (War lu g ' 6( UQ City: Ck v' e Zip: g) Telephone Number: 111 Via U2- ttpEmailAddress: ` ie . 6a QS Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 1\0-43 theme What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: k1 ()/ )3 N Address: f 8 ? L l (crit? City- C1 -v't,Vt.--+Zip: 3 Telephone Number: Z 3' 32_ Email Address: fkt7(in.. Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. )2 Lam_ LOJ 6 --EP( What is your position on the item? For Against Name: 6J 7 Lc Address: ) f l L Le:-/ City. ----?c` `' Zip: ?I)) Telephone Number: -M--) L/03 ` 7571 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which y wish 10 peak What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Jek PLA SG TT Address: 1-g6.14 jia7L /4(Z‘.5 Or City: (1Z -it Y 1/ zip: 3 -417 Telephone Number: 7'7' ‘72 /?/4 J 5e-ei4 2 e JCi"itt d . t ,r1/11EmailAddress: Speaking under citizens to be heard re items not on the agenda? Agenda items) to which you wish to speak- 7-az What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: q "c`(t_ ri v't ••\ (C. .1 Address: \c)kc 5\- City: C City: L v Zip: 3).) Telephone Number: 11 `1 `1 L1 \- 9 ' .)) Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against / INDIVIDUAL SPEAKER Citizen Comment Card Name: 4// J , "edi Address: / 7 9 Adita City: (//;e2 Zip: j Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? F INDIVIDUAL SPEAKER Citizen Comment Card Name: . .(247 Address: City: Zip: Telephone Number: 727- 2'15 . G 99( Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda items) to which you wish to speak. JJ U` t.. der e5 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: iy)r u Address: city c6%v'c'Z't Zip: Telephone Number: rfriEmailAddress:+v l0 b0 /RE )64-ovo lam" Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. eNew .wdaTfien1 3 What is your position on the item? For Against GHT AND BEAUTIFUL • BAY TO" INDIVIDUAL SPEAKER Citizen Comment Card Name: tt ,( l Address: 33o d I \tom! " City: e 1 eV Telephone Number:'7 2 7 S 1 O e3C O 474,Email Address: 4 S1 3, ® terls S a Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. O 2S What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: 2;4m &)eLW ooh Address: '2 6f/ 1I l City4( ///C.)4 Z Zip: 3 176 '7 Telephone Number: 170717— 3// / 3 ` Email Address: Lt &4&Z1-26) 3A, cool Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: 3 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: t/lrx/A Address: City CA Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda ite (s) to which you wish to speak. tr t-- What is your position on the item? For Against mow INDIVIDUAL SPEAKER Citizen Comment Card Name: [- Address: `J Mc, City:e----V,V1 Zip. Telephone Number: 7). g6-301 U Email Address: cscAY.-`fit )i'1U1\.Ct, Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• I - What is your position on the item? For Against X. Name: Address: iSNO City: -144 L Zip: 9-'t Telephone Number: Email Address: tr.ACAZ.04r't S',1\ s "v'• Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against.r INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name: > Address: // /'t /v' /f ,f% /t' telt 6 /Czip: 3'3753 J/ z/4'612/ City: Telephone Number: 7/7 5---4 Z` Email Address: ) aeg5 y}e, C'°41' Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. Ls St— What is your position on the item? For Against GHT AND BEAUTIFUL • BAY TO BE INDIVIDUAL SPEAKER Citizen Comment Card Name: l Gc" Y7 I` ' ` IF% Address: / / . / 114 45-r City: C l ev6 1 L,iX'deZP: Telephone Number: f , 7 W Email Address: CAdi/1,„pi j rSpeakingundercitizenstobeheardreC items not on the agenda? Agenda item(s) to which you wish to speak. / (') , What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card 1( Name: 't' ,", r Address: ^0 O 3 C.] ,L('us )/5 C /c/e City: , P Zip: 3 3 6 Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- 0/P\ What is your position on the item? For Against : '' INDIVIDUAL SPEAKER Citizen Comment Card Name:P___.P.,--G._.. Address: 0v l Zip: !.• C- sTelephoneNumber: 7 . C Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• r‘ o\ti\ What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City C1 ear (A1C -P.r Zip: 3-;-16t) Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: C,hr;,r\ e k\r c iJ p ll eosa . What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: (0.>Ale'\-14 Address: 1J\ A' -( A4k City: (Ac,rwokkr Zip: Telephone Number: LIP- - _ '42 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. v ' 2 - Ac WhatWhat is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: l4Q)(\o‘,QAG k Address. 51c) C (" Ay, c City: Zip: e I U Telephone Number: 27 I 2 Email Address: I V(`.4(z. 01\ Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. S What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: c'si41A j j r` City Zip: 3 3 /7 7 5 Telephone Number: 3).5 -;l Email Address: D47 1 1 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. teC 111tiw z L. in cl What is your position on the item? For Against FIT AND BEAUTIFUL • BAY TO BE INDIVIDUAL SPEAKER Citizen Comment Card Name: /2G2 l" /4e7JCc, c e_/ Address: .2.a. Snri S ' •2 O s City: dIeG1/'WQ'-Zip: 3 11G'`! Telephone Number: 7 7 '/ 2 q 7 710 Email Address: /?_6./ r' u 14. frr.-1'f C,3-vt-mal Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: i7 — J,Lor)L Address: gr v 74 A-(/ 576 City. (.11-26-0 Zip: 33 7 7 Telephone Number: 7cA / ,6 7 '`P --37R Email Address: GI 1 I Ft Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 54edfi /( cta/40/7 C -f- / v/ie 1( -)a --y What is your position on the item? For Against `< INDIVIDUAL SPEAKER Citizen Comment Card Name: a+4Cl &., pi -6,c.` `l Address: 25" ) F„at., City:,. .-t.Y(i Telephone Number: Email Address: Zip: Sip 5:1- f)-) h\+), Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak/0<..2_ C hL i e -- WhatWhat is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name:41 ,C Address:,) `'4_ Paw, City: CCtQ IJ QiL( Zip: 2'Ic-S Telephone Number:12 \Q I, Ugt Email Address: Make t\.), Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speakO4\ I V What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card r Name: c % Address: /% ,,,/ City: C4 G'/64,1 I' Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak., 91-11/1 /1-4d , /1/1.9 Zip: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: hn . Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card i-2°iOL Name: g5-75— A,LA 7a -7 City: Address: zip: 53 7 `"( Telephone Number: //,--((( Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. ' 0. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: r4 vick-1.1g-DLY.Dn) Address: City: Zip. 3 31 Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• 0. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Pa Ul? Address: 12-f J e--111 ri City: 1QcU2 LCCLk u ft Zip: ) 3 S3 Telephone Number: —1? 7- " QP Q 3 Email Address: a Com''€ `c 7 C -oral Speaking under citizens to be heard re items not on the agenda? l Agenda item(s) to which you wish to speak. C n l e I rK What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: C. Address: -- City: P r i Zi :3 S J Telephone Number 'y © /174-5( Email Address: l.L /27 CV 'G Speaking under citizens to be heard re items not on the agenda? Agenda item(s) t which you wish to speak. b /o, c5/1—it /A ae-/ e_ What is your position on the item? For Against/ INDIVIDUAL SPEAKER Citizen Comment Card Name: ( JortcU 6e1X, Address: City: Zip: Telephone Number: 7 3% _434 - Email Address:0\ Drt lCd /t1®d&N Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to,which you wish to speak. /0' 02-2 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: E,`,Nivessc JC YIn Pr) Address: (d (40 PV, \--Oa S IJve City:. CO,C(i)cL` CA Zip• (V. r S--7SS Telephone Number: t S Ct - (42_3 Email Address: CA ) ?) L C \Q\ ( t Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• Qr What is your position on the item? For Against. INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City C. ! L'? r •- j Telephone Number: Email Address: Zip: 2 1 1- y 2 bSy Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. l '2 )1 4V% -e-- ( c'-24,7 .. Ste -- What is your position on the item? For ;,/ Against' INDIVIDUAL SPEAKER Citizen Comment Card Name: \ )l lC V al iv Address: 00(p ^Q - City: I enrVoit1 Zip: -is(c) Telephone Number: 7a.'I- 90(0-7 3 n Email Address: c-laCv Q. D\b\a`ni'Y\CG-(OP Speaking under citizens to be heard re items not on the agend/ Agenda item(s) to which you wish to speak. t)1\ IS UQ fid" (LAY_CLaq lei k•-ttl( U i What is your position on the item? For ihe C")1()(4\('c t1\d\/,uaJs dict N oi Speak. INDIVIDUAL SPEAKER Citizen Comment Card Name: V QA,I tOe \ 1 r, Address: l L\L City: C ViO Y Zip: 3 ` Telephone Number: --1,-`1--'6.31-(-11-1- Email Address: V(4.\)•a4 1,( n Q J Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. O- -re_naleYI -e Co U r-\- -\-c clehrie cues What is your position on the item? For Against x INDIVIDUAL SPEAKER Citizen Comment Card Name: L4 Y1 13c)n (11 Address: IOrD? /, r3t City: Q , O417. Zip: 3 3 75 5 Telephone Number: ) 2-7 — L( (/ 32 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Citizen Comment Card INDIVIDUAL SPEAKER 1 Name: 6- a. a r Address: - 5-7L City: Ne-tanjj ZiP: 7c, Telephone Number: 72 / /k 9z -gv,6 Email Address: r Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- a 7L -E, © (g-i/wi, c+ What is your position on the item? For Against X HT AND BEAUTIFUL • BAY TO BE INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: sATS C.'\- Jczk 1 ` oM-fin Q. -a` _ & S.;Yl -. Zip: ()°1°0 L-\- c?) Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• COrh What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: C ' Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. I D • What is your position on the item? For Against Citizen Comment Card INDIVIDUAL SPEAKER Name: krto,6t OrA Address: City: R` -EC) bdbaja Lvie e 0A --e6 Zip: %3 3'1 SS' Telephone Number: I - 7 ' caS O Email Address: a-f'lrkrea x Speaking under citizens to be heard re items not o the agenda? per e Agenda item `) td wh iC u w h et- jo u)o&I' SFr Q J\ It iek0ocks FITY1 31( [Cow-) What is your osition on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: ir (- 41 Address: ) `' ULUNM cityCW-OIv*) A -1r zip: 33-) \ J(7 Telephone Number: — 7 r (4 - EmailEmail Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. C What is your position on the item? For Age INDIVIDUAL SPEAKER Citizen Comment Card r Name: L'A4 4' Address: t l 9 2-/ `E CZ& FL City: n€PeeVe(-tC1R— Zip: 33 Th / Telephone Number: 727- 7- WIX -/5-7 / Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. OU -- - 4-0 1 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Jo ") f Address: City: f F. j, R I/V/t `C t i Zip: f Telephone Number: G 3 6-69t- G o Email Address: -red- C-- AS 16T 41A 1 L- C 6t; Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. ' What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: f\-t-oow, CzAlbtia4 Address: rS C 'v lh: City:ehtrottE- Zip: S57667 Telephone Number: Tall—LA- Email Address: f 1C6ral*(511/ttat.t. L' O - Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. p(twood -cac att- What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: kA k( int (\C O f `1 - Address: 1 L'P-L F.L.ne.1 nC,C 3r City: C.LvJ Zip: 33i'S-\ Telephone Number: TO ' L4MI- 9450 Email Address: 1%art. Nra, 7 Cvc0 rctk e c,nn4,,L .c f" Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. CburV S%tett-_• What is your position on the item? For Against V INDIVIDUAL SPEAKER Citizen Comment Card Name: 11 Gmos, Address: Jc L( C G Ave - City. (leas-r\NA),'' Telephone Number: Zip: 33 73-6/ Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- d What is your position on the item? For Against Name: it' ff eLe61(--e'tv\ Address: fsis l Ui=nw{ Mt. City: (, t `ulehzip: 45 3 75S Telephone Number: 127 -pz-l 7 - 6 757 Email Address: VIAZe--Le,e-1Gj ;' 1 .cjP-e3 Speaking under citizens to be heard re items not on the agenda? Angenda item(s) to which you wish to speak. What is your position on the item? For Against o+y INDIVIDUAL SPEAKER Citizen Comment Card GHT AND BEAUTIFUL • BAYTO' INDIVIDUAL SPEAKER Citizen Comment Card Name: C c Address: CCity: if Cf4- Zip: -3 7 S l Telephone Number: (7 D7) 6 7 er— 3 c Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: rf v Ai 7acx(' r (f_ 67ule-1- city:( 9 iv ' / zip: YT 2,1‘ Telephone Number: '72 ) V ( 79q Email Address: l Cif Ca0c L 4 604— Speaking under citizens to be heard re items not on the agenda? Agenda item(s)to which / g you wish to speak. 11 lA14-11 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Lb Address: SO J L& OE- city\ kckr" (.0*-{ zip: Telephone Number: (1721 J Coq -a, 5 z s Email Address: Y 2 r1 rqy / vf\ et\10J Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 1( t114 s What is your position on the item? For Against 'K INDIVIDUAL SPEAKER Citizen Comment Card Name: ' v' Address: LI61 Q C io-ce City:4--MU 054.1 Zip: rat Telephone Number: Email Address:? ,rf Qh n G 71 b I04--1'- nSSpeakingundercitizenstobeheardre items not on the agenda? Agenda items) o which you wish to speak. a7isr/D 710)-v e6,40, t 5'7 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: VQ_MOf r\JZ J Address: 2 3 l Q\ Ili a i` w.cp-,N a City: 0 ICY'i-c4QcZ Zip: 3 3 7 Co Telephone Number: --/ i - 526 -39: 32-, Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against _X INDIVIDUAL SPEAKER Citizen Comment Card Name: 1 ICC it±tnaY? Address: PC k1 City: ejCac Wei Zip: '372; Telephone Number: n7 -7-)---i2-'-) 4 2 Email Address: \k)Q)0 y r )4St 6_9pnC.1 1 C -t7 Speaking under citizens to be heard re JJ items not on the agenda? Agenda item(s) to which you wish to speak. Ie What is your position on the item? For Against / INDIVIDUAL SPEAKER Citizen Comment Card Name: ' 431 re I h e Address: Z - 9 r( G Sty City: " jQ Zip: 33 1S Telephone Number: • -4 31-1' tliC° v14' Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Name: Address: Citizen Comment Card iriciSha l rYb I // Spekraz City: '`"FL. Zip: Telephone Number: SS l'WI S /66C:( Email Address:r'eA/UafilA-LA3-0 ('c Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which ou wish to speak bOd 6-eli" What is your position on the item? For Aga! Name: Address: City: lbekwaticr zip. 3>-75Z_-, Telephone Number: Email Address: SAV? I Oil (L(L' Cir Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against/ INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name: k;c3, t -t, ss- oteye./3.- # /oC p Ct/ 41.1Cc A' zip: Address: City Telephone Number: 7,2 7 - 6 (12, -38 4' Email Address:`/"/".4L1 I 7 63-(4, Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against X INDIVIDUAL SPEAKER Citizen Comment Card Name: /e,JLs1e W/h5 Address: /L i9' 1 lG J City: 1, 4/Af 1/94. Zip: 3.37 Telephone Number: 777'-,N3-7,26 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. Co&refizme e,. e_ /, t9 1 - What is your position on the item? For Against I/ INDIVIDUAL SPEAKER Citizen Comment Card Name: t/:3t 01066-00 Address: 5c0(// f') I City La/ ('v Zip:(771 Telephone Number: 'Z'7/61-.6 2)3/ Email Address: 11:SG,iiic HNI 11 ZI g47a / crp7 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak lid ) 6, Z - q-40(111111) e61)(1" What is our position on the item? For AgainstYg INDIVIDUAL SPEAKER Citizen Comment Card Name: RI/ ! t.f h1 — i CtL Y flvv e owK2' b- p f Pu -- Address: l "15q ;b,1j i4oyi:4C_ Dr City C 1 1±i/1 e Zip: Telephone Number: (i) 141 _ 3 3A Email Address: K) ni) Craw 1Z? r4 it-fbt c Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. b pa Sed ame What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: 11 o'j PAPP-Ctick‘541) Address: 1' 2 C'1 (+.a55 v I EL 't ' City Q I,-1 c.' -h Zip: 3V ' Telephone Number: 7-5-7"-1-f g) 3C( D 7— Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. FAC P950)(42 What is your position on the item? For Against 17 INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: L -A -(N' Zip: Telephone Number: 1\117P.A 2z II \ti"‘dI,T31 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- C. '') 4- aJ r S'T 17 C t4 i zft ti j What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: (Me 1/(3 ra/‘( Q j Address: / 7 / M II1rd City: Cig4.1 tri/1/67 Zip: " 41f/ Telephone Number: 7 7 7 ^a 94(,Q 51 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name:/ 1 (/ J I BJ hT.i l Address(50 Ts. iQr),_,'' V V. (),-) Zip: 3 (77 Telephone Number: _ 3) Email Address:0" 51-4 k1 ` re 206' Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. ,16-e-- 41 16' 41 C 114 r ke \f 1 JY)--( A What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: OM r/e,/fcAzi' Address: I' City: C` /4/ Zip: '3. Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. Coe/4(A/ . What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Z/1, 5eC) S ;i N `/fi A/41 Address: Pin cD 8 iAl* City alit,i,04 Zip: 3 7. 46- 7/03TelephoneNumber: 7Z?_ Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 0 - 1411 4,3 '•v Ke q` What is your position on the item? For Against HT AND BEAUTIFUL • BAY T INDIVIDUAL SPEAKER Citizen Comment Card Name: VOW rK Address: 5—(1 C e,04 City: ("r 4''e` Zip: r Telephone Number: 2_ 6 -7 -C 0 Email Address: V` r 1 'I^Ai k W ',wed, S x Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: I C\C'la Address: City:--Cfr-Wik Zip: :733 .7sJ 5 Telephone Number: '12? - 3 4 - 2-3 3 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name:,WjSbi"\ Address: ait,), cc,J C City:` t+ Zip: 340Y Telephone Number: 13 __ 73 - 7, C)t Email Address: CaSeAMS CqAr Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• court q What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card 1' Name: U0/ hy Address:,, I City: VMAYAM Zip: Telephone Number: Email Address: S eaki under citizens to be heard re item t on the agenda? Agenda item(s) to which you wish to speak. )O' t -r' _ uvinL_ 0-0 0' e/< bkg, 124 What 'sour o itionYp n the item? For 1 ' ! 4 tekt 41Aump4013,o ij Lf r/ r - / M/Al htl6 / ttica